You are on page 1of 82

fufonk vkea=.

k lwpuk

::-

Notice Inviting e-Tender No.

33/SE/DCC-XI/2015-16

rduhdh Lohd`fr la0%


Technical Sanction No:-

/TS/SE/DCC-XI/2015-16.
15/TS/EE(E)/ECD-III/2015-16.

dk;Z dk uke

:-

Name of Work:-Renovation of B-2 Wing, 6th floor allotted to o/o Housing &
Urban Poverty Alleviation at Paryavaran Bhawan, B block at
CGO complex, Lodhi Road, New Delhi dg. 2015-16.

vuqekfur ykxr
Estimated cost

:-

Civil Rs. 72,71,420/-

Elect.Rs. 29,91,238/Total Rs. 1,02,62,658/-

/kjksgj jkf'k
Earnest Money

:-

Rs. 2,05,253/-

izfrHkqfr & fu{ksi jkf'k


Security Deposit

:-

2.5% of the tendered Value + 50% of PG.

dk;Z iwjk gksus dh vof/k


Time Allowed

:-

04 (Four) Months

izekf.kr fd;k tkrk gS fd bl fufonk esa v|ru 'kqf) ifpZ;ksa lfgr 81 Ik`B
gSA
Certified that NIT contains Eighty One pages with up to date correction slips.

Ekq[; dk0/Chief Estimator

dk0 vfHk0 /E.E.(P)

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Hkkjr ljdkj
GOVERNMENT OF INDIA

dk;kZy;
OFFICE OF

v/kh{k.k vfHk;ark
THE SUPERINTENDING ENGINEER

fnYyh dsUnzh; ifjeaMy& 11


Delhi Central Circle-XI

dsUnzh; yksd fuekZ.k foHkkx


CENTRAL PUBLIC WORKS DEPARTMENT

ubZ fnYyh&110062
NEW DELHI-110062

fufonk vkea=.k lwpuk


NOTICE INVITING e-TENDER

fufonk vkea=.k lwpuk la0


33/SE/DCC-XI/2015-16

N.I.T. NO.:

dk;Z dk uke
Renovation of B-2 Wing, 6th floor allotted to o/o
Housing & Urban Poverty Alleviation at Paryavaran
Bhawan, B block at CGO complex, Lodhi Road, New
Delhi dg. 2015-16.

NAME OF WORK :

vuqekfur ykxr
ESTIMATED COST

CIVIL Rs. 72,71,420/Elect.Rs. 29,91,238/Total Rs. 1,02,62,658/-

/kjksgj jkf'k
EARNEST MONEY

Rs 2,05,253/-

izfrHkqfr & fu{ksi jkf'k


SECURITY DEPOSIT

2.5% of the Tendered Amount + 50% of P.G.

dk;Z iwjk gksus dh vof/k


TIME ALLOWED

04 (Four) Months

************************************@@@@***********************************

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

fufonk vkea=.k lwpuk


NOTICE INVITING e-TENDER

dk;Z dk uke
NAME OF WORK

Renovation of B4 Wing 4th floor for CISF Department at


Paryavaran Bhawan, CGO Complex, Lodhi Road, New Delhi
during 2015-16. (SH: (A) Civil work and (B) Electrical Work)

INDEX
S.NO.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.

DESCRIPTION

PAGES
3-4
5-8
9-16
17-26

Press Notice Inviting e-Tender


Notice Inviting Tender (Form CPWD-6)
Integrity Pact
Item Tender (form CPWD7)
General Conditions of Contract(GCC)-2014-Payment of wages to the labour by
Contractor.
CIVIL PART:Additional and Special Conditions
Particular Specifications
Additional Conditions for Cement & Steel
Guarantee Bonds (Annexure-I to III)
Amendment to GCC 2014
AMENDMENT TO GENERAL RULES AND DIRECTIONS OF GCC 2014
Form of Performance Security (Guarntee)
FORM OF EARNEST MONEY (BANK GUARANTEE)
LIST OF APPROVED MANUFACTURES/SUPPLIERS (GENERAL)
ELECTRICAL PART:Terms and Conditions for Electrical Work & List Of Acceptable Make
Memorandum of Understanding (Proforma-I)
Certificate for Associating Electrical Agency (Proforma-II) & Consent Letter
Schedule of Quantities CIVIL WORK (PART-A)
Schedule of Quantities ELECTRICAL WORK (PART-B)

27-29
30
31-34
35-45
46-48
49-51
52
53
54
55-56
57
58-63
64
65-68
69-76
77-81

Certified that this N.I.T. contains page 1 to 81.


Prepared By

Checked By

Chief Estimator

Checked By

EXE.ENG.(P)

This N.I.T. is approved for Rs. 1,02,62,658/(Rupees One Crore Two Lacs, Sixty Two Thousand, Five Hundred and Fifty Eight only).
Vide NIT .No.: 33/SE/DCC-XI/2015-16.

SUPERINTENDING ENGINEER
D.C.C.-XI, C.P.W.D.
PUSHPA BHAWAN, NEW DELHI

************************************@@@@***********************************

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD


NOTICE INVITING e-TENDER

The Executive Engineer, U Division, CPWD, C.G.O. Complex, New Delhi invites on behalf
of the President of India online Percentage rate composite tender from approved and eligible
contractors of CPWD for following work(s):NIT
No.

Name of Work & Location

33/SE/DCC-XI/2015-16

Renovation of B-2 Wing,


6th floor allotted to o/o
Housing
&
Urban
Poverty Alleviation at
Paryavaran Bhawan, B
block at CGO complex,
Lodhi Road, New Delhi
dg. 2015-16.

Estimated Cost put to


tender

Earnest
Money

Period of
completion

Last time & date


of submission of
tender/uploading
of documents

Time & date


of opening
of tender

Civil Rs. 72,71,420/Elect.Rs. 29,91,238/Total Rs. 1,02,62,658/-

2,05,253/-

04 (Four)
Months

3.00 PM
on 29.10.2015

3.30 PM
on
29.10.2015

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid
if he considers himself eligible and he is in possession of all the documents required.
2. Information and Instructions for bidders posted on website shall form of bid document.
3.

The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract to be complied with and other necessary documents
can be seen from website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

4. But the bid can only be submitted after depositing Processing Fee in favour of ITI Limited and
uploading the mandatory scanned documents such as Demand Draft or Pay order or Banker`s
Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank
towards EMD in favour of Executive Engineer, U-Divn. and Other documents as specified.
5. Those contractors not registered on the website mentioned above, are required to get registered beforehand. If
needed they can be imparted training on online tendering process as per details available on the website.
6. The intending bidder must have valid class-III digital signature to submit the bid.
7. On opening date, the contractor can login and see the bid opening process. After opening of bid he will
received competitior 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 ment for quoting rate in figures appears in pink
coulour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the same shall
be treated as 0.
Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as 0
(ZERO).
10. SC/ST contractors enlisted under class V category are exempted from processing fee payable to ITI.

** To be filled by Executive Engineer

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

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

1. Treasury Challan /Demand Draft/Pay order or Bankers Cheque/Deposit at call


Receipt /FDR/ Bank Guarantee of any Scheduled Bank against EMD.
2. Enlistment Order of the Contractor.
3. Certificate of Registration for Sales Tax / VAT Tax and acknowledgement of up to
date filed return.
4. An undertaking that The Physical EMD shall be deposited by me/us with the EE
calling the bid in case I/we become the lowest bidder within a week of the
opening of financial bid otherwise department may reject the tender and also
take action to withdraw my/our enlistment/debar me/us from tendering in
CPWD.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

CPWD-6 FOR e-TENDERING


1. Percentage Rate bids are invited on behalf of President of India from approved and eligible

Renovation of B-2 Wing, 6th floor allotted to o/o


Housing & Urban Poverty Alleviation at Paryavaran Bhawan, B block at CGO
complex, Lodhi Road, New Delhi dg. 2015-16.
contractors of CPWD for the work of:

The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on
the original date of submission of bids.
1.1
The work is estimated to cost Rs. 1,02,62,658/-. This estimate, however, is given merely as a rough
guide.
1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will
consolidate NITs for calling the bidders. He will also nominate Division which will deal with all matters
relating to the invitation of bids.
For composite bid, besides indicating the combined estimated cost put to bid, should clearly indicates
the estimated cost of each component separately. The eligibility of bidder will correspond to the
combined estimated cost of different components put to bid.
2
Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD-7 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also available on
website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of the said
form which will form part of the agreement.
3
The time allowed for carrying out the work will be 04 (Four) Months from the date of start as defined in
schedule F or from the first date of handing over of the site, whichever is later, in accordance with the
phasing, if any, indicated in the bid documents.
4
The site for the work will be made available in parts.
5
The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen from website
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
Earnest Money Rs. 2,05,253/- 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 U Division, CPWD, C.G.O. Complex, New Delhi alongwith Bank Guarantee of any
Scheduled Bank whichever applicable.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of earnest
money or Rs. 20 lakh, whichever is less, will have to be deposited in shape prescribed above, and
balance in shape of Bank Guarantee of any scheduled bank in accordance with the Form annexed
hereto having validity for six months or more from the last date of submission of bid.

The physical EMD of the scanned copy of EMD uploaded shall be deposited by the
lowest tenderer within a week after opening of financial bid failing which the tender
shall be rejected and enlistment of the agency shall be withdrawn by the enlisting
authority.
The following undertaking in this regard shall also be uploaded by the intending
bidders:The Physical EMD shall be deposited by me/ us with the EE calling the tender in
case I/We become the lowest tenderer within a week of the opening of financial bid
otherwise department may reject the tender and also take action to withdraw my/our
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

enlistment.
The intending bidder has to fill all the details such as Banker's name, Demand Draft/Fixed Deposit
Receipt /Pay Order/ Banker's Cheque/Bank Guarantee number, amount and date.
The amount of EMD can be paid by multiple Demand Draft / Pay Order /Banker's Cheque / Deposit at
call receipt / Fixed Deposit Receipts along with multiple Bank Guarantee of any Scheduled Bank if
EMD is also acceptable in the form of Bank Guarantee.
Interested contractor who wish to participate in the bid has also to make following payments within
(i)

the period of bid submission.


e-Tender Processing Fee Rs 5,700/-, if registration with tender processing fee is
continued, shall be payable to M/s ITI Limited through their e-gateway by credit/debit card,
internet banking or RGTS/NEFT facility.
Copy of Enlistment Order, certificate of work experience, eligibility documents and other documents as
specified in Press Notice/Information and instructions for bidders/CPWD-6 shall be scanned and
uploaded to the e-tendering website within the period of bid submission. However, certified copy

of all the scaned and uploaded documents as specified in press notice shall have to
be submitted by the lowest bidder only along with physical EMD of the scanned copy
of EMD uploaded within a week physically in the office of tender opening authority.
The contractors already registered on the e-tendering portal will have
option to continue by paying tender processing fee upto one year from the date of
registration, or to switch over to (new) registration without tender processing fee any
time. All new registrations from 01.04.2015 will be without tender processing fee.
Online bid documents submitted by intending bidders shall be opened only of those bidders, who has
deposited e-Tender Processing Fee with M/s ITI Limited and Earnest Money Deposit
and other doucements scanned and uploaded are found in order.
9.

The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded if:
I. The bidders is found ineligible.
II. The bidders does not upload all the documents (including service tax registration/ VAT
registration/ Sales Tax registration) as stipulated in the bid document including the

undertaking about deposition of physical EMD of the scanned copy of EMD uploaded.
III. If any discrepancy is noticed between the documents as uploaded at the time of

submission of bid and hard copies as submitted physically by the lowest tenderer in
the office of bid opening authority.
IV.
10.

The lowest bidder does not deposit physical EMD within a week of opening of tender.
The contractor whose tender is accepted will be required to furnish performance guarantee of 5% (Five
Percent) of the bidded 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. 10000/-) or Deposit at Call receipt of any scheduled
bank/Bankers cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any
Scheduled Bank of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or
Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State
Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in Schedule F. including the extended period if any,
the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the
contractor. The earnest money deposited alongwith bid shall be returned after receiving the

aforesaid performance guarantee. The contractor whose bid is accepted will also be
required to furnish either copy of 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.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

CPWD
11.

12.

13.
14.
15.

16.

17.

18.

160 YEARS OF ENGINEERING EXCELLENCE CPWD

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 bidder shall be deemed to have full
knowledge of the site whether he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. The bidder shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers
and all other services required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of a bid by a bidder implies that he has read this notice and all other
contract documents and has made himself aware of the scope and specifications of the work to be
done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of the work.
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.
Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable to rejection.
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.
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.
No Engineer of gazette rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for
a period of one year after his retirement from Government service, without the previous permission of
the Government of India in writing. This contract is liable to be cancelled if either the contractor or any
of his employees is found any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the contractors
service.
The bid for the works shall remain open for acceptance for a period of 45 (Forty Five) 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.
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 the bid as issued at the time of invitation of bid and acceptance thereof together with
any correspondence leading thereto.
(b) Standard CPWD Form-7 Corrected upto DG/CON/281 dt. 04/08/2014, 282 dated 10/12/2014, 283

dated 05/05/2015, 285 dated 04/06/2015, 286 dated 30/06/2015 & 287 dated 24/08/2015.
19.
For Composite Bids
19.1.1 The Executive Engineer in charge of the major component will call bids for the composite work. Earnest
Money will be fixed with respect to the combined estimated cost put to tender for the composite bid.
19.1.2 The bid document will include following three components:
(a)
Part A:- CPWD-6, CPWD-7/8 including schedule A to F for the major component of the work, Standard
General Conditions of Contract for CPWD 2010 as amended/modified up to DG/CON/281 dt.

04/08/2014, 282 dated 10/12/2014, 283 dated 05/05/2015, 285 dated 04/06/2015, 286 dated

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

30/06/2015 & 287 dated 24/08/2015.Part B:

General / specific conditions, specifications and


schedule of quantities applicable to major component of the work.
Part C: Schedule A to F for minor component of the work. (SE/EE in charge of major component shall also be
competent authority under clause 2 and clause 5 as mentioned in schedule A to F for major
components), General/specific conditions, specifications and schedule of quantities applicable to minor
component(s) of the work.
19.1.3 The bidders must associate himself, with agencies of the appropriate class eligible to bid for each of
the minor component individually.
19.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items of minor
components of work.
19.1.5 After acceptance of the bid by competent authority, the EE in charge of major component of the work
shall issue letter of award on behalf of the President of India. After the work is awarded, the main
contractor will have to enter into one agreement with EE in charge of major component and has also to
sign two or more copies of agreement. One such signed set of agreement shall be handed over to
EE(E) in charge of minor component. EE of major component will operate part A and EE(E) in charge
of minor component shall operate Part B along with Part A of the agreement.
19.1.6 Entire work under the scope of composite bid including major and all minor components shall be
executed under one agreement.
19.1.7 Security Deposit will be worked out separately for each component corresponding to the estimated
cost of the respective component of works. The Earnest Money will become part of the security deposit
of the major components of work.
19.1.8 The main contractor has to associate agency(s) for minor component(s) conforming to eligibility criteria
as defined in the bid document and has to submit detail of such agency(s) to Engineerin-charge of
minor component(s) within prescribed time. Name of the agency(s) to be associated shall be approved
by Engineer-incharge of minor component(s).
19.1.9 In case the main contractor intends to change any of the above agency/agencies during the operation
of the contract, he shall obtain prior approval of Engineer-in-charge of minor component. The new
agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge
is not satisfied with the performance of any agency, he can direct the contractor to change the agency
executing such items of work and this shall be binding on the contractor.
19.1.10 The main contractor has to enter into agreement with contractor(s) associated by him for execution of
minor component(s). Copy of such agreement shall be submitted to EE/DDH in charge of each minor
component as well as to EE in charge of major component. In case of change of associate contractor,
the main contractor has to enter into agreement with the new contractor associated by him.
19.1.11 Running payment for the major component shall be made by EE of major discipline to the main
contractor. Running payment for minor components shall be made by the Engineer-in-charge of the
discipline of minor component directly to the main contractor.
19.1.12 Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s) in
charge of minor component(s) will prepare and pass the final bill for their component of work and pass
on the same to the EE of major component for including in the final bill for composite contract.
20.
In case any discrepancy is noticed between the documents as uploaded at the time of submission of
the bid online and hard copies as submitted physically in the office of Executive Engineer, the the bid
submitted shall become invalid and 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
tenderer shall not be allowed to participate in the retendering process of the work.

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

eaMy vf/kdkjh ds gLrk{kj


Signature of Divisional Officer

Hkkjr ds jk"Vifr ds fy, vkSj mudh vksj ls


For & on behalf of President of India

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

INTEGRITY PACT
To
..,
..,
..
Sub: NIT No. . for the work ...................
Dear Sir,
It is here by declared that CPWD is committed to follow the principle of transparency, equity
and competitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the
Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing
which the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder
would be summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of
the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the
CPWD.
Yours faithfully

Executive Engineer

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

10

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

INTEGRITY PACT

ANNEXURE-A

To,
Executive Engineer,
..,
..
Sub: Submission of Tender for the work of ........
Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated
in the Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents,
failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE
MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE
ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and
further agree that execution of the said Integrity Agreement shall be separate and distinct from the
main contract, which will come into existence when tender/bid is finally accepted by CPWD. I/We
acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with
Article 1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered
right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and
conditions of the tender/bid.
Yours faithfully

(Duly authorized signatory of the Bidder)

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

11

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

INTEGRITY PACT
To be signed by the bidder and same signatory competent / authorized to
sign the relevant contract on behalf of CPWD. INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ........... day of ........... 20......
BETWEEN
President of India represented through Executive Engineer, ................................., (Name of Division)
CPWD, ......................................................................., (Hereinafter referred as the
(Address of Division)
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.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

12

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

INTEGRITY PACT
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesses as under
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption
observe the following principles:

and to

(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/Owners 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.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

13

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

INTEGRITY PACT
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the
Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or
pass on to others, any information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business details, including
information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall
disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent
on behalf of the foreign principal or the foreign principal directly could bid in a tender but not both.
Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall
not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.
d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has
made, is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the Contract.
3) The Bidder(s)/ Contactor(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 willfull misrepresentation or omission of facts or submission of fake/
forged documents in order to induce public official to act in reliance thereof, with the purpose of
obtaining unjst advantage by or causing damaged to justified interest of other 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).

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

14

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

INTEGRITY PACT:
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/Owners absolute right:

1)

2)

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.
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.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

15

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

INTEGRITY PACT:
Article 4: Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government or
State Government or any other Central/State Public Sector Enterprises in India that could justify
his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/ holiday listing of the
Bidder/Contractor as deemed fit by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and
has installed a suitable corruption prevention system, the Principal/Owner may, at its own
discretion, revoke the exclusion prematurely.
Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors
1)

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


conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s)
of the principles laid down in this agreement/Pact by any of its Sub-contractors/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.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

16

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

INTEGRITY PACT:

Article 7-Other Provisions


1)
2)
3)

4)
5)

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.
Changes and supplements need to be made in writing. Side agreements have not
been made.
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.
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.
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:
.............................................. (signature, name and address)
............................................... (signature, name and address)
Place:
Dated :

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

17

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

ds-yks-fu-fo- /C.P.W.D.- 7
Hkkjr ljdkj GOVERNMENT OF INDIA
dsUnzh; yksd fuekZ.k foHkkx CENTRAL PUBLIC WORKS DEPARTMENT
jkT; STATE :- NEW DELHI

ifjeaMy

kk[kk

BRANCH :- B & R

eaMy DIVISION :-

vapy

ZONE :- NDZ-VII

mieaMy Sub- Division -------

CIRCLE:- Delhi Central Circle-XI


U-Division

Percentage Rate e-Tenders & Contract for Works

v)

dk;Z ds fy, frkr nj fufonk %Tender for the work of:- Renovation of B-2 Wing,

6th floor allotted to o/o Housing & Urban Poverty Alleviation at Paryavaran Bhawan, B
block at CGO complex, Lodhi Road, New Delhi dg. 2015-16.

d) fnukad- ----------------------------------------------------dks

3-00 cts -------------------------------

-------

-------------------------------------------------------------- ds dk;kZy; esa izLrqr dh tkuh gSA


To be submitted by 3.00 PM hours on 29.10.2015 to Executive Engineer /U Division /CPWD/NEW DELHI
[k mu fufonkdkjksa ds le{k [kksyh tka,xh tks fnukad- ------------------------------------dsk -----------------------------------------cts --------------------------------------------------------------------------------------------------------------ds dk;kZy; esa

mifLFkr jgsxAs
To be opened in presence of tenderers who may be present at 3.30 PM hours on 29.10.2015 in the office of
Executive Engineer, U Division, CPWD, New Delhi .

lsok essa izsf"kr Issued to :_____________________________________________________


Bsdns kj

(Contractor)

dkxtkr tkjh djus okys vf/kdkjh ds gLrk{kj %


Signature of officer issuing the documents ________________________________________
in Designation EXECUTIVE ENGINEER, U Division, CPWD, New Delhi.
tkjh djus dh rkjh[k Date of Issue : _____N.A.____

** To be filled by Executive Engineer

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

18

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

bZ&fufonk e- T E N D E R
eSua @
s geus dk;Z ds fy, bZ&fufonk vkea=.k lwpuk] vuqlp
w h d][k]x]?k]M- vkSj p ykxw fofunsZk]
uDks ,oa fMtkbu] lkekU; fu;e ,oa funsZk] Bsds ds mica/k] fofk"V krsZ] nj vuqlp
w h ,oa vU;
dkxtkr rFkk Bsds dh krksZ esa fn, x, fu;e rFkk fufonk dkxtkr esa mfYyf[kr vU; ckrksa
dks i<+ o tkap fy;k gSA
I/We have read and examined the notice inviting e-tender, schedule, A,B,C,D,E & F. Specifications applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, clause of contract, Special
conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all
other contents in the tender documents for the work.

eS@ge] ,rr~}kjk Hkkjr ds jk"Vifr ds fy, vuqlp


w h ^p* esa fofufnZ"V le; ds Hkhrj fofufnZ"V dk;Z]
;Fkk&ek=kvksa dh vuqlp
w h rFkk lHkh lacfa /kr fofunsZkks]a fMtkbuks]a uDkksa ds vuq:i rFkk lkekU; fu;ekoyh ds
fu;e&1 vkSj Bsds dh krksZ ds [kaM&11 esa mfYyf[kr fyf[kr vuqns kksa ,oa ,slh lkefxz;ks]a tks iznku dh tkrh
gS vkSj mlds lac/a k es]a ,slh krsZ tks ykxw gks] ds vuq:i fu"iknu gsrq fufonk nsrk gw@
a nsrs gSa A
I/We hereby tender for the execution of the work specified for the President of India within the time specified in
Schedule F, viz., schedule of quantities and in accordance in all respects with the specifications, designs,
drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of
the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with,
such conditions so far as applicable.

ge fufonk dks] blds [kksys tkus dh fu/kkZfjr rkfj[k ls 45 iSarkyhl fnu ds fy, [kqyk j[kus rFkk bldh
krksZ ,oa fuca/kuksa esa fdlh izdkj dk ifjorZu u djus ds fy, lger gSAa
We agree to keep the tender open for Forty Five (45) days from the due date of its opening/ninety days from
the date of opening of financial bid in case tenders are invited on 2/3 envelop system (strike out as the case
may be) and not to make any modifications in its terms and conditions.

:Ik;s 2,05,253@& dh /kujkfk] /kjksgj jkfk ds :Ik esa Vstjh pkyku jlhn@vuqlfq pr caSd dh ekxa tek
jfln@vuqlfw pr cSd dh lko/h tek jfln@vuqlqfpr caSd ds fMekaM MkV@ vuqlqfpr caSd }kjk tkjh cSd
xkjaVh ds :Ik ,rn~}kjk vxzfs kr dh tkrh gSA ;fn eS@
a ge fu/kkZfjr fu"iknu xkjaVh dks fu/kkZfjr le; vof/k
esa izLrqr djus esa vlQy jgrs gS rks eS@ge ;g eatwj djrs gS fd Hkkjr ds mDr jk"Vifr ;k muds
dk;kZy; ds mRrjkf/kdkjh fdlh vU; vf/kdkjh ;k mipkjh mik; ij izfrdwy izHkko Mkys fcuk mDr /kjksgj
jkfk tCr djus ds fy;s iw.kZr;k Lora= gksxAsa blds vykok ;fn eS@
a ge fofufnZ"V dk;Z izkjHka djus esa
vlQy jgrs gSa rks eS@ge ;g eatwj djrs gSa fd Hkkjr ds jk"Vifr ;k muds dk;kZy; ds mRrjkf/kdkjh
dkuwu esa miyC/k fdlh vU; vf/kdkj ;k mipkjh mik; ij izfrdwy izHkko Mkys fcuk mDr /kjksgj jkfk] rFkk
fu"iknu xkjaVh tCr djus ds fy;s iw.kZr;k Lora= gksxs vU;Fkk mDr /kjksgj jkfk fufonk dkxtkr ds vuqlkj
mlesa fughr krksZ o fuca/kuks ds vuqlkj dk;kZs ds fu"iknu ,oa vkfn"V fopyuksa dks vuqlfq p ^p^ esa of.kZr
izfrkr ls vuf/kd o fufonk izi= ds [kaMks 12-2 o 12-3 eas fughr izko/kkuksa ds vuqlkj fufpr dh tkus
okyh njksa ij ml lhek ls vf/kd ds fopyuksa ds djus ds fy;s muds }kjk izfrHkqr & fu{ksi ds :Ik es jksd
yh tk,ax
s hA
A sum of Rs. 2,05,253/- has been deposited in Receipt Treasury challan / Deposit at call receipt of a
Scheduled Bank / fixed deposit receipt of scheduled bank / demand draft of a scheduled bank/ bank guarantee
issued by a scheduled bank as earnest money. If I/We fail to furnish the prescribed performance guarantee
within prescribed period, I/We agree that the said President of India or his successors in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We
fail to commence work as specified, I/We agree that President of India or his successors in office shall without
prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the
performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security
deposit to execute all the works referred to in the tender documents upon the terms and conditions contained
or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage
mentioned in Schedule F and those in excess of that limit at the rate to be determined in accordance with the
provision contained in clause 12.2 and 12.3 of the tender form.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

19

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

blds vfrfjDr eS@


a ge lger gSa fd c;kuk jkfk rFkk mi;qZDr fu"iknu xkajVh tCr gks tkus ds ekeys esa
eq>@
sa gesa dk;Z dh iqu% fufonk izfdz;k eas Hkkx ysus ls jksd fn;k tk,xkA
Further, I/ We agree that in case of forfeiture of earnest money or both Earnest Money & Performance
Guarantee as aforesaid, I/ We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible smilar 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 from 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 forfelt the entire amount of
Earnest Money Deposit/ Performance Gurantee. GCC-2014 Corrected upto DG/CON/281 dt. 04/08/2014,

282 dated 10/12/2014, 283 dated 05/05/2015, 285 dated 04/06/2015, 286 dated 30/06/2015 & 287 dated
24/08/2015.
I/We hereby declare that I/We shall treat the bid documents drawings and other records connected with the
work as secret/confidential documents and shall not communicate information/derived therefrom to any person
other than a person to whom I/We am/are authorized to communicate the same or use the information in any
manner prejudicial to the safety of the State.

rkjh[k Dated #.....................

Bsdns kj ds gLrk{kj Signature of Contractor#

lk{kh Witness : #
Address#
irk Address: #
mithfodk Occupation : #

Mkd

irk

Postal

# To be filled by the contractor


Lohd`fr ACCEPTANCE

eS Hkkjr ds jk"Vifr dh vksj ls rFkk muds fy, :- -------------------------- :i, ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

dh jkfk ds fy, mi;qZDr fufonk v/kksfyf[kr i=ksa ds vuqlkj ifjofrZr 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 gksx


a As
The letters referred to below shall form part of this contract Agreement:I)
ii)
iii)

Hkkjr ds jk"Vifr dh vksj ls rFkk muds fy,


For & on behalf of the President of India.
rkjh[k Dated ......................

gLrk{kj Signature ....................................


inuke Designation .........................

# To be filled by the contractor


Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

20

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

vuqlwfp;ka ds izk#i @

PROFORMA OF SCHEDULES

(izR;sd iqu% fufonk nsus okys fufonkdkj dks izHkkoh vuqlfw p;ka izFkdr% nh tk,xhA)
(Operative Schedules to be supplied separately to each intending tenderer)
vuqlp
w h ^d* SCHEDULE A
ek=kvksa dh vuqlp
w h dsUnzh; yksd fuekZ.k foHkkx 3 QkeZ ds vuqlkj & layXu
Schedule of quantities (as per CPWD-3):-

(Enclosed)

From page 69 to 81

vuqlp
w h ^[k* SCHEDULE B
Bsdns kj dh fuxZr dh tkus okyh lkefxz;ksa dh vuqlp
w h
Schedule of materials to be issued to the contractor.
_______________________________________________________________________________

e- la- en fooj.k
S.No.

ek=k

Description of item

Quantity

ftl nj ij lkefxz;ka Bsdns kj dks


izHkkfor gksxh og nj vadksa ,oa kCnksa esa

fuxZr LFkku

Rates in figures & words at which the


material will be charged to the contractor

Place of Issue

___________________________________________________________________________________________________
1
2
3
4
5
___________________________________________________________________________________________________
------------------------------------------- NIL --------------------------------------

vuqlp
w h ^x* SCHEDULE C
Bsdns kj dks HkkM+s ij fn, tkus okys vkStkj ,oa la;=
Tools and plants to be hired to the contractor
_______________________________________________________________________________

e la-

fooj.k

HkkM+k izHkkj izfrfnu

fuxZr LFkku

Sl. No.
Description
Hire charges per day
Place of Issue
______________________________________________________________________________
1
2
3
4
______________________________________________________________________________
NIL

vuqlwph ^?k* SCHEDULE D


dk;Z ds fy, foks"k vis{kk,a@nLrkost] ;fn dksbZ gks]a dh vfrfjDr vuqlp
w h
Extra schedule for specific requirements/documents for the work, if any.

-----Nil-----

vuqlwph ^M* SCHEDULE E


Bsds dh lkekU; krksZ dk lanHkZ
1.

Refrence to General Conditions of contract.

Form 7 GCC-2014 Corrected upto DG/CON/281


dt. 04-08-2014, 282 dt. 10/12/2014, 283 dated
05/05/2015, 285 Dated 04/06/2015, 286 Dated
30/06/2015 & 287 dated 24/08/2015.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

21

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

dk;Z dk uke
Name of work:- Renovation of B-2 Wing, 6th floor allotted to o/o Housing & Urban Poverty
Alleviation at Paryavaran Bhawan, B block at CGO complex, Lodhi Road,
New Delhi dg. 2015-16.
dk;Z dh vuqeq kfur ykxr Estimated cost of work:
(i)

/kjksgj jkfk Earnest money:

(ii)

fu"iknu xkjaVh Performance guarantee :

(iii)

: Civil Rs. 72,71,420/Elect.Rs. 29,91,238/Total Rs. 1,02,62,658/-

Rs.

2,05,253/-

5% of tendered value.

izfrHkwfr fu{ksi% Security Deposit:

2.5% of tendered value plus 50% of PG for contracts involving


maintenance of the building and services/other works after
construction of same building and services/other work.

vuqlwph ^p* SCHEDULE F


lkekU; fu;e ,oa fnkkfunsZ k%
General Rules & Directions:

fufonk vkea=.k djus okyk izkf/kdkjh


Officer inviting tender -

Execuitive Engineer/U-Divn/CPWD/New Delhi

dk;Z dh enksZ dh ek=k ds fy, vf/kdre izfrkr ftlls vf/kd fu"ikfnr


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

fuEukuqlkj

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 Page 24
Definitions:
2(v)
Hkkjlk/kd bathfu;j
Engineer-in-Charge
Executive Engineer/U-Divn/CPWD/ New Delhi
2(vii)
Lohdkj drkZ izkf/kdkjh
Accepting Authority
Superintending Engineer/DCC-XI/CPWD/New Delhi
2(x)

vfrfjDr vkSj ykHkksa dks iwjk djus ds


fy, lkefxz;ksa dh ykxr ij izfrkrrk
Percentage on cost of materials and
labour to cover all overheads and profits.

2(xi)

Standard schedule of Rates:2(xii)

Delhi Schedules of rate 2014 Plus Cost Index(-0.95%)


with uptodate correction Slips & Market Rates.

foHkkx
Department

9(ii)

15%

njksa dh ekud vuqlp


w h

Central Public Works Department

ekud ds-yks-fu-fo- Bsdk QkeZ


___________________________________________
rd lakksf/kr vkSj kksf/kr ds-yks-fu-fo- QkeZ
Standard CPWD contract form :-

Form 7 GCC-2014 Corrected upto DG/CON/281 dt. 0408-2014, 282 dt. 10/12/2014, 283 dated 05/05/2015, 285
Dated 04/06/2015, 286 Dated 30/06/2015 & 287 dated
24/08/2015.

[k.M Clause 1

1]

Lohd`rh i= tkjh gksus dh rkjh[k ls fu"iknu xkjaVh

ds izLrqrh dj.k ds fy;s vuqer le;] fnuks esa


(i) Time allowed for submission of performance
Guarantee Programme Chart (Time and Progress)
and applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board or proof of
applying thereof from the date of issue of letter of
acceptance, in days

7 days

miZ;Dq r i) esa nh xbZ vof/k ds ipkr vf/kdre


vuqe;
s ,DlVsa ku] fnuks esa
(ii) Maximum allowable extension with late fee
@ 0.1% per day of performance guarantee
amount beyond the period as (provided in i) above.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

1 to 3 days

Chief Estimator

EE(P)

22

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

[k.M Clause 2 [k.M 2

ds rgr izfrdj
fufpr djus okyk izkf/kdkjh
Superintending Engineer,
Delhi Central Circle-XI,CPWD,
New Delhi

Authority for fixing


compensation under clause 2

[k.M Clause 2A D;k [ka.M 2 d ykxw gksxkA


Whether clause 2A shall be applicable

No

[k.M Clause 5
dk;Z vkjHka djus dh rkfj[k dh x.kuk ds fy;s Lohd`rh i= tkjh gksus dh rkfj[k ls
fnuks dh la[;k------------10--------------- fnu
y{; uhps nh xbZ lkj.kh ds vuqlkj
Number of days from the date of issue 10 days.
Of letter of acceptance for reckoning date
Of start.

Yk{; @ehy & iRFkj A lkj.kh %


iii)List of Milestones : --

y{; uhps nh xbZ lkj.kh ds vuqlkj


As per Table given below

The quarter for upgradation shall have to be upgraded in all respect within 60 Days
after handing over the site. Recovery of Rs. 1000/- per day shall be made from the
contractor for delay without valid reasons subject to maximum of 10% of agreement
amount. Engineer-in-chargs decision regarding valid reason shall be final and binding
upon the contractor.
d0 la0
S.No.

Description of
Mile Stone
(Financial Qtrs.
To be completed)

Part of work
amounting to Rs.

vuqeR; le;@dk;Z vkjHka dh


rkjh[k ls@
Time allowed
(from date of
start)
1.00 Month

12.83 Lacs
2

3
4

Part of work
amounting to Rs.
38.48 Lacs

2.00 Months

Part of work
amounting to Rs.
76.97 Lacs
Whole work
amounting to Rs.
102.62 Lacs

3.00 Months

4.00 Months

y{; izkIr uk gksus dh fLFkrh es jksdh tkus okyh jkfk


Amount to be withheld in case
of non achievement of milestone

tSlk dh py Hkqxrkuks ls fu/kkZfjr fd;k


x;k gS vko;d izxfr u gksus dh fLFkfr
es]sa izR;sd y{; vlQy gksus ij dk;Z ds
fufonhr eqY; dk ,d izfrkr jksd fn;k
tk;sxkA
In
the
event
of
not
achieving
the
desired
progress as assessed from
the running payments, 1 % of
the tendered value of work
shall
be
withheld
for
failure for each Milestone.

dk;Z fu"ikfnr djus ds fy, vuqeR; le;


Time allowed for execution of work

04 (Four) Months

fu.kkZ;d
1
2
3

izkf/kdkjh
dk;Z iqjk djus ds fy, mfpr vkSj rkfdZd le; foLrkj nsus okyk izkf|dkjh
miyfC/k;ksa dk iqu% vuqlfw pdj.k djus okyk izkf|dkjh
dk;ZLFky dks nsjh ls lkSia us ij dk;Z izkjEHk dh frfFk ifjorZu djus okyk izkf/kdkjh

1
2
3

Authority to give fair and reasonable Extension of time for completion of work SE, DCC-XI
Authority to rescheduling of mile stones
SE, DCC-XI
Authority to shifting of date of start in case of delay in handing over of site
SE, DCC-XI

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

23

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

[k.M 6
[k.M ykxw & 6 ;k 6d
Clause 6
Clause applicable ( 6 or 6A )

....... 6A ....

[k.M Clause 7 varfje Hkqxrku ds fy, ik= gksus ds fy, vafre ,sls
Hkqxrku ds ckn dqy Hkqxrku ,df=r lkefxz;ksa ds
vfxzeksa ds lek;kstu lfgr fd;k tkus okyk dqy dk;Z
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

25.50 Lacs

Clause 7A
Whether clause 7A shall be applicable.

Yes

No Running Account Bill shall be paid for the work till


the applicable labour licenses, registration with EPFO,
ESIC and BOCW Welfare Board, whatever applicable
are submitted by the contractor to the Engineer-incharge.

[k.M Clause 10A


dk;ZLFky iz;ksxkkyk esa Bsdns kj }kjk miyC/k djk;s tkus ijh{k.k midj.k dh lwph
List of testing equipment to be provided by the contractor at site lab.
1. Seive For sand and agg.
2 slump cone test for slump test
3. App. For silt content
4 .............................................................................
5. ....................................................................... 6. ............................................................................

[k.M 10 [k (ii)
D;k [k.M 10 [k (ii) ykxw gksxk

ugha

Clause 10 B (ii)
Whether clauses 10 B (ii) shall be applicable.

No.

[k.M 10 x
Je /kVd dks dk;Z ds ewY; ds

ykxw gS 25 izfrkr ds #i esa vfHkO;qDr fd;k x;k gSAa

Clause 10 C
Component of labour expressed as percent of value of work for Civil Work =
Component of labour expressed as percent of value of work for Electricl Work =

Applicable
Not Applicable

25%

[k.M 10 xd
Clause 10 CA:-

[k.M 10

bl [k.M esa izkof|r lkexzh

xd

Material covered under this


Clause 10 clause
CA
1
2
3
4
(a)
(b)

Cement (OPC)
Cement (PPC)
Structural Steel
Reinforcement Bars TMT-500
Primary Manufacturere
Secondary Manufacturer

Applicatble
lkexzh tks vf[ky Hkkjrh; Fkksd
[k.M 10xd ds varxZr lekfoV lHkh
ewY; lwpdkad ds lokZf?kd
lkefxz;ksa dh ewy dhersa
vuq#i gSAa Nearest Material Base price of all the materials
for which All India
covered under Clause 10 CA is to
Wholesale Price Index is be mentioned at the time of
to be follow
approval of NIT.
4500 per MT
4240 per MT
39722 per MT
40505 per MT
38505 per MT

In case the contractor is permitted to use TMT reinforcement bars procured from secondry
producer then the rate quoted by the contractor shall be reduced by Rs. 2.30 per Kg.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

24

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

[k.M x x mu lafonkvks ij ykxq gksxk ftlesa dk;Z lekiu


dh vof/k] vxys dkye esa nkkZ;h xbZ vof/k ls
vf/kd vuqcfa /kr gSAa
Clause 10CC

12 ekg
12 Months

Clause 10CC to be applicable in contracts with stipulated


period of completion exceeding the period shown in next
column.
Schedule of componenet of other Materials, Labour, POL
etc. for price escalation.
Component of civil (except materials covered under
clause 10CA)/Electrical construction Materials expressed
as percent of total value of work Xm . %
Component of Labour
expressed as percent of total value of work. Y ..... %
Component of P.O.L
Expressed as prevent of total value of work Z %

[k.M Clause 11 dk;Z fu"iknu ds fy, vuqikyu


fd, tkus okys fofunsZk

CPWD specification 2009, Volume-I & II


with correction slips issued upto the
Specifications to be followed for execution of work date of issue of tender.

[k.M Clause 12
Type of Work:-

Maintenance Work i/c works of upgradation, Aesthetic,


SR, A/A.

[k.M Clause 12 fopyu lhek] ftlds ijs [k.M 12-2

Overall deviation limit shall be 25% and the payment


shall be made at agreement rate only. The Completion
cost of agreement should not
exceed 1.25 times of
Tendered amount. Payment of Extra/ Substitute Items in
case of Schedule items are to be paid as per the
scheduled rate plus Cost Index (at the time of tender)
plus percentage above or below of quoted contract
amount. Payment of extra/ substitute items in case of
non-scheduled items are to be paid as per the prevailing
market rate.
The Financial powers given to CPWD officiers in regard
of deviation/extra/substituted items shall be limited to
the extent that after exercising these powers by all the
officers, the contract amount (after sanction of
deviation/ extra/ substituted items) shall not exceed
110% of the financial power delegated to the
officers(who has technically sanctioned the detailed
estimate for the agreement) to technical sanction an
estimate. Beyond this limit, prior approval of next
higher authority shall be necessary. (As per
DG/MAN/306, dt. 16.5.14)

rFkk 12-3
Hkou fuekZ.k dk;Z fy;s ykxw gkasxsA

12.2 & 12.3

12-5

Deviation limit beyond which


clause 12.2 & 12.3 shall apply for
building works

(i)og

fopyu lhek ftlds ijs [k.M


12-2 rFkk 12-3 Hkou fuek.kZ dk;Z
ds fy, ykxw gksaxs

(i) Deviation limit beyond which


clause 12.2 & 12.3 shall apply for
foundation work(except earth
work) 30%
(ii)Deviation limit for item in earth
work subhead of DSR or related
item. 100%

As per GCC 2014

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

25

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

[k.M Clause 16
?kVh gqbZ njs fu/kkZfjr djus dh
fy, l{ke izkf/kdkjh
Competent Authority for
deciding reduced rates .

SE/DCC-XI/CPWD New Delhi ; upto 5% of


the contract value/ CE,NDZ-VII,CPWD, New Delhi .

[k.M Clause 18
dk;ZLFky ij Bsdns kj }kjk yxk;s tkus okyh vfuok;Z ekhujh] vkStkj ,oa l;a= dh lwph%&
List of mandatory machinery, tools & plants tobe deployed by the contractor at site:To be provided by contractor as per
requirement at site.
Clause 25
Modified clause 25 is applicable. The constitution of DRC is as under:a. For total claims more than Rs. 25 lacs.
Chairman
:CE, NDZ-VII, CPWD, New Delhi.
Member
:DIR (W&TLC) O/O ADG (DR), CPWD, New Delhi.
Member
:SE(DCC-V), CPWD, New Delhi.
NOTE:- SE/DCC-XI shall present the case before DRC but will not have any part in decision making.
b. For total claims upto Rs. 25 lacs.
Chairman
:DIR (W&TLC) O/O ADG (DR), CPWD, New Delhi.
Member
:EE(P), DCC-XII, CPWD, New Delhi.
Member
:EE-PVMD-I, CPWD, New Delhi.
NOTE:- EE/U-Divn. shall present the case before DRC but will not have any part in decision making.
CLAUSE 36 (i) Requirement of Technical Representative (s) and recovery Rate
S.
No

rduhdh izf/kfuf/k dh
U;qure ;ksX;rk
Minimum
qualification of
Technical
representative

fo/kk
Discipline

inuke ize[q k rduhdh


@rduhdh izfrfu/kh
Designation (Principal
Technical/ Technical
representative)

U;qure vuqHko
Minimum
experience

la[;k
Number

Graduate Engineer
or
Diploma Engineer

Civil

2 years

1 No

Graduate Engineer
or
Diploma Engineer

Electrical

Principal Technical
Representative
Or
Project Planing/ Site/
billing Engineer
Principal Technical
Representative
Or
Project Planing/ Site/
billing Engineer

5 years
2 years

1 No
1 No

5 years

1 No

[k.M 361 ds izko/kkuksa dks iwjk


u fd, tkus dh fLFkfr esa Bsdns kj
ls dh tkus okyh olwyh dh nj
Rate at which recovery
shall be made from the
contractor the event of not
fulfilling provision of
clause 36(i) Figures
words
15,000/- Per Month
(Rs.Fifteen Thousand Per
Month)

15,000/- Per Month


(Rs.Fifteen Thousand Per
Month)

ljdkjh lsok ls lsokfuo`fRr os lgk;d bathfu;j tks fMIyksek/kkjd gks] xzt


s ,q V bzt
a hfu;j ds cjkcj ekusa tk,axs
Assistant Engineers retired from Govt. Services that are holding Diploma will be treated at par with Graduate Engineers.

[k.M Clause 42
d-syk-sfu-fo }kjk eqfnzr fnYyh nj vuqlp
w h ds vk/kkj ij lhesVa vkSj fcVqeu
dh vuqekuewy ek=k fu/kkZfjr djus ds fy, vuqlp
w h@fooj.k ----------------------

I) d
I) (a)

Schedule/statement for determining


theoretical quantity of cement & bitumen
on the basis of

II)

vuqekuewyd ek=kvksa esa vuqeR; fopyu

Delhi Schedule of Rates 2014 printed by


C.P.W.D with upto date correctionslips.

Variations Permissible On Theoretical Quantities

lhesUV ftu dk;ksZ ds fy, fufonk easa vuqekfur

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

26

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

ewY; :- 5 yk[k ls vf/kd u gks

3 izfrkr tek@?kVk

Cement for works with estimated cost put


to tender not more than Rs. 5 lakhs

3% plus/minus.

for works with estimated cost put to


tender more than Rs. 5 lakhs

2 % plus/minus.

fcVqeu lHkh dk;ksZ ds fy,

2-5 izfrkr dsoy tek vkSj


?kVk ds i{k esa kwU;

b)

Bitumen for all works

2.5% plus only &


nil on minus side.

bLikr izR;sd O;kl] dksV vkSj Js.kh ds fy,


iwucZyu vkSj lajpukRed bLikr dkV

a)

ftu dk;ksZ ds fy, fufonk;asa vuqekfur


ewY; :- 5 yk[k ls vf/kd gks

[k

c)

2 izfrkr tek@?kVk

2 izfrkr

tek@?kVk

Steel Reinforcement and structural steel


sections for each diameter, section and
category.

2% plus/minus

?k

lHkh vU; lkefxz;ka

kwU;

d)

All other materials

Nil.

vuqeR; fopyu ls vf/kd dh ek=kvksa ds fy, olwyh njsa


1. RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

e la- en fooj.k
Sl No.

Description of item

vadks vkSj kCnksa esa og nj ftl ij Bsdns kj ls olwyh dh


tk,xh
Rates in figures and words at Which recovery
shall be made from the Contractor

lhesUV Cement (OPC)

vuqeR; fopyu ls
vf/kd vkf/kD;

veqeR; fopyu ls vf/kd mi;ksx


?kVk;k

Excess beyond
permissible variation
NIL

Less use beyond the permissible


variation

Rs. 4500/- per MT


(Rs. Four thousand Five hundred only)
per MT

lhesUV Cement (PPC)

NIL

Rs. 4240/- per MT


(Rs. Four thousand Two hundred Forty
only) per MT

bLikr iqucZyu
Steel reinforcement

NIL

lajpukRed dkV

NIL

Rs. 40,505/- per MT


(Rs. Forty Thousand Five Hundred five
only) per MT

Structural Sections

fu%kqYd fuxZr fcVqeu

NIL

Bitumen issued free


6

fu?kkZfjr fufpr dher ij


fuxZr fcVqeu

DG/10CA/01 Dated
03/10/2013

Bitumen issued at
stipulated fixed price

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

27

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Office Memorandum No. DG/SE/CM/CON/283 dated 05.05.2015.


Amendment in General Conditions of Contract(GCC)-2014-Payment of wages to the
labour by Contractor.
The following provision of C.P.W.D. Contractors Labour Regulations of GCC-2014 are amended:Existing Provision
Modified Provision
C.P.W.D Contactors labour Regulations
5. PAYMENT OF WAGES
vi) Wages due to every worker shall be paid to him
direct or to other person authorized by him in this
behalf.
vii) All wages shall be paid in current coin or
currency or in both.
x) It shall be the duty of the contractor to ensure the
disbursement of wages in the presence of the Junior
Engineer or any other authorized representative of the
Engineer-in-charge who will be required to be present
at the place and time of disbursement of wages by the
contractor to workmen.
xi) The contractor shall obtain from the Junior
Engineer or any other authorized representative of the
Engineer-in-charge as the case may be, a certificate
under his signature at the end of the entries in the
Register of Wages or the Wagecum-Muster Roll
as the case may be in the following from:Certified that the amount shown in column No
. has been paid to the workman concerned
in my presence on . at .

C.P.W.D Contactors labour Regulations


5. PAYMENT OF WAGES
vi) Wages due to every worker shall be paid to him
direct by contractor through Bank or ECS or online
transfer to his bank account.
vii) All wages shall be paid through Bank or ECS or
online transfer.
x) It shall be the duty of the contractor to ensure the
disbursement of wages through bank account of
labour.

xi) The contractor shall obtain from the Junior


Engineer or any other authorized representative of the
Engineer-in-charge as the case may be, a certificate
under his signature at the end of the entries in the
Register of Wages or the Wagecum-Muster Roll as
the case may be in the following from:Certified that the amount shown in column No.
.. has been paid to the
work man concerned through bank account of labour
on at .

Office Memorandum No. DG/SE/CM/CON/285 dated 04.06.2015.


Clause 5.1

Issued by Authority of Director General,


Clause 5.1

As soon as possible after the Contract is concluded,


the Contractor shall submit a Time and Progress Chart
for each mile stone and get it approved by the
Department. The Chart shall be prepared in direct
relation to the time stated in the Contract documents
for completion of items of the works. It shall indicate
the forecast of the dates of commencement and
completion of various trades of sections of the work
and may be amended as necessary by agreement
between the Engineer-in-Charge and the Contractor
within the limitations of time imposed in the Contract
documents, and further to ensure good progress during
the execution of the work, the contractor shall in all
cases in which the time allowed for any work, exceeds
one month (save for special jobs for which a separate
programme has been agreed upon) complete the work
as per mile stones given in Schedule F

The contractor shall submit a Programme Chart


(Time and Progress for each mile stone alongwith
performance guarantee and get it approved by the
Depatment. The Chart shall be prepared in direct
relation to the time stated in the Contract documents
for completion of items of the works. It shall indicate
the forecast of the dates of commencement and
completion of various trades of sections of the work
and may be amended as necessary by agreement
between the Engineer in charge and the Contractor
within the limitations of time imposed in the Contract
documents, and further to ensure good progress during
the execution of the work, the contractor shall in all
cases in which the time allowed for any work, exceeds
one month (save for special jobs for which a separate
programme has been agreed upon) complete the work
as per mile stones given in Schedule F

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

28

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Clause 7A

Clause 7A
No Running Account Bill shall be paid for the work
till the applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board, whatever
applicable are submitted by the contractor to the
Engineer-in-charge.

No Provision

Clause 19

Clause 19

The contractor shall obtain a valid license under 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 obtain a valid license under the


Contract Labour (R and 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.

Office Memorandum No. DG/SE/CM/CON/286 dated 30.06.2015.


Issued by Authority of Director General,
15. Sales-tax/VAT (except service tax), purchase tax,
turnover tax or any other tax applicable in respect of
this contract shall be payable by the Contractor and
Government will not entertain any claim whatsoever in
respect of the same. However, in respect of service
tax, same shall be paid by the contractor to the
concerned department on demand and it will be
reimbursed to him by the Engineer-in-charge after
satisfying that it has been actually and genuinely paid
by the contractor.

Clause 19 L
The ESI and EPF contribution on the part of employer
in respect of this contract shall be paid by the
contractor. These contributions on the part of the
employer paid by the contractor shall be
reimbursement by the Engineer-in-charge to the
contractor on actual basis.

15. Sales-tax/VAT (except service tax), purchase tax,


turnover tax or any other tax applicable in respect of
this contract shall be payable by the Contractor and
Government will not entertain any claim whatsoever in
respect of the same. However, in respect of service
tax, same shall be paid by the contractor to the
concerned department on demand and it will be
reimbursed to him by the Engineer-in-charge after
satisfying that it has been actually and genuinely paid
by the contractor. The applicable and eligible service
tax shall be reimbursed preferably within 7 days
but not later than 30 days of submission of
documentary proof of payment provided same are
in order.
Clause 19 L
The ESI and EPF contribution on the part of employer
in respect of this contract shall be paid by the
contractor. These contributions on the part of the
employer paid by the contractor shall be
reimbursement by the Engineer-in-charge to the
contractor on actual basis. The applicable and
eligible amount of EPF & ESI shall be reimbursed
preferably within 7 days but not later than 30 days
of submission of documentary proof of payment
provided same are in order.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

29

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD


Office Memorandum No. DG/SE/CM/CON/287 dated 24.08.2015.
Issued by Authority of Director General,

CPWD- 6 for e-tendering


10. The bid submitted shall become invalid and cost
of bid & e-tender processing fee shall not be refunded
if:i) The bidder is found ineligible.
ii) The bidder does not upload all the documents
(including service tax registration/Vat
registration/Sales-tax
registration)
as
stipulated in the bid documents.
iii) If any discrepancy is noticed between the
documents as uploaded at the time of
submission of bid and hard copies as
submitted physically in the office of tender
opening authority.
iv) The lowest bidder does not deposit physical
EMD within a week of opening of bid.

General Rules & Directions of GCC 2014


10. In the case of Item Rate tenders, only rates .
Correct and not the amount, In event no rate has been
quoted for any items (s), leaving space both in figure
(s), word (s), and amount blank, it will be presumed
that the contractor has included the cost of this/these
items (s) in other items and rate for such item (s) will
be considered as zero and work will be required to be
executed accordingly.

CPWD- 6 for e-tendering


10. The bid submitted shall become invalid and cost
of bid & e-tender processing fee shall not be refunded
if:i) The bider is found ineligible.
ii) The bidder does not upload all the documents
(including service tax registration/Vat
registration/Sales-tax
registration)
as
stipulated in the bid documents.
iii) If any discrepancy is noticed between the
documents as uploaded at the time of
submission of bid and hard copies as
submitted physically in the office of tender
opening authority.
iv) The lowest bidder does not deposit physical
EMD within a week of opening of bid.
v) If a tender 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.
General Rules & Directions of GCC 2014
10. In the case of Item Rate tenders, only rates .
Correct and not the amount, In event no rate has been
quoted for any items (s), leaving space both in figure
(s), word (s), and amount blank, it will be presumed
that the contractor has included the cost of this/these
items (s) in other items and rate for such item (s) will
be considered as zero and work will be required to be
executed accordingly.
However, if a tenderer quotes nil rates against
each itm in item rate tender, the tender shall be
treated as invalid and will not be considered as
lowest tenderer.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

30

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

31

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

ADDITIONAL AND SPECIAL CONDITIONS FOR CIVIL WORK


1.1
1.2

In case there is any discrepancy between English Version and corresponding Hindi
Version Wherever provided, Then the provisions of English Version will prevail.
Wherever any reference to any Indian Standard Specification occurs in the documents relating
to this contract, the same shall be inclusive of all amendments issued there-to or revisions
thereof, if any, up to the date of receipt of tenders.

1.3

The contractor shall work according to the programme of work as approved by the Engineerin-charge, for which purpose, the contractor shall submit a tentative programme of the work
within 15 days from the stipulated date of start of the work.

1.4

The Contractor will have to work according to the program of work decided by the Engineerin-charge. Wherever desired by Engineer-in-charge the contractor shall also construct a
sample unit complete in all respect within time specified by the Engineer-in-charge & this
sample unit shall be got approved from the Engineer-in-charge before mass construction is
taken up .No extra claim whatsoever beyond the payment due at agreement rates will be
entertained from the contractor on this account .

1.5

The contractor shall take instructions from the Engineer-in-charge for stacking of materials at
site. No excavated earth or building materials shall be stacked on areas where the buildings,
roads, services or compound walls are to be constructed.

1.6

If as per municipal rules the huts for labourers are not to be erected at the site of work by the
contractors, the contractors shall provide such accommodation at such locations as are
acceptable to local bodies, for which nothing shall be payable.

1.7

Unless otherwise provided in the Schedule of quantities, the rates tendered by the contractor
shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and
nothing shall be payable to him on this account. However, payment for centering, shuttering, if
required to be done for floor heights greater than 3.5m, shall be admissible, if not already
specified otherwise.

1.8

The working drawings appearing at para 8.1(iii) of conditions of contract in the form CPWD7, shall mean to include both architectural and structural drawings respectively. The structural
and architectural drawings shall be properly correlated before executing the work. In case of
any difference noticed between architectural and structural drawings, final decision, in writing
of the Engineer-in-charge shall be obtained by the contractor before proceeding further.

1.9

Samples for particular items of work shall be prepared, for prior approval of the Engineer-incharge before taking up the same on mass scale and nothing shall be payable on this account.

1.10

If ISI marked products are available, the contractor shall use only ISI marked products. In
other cases, the materials shall conform to CPWD specifications. In case a materials/product is
neither covered by ISI nor by CPWD specification, the work shall be carried out as per sound
engineering practice, in which case the decisions of the Engineer-in-charge shall be final &
binding. In such cases Engineer-in-charge shall satisfy himself about the quality of such
materials and give his approval in writing. Only articles classified as first quality by the
manufacturers shall be used unless otherwise specified. All materials not having ISI mark shall
be tested as per relevant ISI specifications. The Engineer-in-charge may relax the condition
regarding testing if the quantity of the materials required for the work is small. In all cases of
used of ISI marked materials proper proof of procurement of materials from authentic

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

32

CPWD

1.11

160 YEARS OF ENGINEERING EXCELLENCE CPWD

manufacturers shall be provided by the contractor to the entire satisfaction of Engineer-incharge.


Some restrictions may be imposed by the security staff etc. on the working and for
movement of labour, materials etc. The contractor shall be bound to follow all such
restriction / instructions and nothing extra shall be payable on this account.

1.12

Unless otherwise specified all materials (e.g. stone and other valuable material) obtained in the
work of dismantling, excavation etc. shall be considered Government's property and shall be
neatly stacked at site & in the manner as decide by the Engineer- in-charge.

1.13

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

1.14

Other agencies doing works related with this project will also simultaneously execute the work
and the contractor shall afford necessary facilities for the same. The contractor
shall leave
such necessary holes, opening etc. For laying/burying in the work pipes, cables, conduits,
clamps, boxes and hooks for fan clamps etc. as may be required for
other agencies.
Conduits for electrical wiring/cables will be laid in a way that they leave enough space for
concreting and do not adversely affect the structural members. Nothing extra over the
agreement rates shall be paid for the same. The contractor shall extend necessary co-operation
to them without any claim on this account.

1.15

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

1.16

Any cement slurry added over base surface for bond or for continuation of concreting, its cost
shall be deemed to have been included in the respective items, unless specified otherwise and
nothing extra shall be payable nor extra cement shall be considered in the cement consumption
on this account.

1.17

Stacking of materials and excavated earth including its disposal shall be done as per the
directions of the Engineer-in-Charge. Double handling of materials or excavated earth if
required shall have to be done by the contractor at his own cost.
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.

1.18

1.19

(a) The building work will be carried out in the manner complying in all respect with the
requirements of relevant bylaws of the local body under the jurisdiction of which the work is
to be executed or as directed by the Engineer-in-charge and nothing extra will be paid on
this account.
(b) The work of water supply, internal sanitary installations and the drainage work
etc
may required to be carried out as per local Municipal Corporation or such local bodyBylaws and the contractor in such cases shall produce necessary completion certificate from
such authorities after completion of the work.
(c) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories wherever
required should conform to by-laws and specifications of the municipal body/corporation where
CPWD specifications are not applicable. The contractor should engage licensed plumbers for the work
and get the materials (fixtures/fittings) tested by the Municipal body/Corporation authorities wherever
required at his own cost.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

33

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

(d) The contractor shall comply proper and legal orders and directions of the local or public authority
or municipality and abide by their rules and regulations and pay all fees and charges which he may be
liable.
1.20

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 .

1.21.1 The work pertaining to the items of internal finishing should be started in consultation and with prior
approval of Engineer-in-Charge as soon as the structure of two floors is completed.
1.22

All materials equivalent to the one specified should be got approved by the Engineer-in-charge before
using the said materials in the work.

1.23.

Any damage to work resulting from weathering conditions, defacing or from any other cause such as
negligent act on the part of contractor, until the work is taken over by the Department after completion
of work, shall be made good by the contractor , at his own cost .
The tendered rates are inclusive all taxes, cess and levies etc. payable under the respective statutes.

1.24

General Conditions of Contract of CPWD

1. Till the work is almost completed to the satisfaction of Engineer-in-charge.


a. Contractor shall not divert any advance payments or part thereof for any other purpose other than
needed for completion of the contracted work. All advance payments received as per terms of the
contract (i.e. mobilization, secured against materials brought at site, secured against plant & machinery
and/ or for work done during interim stages, etc.) are required to be re-invested in the contracted work
to ensure advance availability resources in terms of materials, labour, plant & machinery needed for
required pace of progress for timely completion of work.
b. All running account bills preferred by the contractor for advance payments shall be processed only if
Engineer-in-charge is satisfied that upto date investments (excluding security deposit & performance
guarantee, which are not considered as investments) made by the contractor against contracted work
are more than the payments received. Accordingly, all running account bills shall be supported with an
account of upto date payments received vis--vis upto date investments made on the work to enable
engineer-in-charge to check to his satisfaction that the payments made by engineer-in-charge are
properly utilized only on the work and nowhere else.

1.25
(a)

TESTING OF MATERIALS
The contractor shall also assist inspection and collection of samples by Engineer in charge for
testing. The samples of material/items of work for testing as per specification by Eninger in
charge or his representative shall be provided free of charge by the contractor. The cost incurred
in collection of samples and its packing and transporation to the approved lab/field laboratory
including testing charges shall be borne by the contractor.
(b)
The contractor shall produce all the materials in advance so that there is sufficient time for testing
and approving of the materials and clearance before use in work .
(c)
With a view to avoid controversy about quality of cement concrete as revealed in the test results
of 7 days cubes falling short of the prescribed standards by over 10% to 20% and pending testing
of balance 3 cubes for 28 days as final confirmatory acceptance tests, crushed samples of cement
concrete from the failed 7days cubes should be preserved in a sealed bag .
(d)
In case of concrete and reinforced concrete work, the contractor shall be required to make
arrangement for carrying out crushing strength tests at his own cost.He shall render all assistance for
the preparation of cubes, safe custody of the same,proper curing and carriage upto the laboratory
where the test is to be performed. The cube test can be performed at any laboratory approved by the
Engineer-in-charge.
1.26 The contractor shall provide at his own cost electric ovens and suitable weighing and measuring
arrangements at site as may be necessary for execution of work.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

34

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

1.27 The contractor is supposed to inspect the building / work site before tendering. He should collect and
get acquainted with all relevant prevailing conditions of site restrictions, facilities etc. available for
proper and smooth execution of work
1.28 If as per municipal rules or Client Department rules, the huts for labourers are not be executed at site of
work by the contractor, the same shall be complied with by the contractor. The department shall not
provide any alternative site or space at any location and all necessary arrangement shall have to be
made by the contractor at his own cost. Nothing extra whatsoever shall be payable on this account.
1.29 Wherever desired by Enigineer-in-charge, the contractor shall also constrct a sample unit complete in
all respect within time specified by the Engineer-in-charge & this sample unit shall be got approved
from the Engineer-in-charge before mass construction is taken up. No extra claim, whatsoever beyond
the payment due at agreement rates, will be entertained to the contractor on this account.
1.30 Dismantling of cement concrete flooring inside the quarters shall be done with the help of mechanized
virbratory hammer, drills etc. The work shall be carried out in such a way that there should be least
disturbance to the adjoining allottees and work should be completed within least possible time. The
contractor must ensure that there should be no damaged to supporting RCC members.

FOR UPGRADATION WORKS OF VACANT/OCCUPIED QUARTERS.


1.31 The work of addition and alterations covered under this contract shall be carried out in the individual

1.32

1.33

1.34
1.35

vacant/occupied quarters.The vacant/occupied quarters may be made available to the contractor for
execution of work in piece meal/ in parts, and the contractor shall execute the work in these
vacant/occupied quarters made available to him and the contractor shall not calim anything extra over
agreement rates, due to execution of works in piece meal manner.
No labour huts shall be allowed inside the campus of above said work. The contractor shall arrange for
the stay of labour outside the campus including transport and nothing extra shall be payable on the
account.
The malba/garbage generated at site of work due to construction activities shall be removed from the
site immediately & shall be collected daily at suitable place identified by the Engineer-in-charge and
then disposed off to the approved dumping site as per agreement item etc. The surplus soil/earth shall
be disposed of as per the directions of Engineer-in-charge separately.
Steel tubular double scaffolding shall be provided and erected by the contractor wherever scaffolding is
required & nothing shall be paid on this account except provision already exists in any item.
All the malba or rubbish obtained from dismantling or otherwise during the execution of the work shall
be brought down in packed bags or similar means through the staircase and is not to be thrown to the
ground directly from the first floor or second floor etc. This shall be transported and stacked properly
in the specified common disposal point/dumping ground ear marked by field staff by cycle rickshaw or
any other similar means on the same day and the site shall be kept clean including the stair case etc. as
per the instructions of the Engineer-in-charge. Nothing extra shall be paid on this account. A fine of
Rs. 500/- shall be recovered from the contractor for each complaint/default of such cases.
After the collection of a full truck load to the said malba (approx 4.5 cum) the same shall be disposed
off by the contractor to the authorized municipal dhalao/dumping ground, for which the payment shall
be made to contractor per MT basis as per item in the agreement. In case of non-removal/disposal
within seven days after collection of a full truck load malba, a fine of Rs. 1000/- (One Thousand) per
day shall be recovered from the contractor. g

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

35

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

PARTICULAR SPECIFICATIONS FOR CIVIL WORK


1.0

GENERAL

1.1

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

1.2.1 All stone aggregate and stone ballast shall be of hard stone variety to be obtained
approved quarries or any other source to be got approved from the Engineer-in- charge .

from

1.2.2 Sand to be used for cement concrete work, mortar for masonry and plaster work shall
be
of standard quality and to be got approved from the Engineer-in-charge and screened
as required.
The same shall consist of hard siliceous material. It shall be clean sand.
1.3 Unless otherwise specified in the schedule of quantities, the rate of all items of the work
be considered as inclusive of pumping out or bailing out water, if required, for
which no
payment will be made .This will include water encountered from any
source, such as
floods, sub-soil water table being high or due to any other cause whatsoever.
1.4
All the materials required to be tested shall be tested as per provisions of the relevant
I.S. Codes. Should there be any difference between acceptance CRITERIA given in I.S.
Codes, C.P.W.D. specifications and special conditions, the acceptance CRITERIA shall
the following order of precedence:
1.
2.
3.

shall
extra
rains,

be in

Special conditions
C.P.W.D. Specifications
I.S. Codes

2.0

STORAGE OF CEMENT:-

2.1

Cement bag shall be stored in separate godown to be constructed by contractor at his own cost
as per sketch (which is only indicative & actual size will depend on the site requirements)
provided in CPWD specifications 1996 Vol. II with weatherproof roofs and walls. Each
godown shall be provided with a single door with two locks. The keys of one lock shall remain
with CPWD Engineer-in-charge of work and that of the other lock with the authorised agent of
the contractor at the site of work so that cement is removed from the godowns according to the
daily requirements with the knowledge of both the parties & proper account maintained in
standard proforma.

2.2

Royalty at the prevalent rates shall have to be paid by the contractor on all the building
metals, shingle, sand and bajari etc. collected by him for the execution of the work, directly
to the Revenue authority or authorised agent of the state Govt. concerned or Central Govt.

2.3

For all kind of RCC works only O.P.C. shall be allowed to be used. However, PPC may be
used for works other then RCC as per directions of Engineer-in-charge.

2.4

The contractor shall construct separate stores for storage of OPC & PPC at site and the
contractor will not claim any thing extra on this account.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

36

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

2.5

Separate cement registers showing the receipt and issue of the OPC and PPC shall be
maintained at site.

3.0

EMBEDDING OF PIPES, CONDUITS ETC.

3.1
The brick work for the portions of external wall of W.C. through which pipes are taken, will
be done after the pipes are fixed as for as practicable.
3.2
All crossings, embedment etc. in walls and floors for water supply, drainage and sanitary
pipes, fittings etc. shall be provided as per previously prepared detailed
drawings for individual
walls and floors so as to avoid cuttings of brick work and floors. All such areas shall be made good
during finishing and nothing extra shall be paid for this.

4.0

RCC WORK
4.1The steel bars shall be stored about 30 to 45 cm above ground. A uniform coat of cement
wash shall be given to steel reinforcement bars. In places where rainfall is heavy, steel bars
shall be stored in protective environment to mitigate deterioration due to corrosion.
The cement for application of slurry on steel bars will be duly issued. However, no extra
payment shall be payable for the application of slurry coating on steel bars.

5.0

WOOD WORK

5.1

Factory made shutter, as specified shall be obtained from factories to be approved by the
Engineer-in-charge & shall conform to IS 2202 (part-I) 1977. The contractor shall inform well
in advance to the Engineer-in-charge, the names and address of the factory where from the
contractor intends to get the shutters manufactured. The contractor will place order for
manufacture of shutters only after written approval of the Engineer-in-charge in this regard is
given. The contractor is bound to abide by the decision of the Engineer-in-charge &
recommend a name of another factory from the approved list in case the factory already
proposed by the contractor is not found competent to manufacture quality shutters. Shutters
will, however, be accepted only if this meet the specified tests. The contractor will also
arrange stage wise inspection of the shutters at factory to the Engineer-in-charge or is
authorised representative. Contractor will have no claim if the shutters brought at site are
rejected by Engineer-in-charge in part or in full lot due to bad workmanship and quality. Such
shutters will not be measured & paid and the contractor shall remove the same from the site of
work within 7 days after the written instruction in this regard are issued by Engineer-in-charge
or his authorised representative.

6.0

FLOORING, SKIRTING, VENEERING, DADO, RISERS & STEPS, JAMBS, SILLS &
SOFFITS

6.1

Nothing extra shall be payable for using combination of marble, granite, kota, sand stone slabs
& ceramic tiles etc. in the required pattern at various locations.

6.2

Nothing extra will be paid for the additional thickness of bed mortar that will be required to
achieve uniform finished surfaces on account of difference in specified thickness of marble,
granite, kota stone, sand stone & ceramic tiles etc.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

37

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

6.3

Flooring in toilets, verandah, kitchen, courtyard etc. shall be laid to the required slope/gradient
as per the directions of the Engineer-in-Charge.

6.4

The pattern, spacing and locations of joints shall be as per drawings and direction of the
Engineer-in-Charge.
STEEL WORK

7.0
7.1

The rate of Tee/Angle iron frame shall include the cost of materials & labour of the following.
(a)
M.S. tie of 10 mm dia. bar shall be welded to M.S. frames at the bottom to keep the
frames in correct position. The tie shall be embedded in floor concrete. No
tie shall be
necessary for window frames.
(b)
M.S. frame for doors shall have 4 Nos. M.S. lugs 15 x 3 mm., 10 cm long, welded to
each vertical member of the frame.
(c) The M.S. plate cramps 15 x 6 mm thick for holding arrangements shall be provided
and welded as per site conditions.

7.2

Steel windows/ventilators to be provided in the work shall be from ISI approved


manufacturers or from the firms approved by the Chief Engineer, CDO, CPWD. An
illustrative list of such approved manufactuers is given as under:-

1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
11)

M/s Steelco Ratu Road, Ranchi (Behar) 834001


M/s Metal Windows Corporation, 29/1, New Rohtak Road, Anand Prabhat
Industrial area, Gali No. 6, New Delhi 110005.
M/s A.R. Industries, 109, Navyug Market, Ghaziabad 201001.
M/s AVA Steel Industries, Sukanta Nagar (Near Janakalyan Ashram), Post
Ravindra Sarani, Siliguri, West Bengal, Pin 734406
M/s B.A. Enterprises, South Station Road, Agarpara, (Solpatabagan), 24,
Paraganas (WB).
M/s Modern Fabricators, 23J, Radha Madhav Garden Lane, Calcutta
700010.
M/s Madhu Industries, L- 59, Malvalli Tank Bund Road, Bangalore 560010.
M/s Steel Engineers, 203, Kabiguru Ravindra Path Kacharapara, 24
Parganas (WB) 743145.
M/s Steelex Industrial Corporation, 154, Lenin Sarani, Calcutta- 700013.
M/s Supreme Steel C- 13, MIDC, Industrial Area, Nagpur 440028.
M/s Gole & Company, E- 28/1, MIDC Area, Hingna Road, Nagpur 440028.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

38

CPWD
8.0

160 YEARS OF ENGINEERING EXCELLENCE CPWD

WATER PROOFING TREATMENT


The water proofing items shall be got done through the firms approved by the Chief
Engineer, CPWD.

8.1

INTEGRAL CEMENT BASED WATER PROOFING TREATMENT

8.1.1

The proprietary waterproofing compound shall preferably bear ISI mark or shall conform to
I.S. 2645-1975. Water proofing compound shall be brought to site prior to commencement of
work, from which random sample would be got tested to ascertain its conformity to the
relevant I.S. code. The proprietary waterproofing compound shall be added at the rate
recommended by the manufacturing firm, but not exceeding 3 percent by weight of cement.
Water proofing compound shall be kept under double lock & key & record of its issue shall be
kept in the same manner as for issue of cement.

8.1.2. While doing treatment of roof surface, it shall be ensured that the outlet drain pipes have been
fixed and mouths at the entrance have been eased and rounded off properly for easy flow of
water.
8.1.3

The surface where the waterproofing is to be done, shall be thoroughly cleaned with wire
brushes. All loose scales shall be removed and dusted off. The surface shall be treated with
neat cement slurry admixed with proprietary water proofing compound, to penetrate into
crevices and fill up all the pores in the surface. This cement slurry shall also be applied at the
junction of parapet and terrace slab including the vertical face of the parapet.

8.1.4. After the slurry coat is laid, layer of well burnt brick bats shall be laid to required gradient and
joints filled to half the depth, in cement mortar of mix as specified by the manufacturing firm,
but not leaner than 1:5 (1 cement : 5 coarse sand) duly admixed with proprietary
waterproofing compound. The brickbat layer shall be rounded at the junction with parapet and
merged with the treatment to be provided on the parapet up to 300mm. height. Curing of this
layer shall be done for 3 days.
8.1.5

After curing, the surfaces shall be applied with a coat of cement slurry admixed with
proprietary water proofing compound.

8.1.6

Joints of brick bats layer shall be filled fully with cement mortar of mix as specified by the
specialist firm but not leaner than 1:4 (1 cement : 4 coarse sand) admixed with proprietary
water proofing compound and finally top finished with average 20 mm thick layer of same
mortar and finished smooth with cement slurry admixed with proprietary water proofing
compound. The finished surface shall have marking of 300 x 300 mm false squares

8.1.7

Curing of water proofing treatment, thus completed, shall be done for a minimum period of ten
days.

8.1.8

The finished surface, after water proofing treatment, shall have minimum slope of 1 in 80. At
no point, shall the thickness of water proofing treatment, be less than 65 mm.
The measurements shall be taken along the finished surface of treatment including the rounded
and tapered portion at junction of parapet wall. Length and breadth shall be measured correct

8.1.9

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

39

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

to one centimeter and area shall be worked out to nearest 0.01 sqm. No deduction in
measurements shall be made for either openings or recesses for chimneys, stacks, roof lights
and the like for areas up to 0.40 sqm. Nothing extra shall be paid, for forming such openings.
For similar areas exceeding 0.40 sqm. deductions shall be made in measurements for full
openings and nothing extra shall be paid for making such openings.
8.1.10 The rate shall include the cost of all labour and materials involved in all the operations
described above.
8.1.11 GUARANTEE FOR WATER PROOFING TREATMENT
The contractor shall give Ten years performance guarantee in the prescribed proforma
(specimen appended) for the water proofing treatment. In addition 10% (Ten percent) of the
cost of these items shall be retained as security, to watch the performance of the work
executed. However, half of this amount (withheld) shall be released after five years, after the
completion of the work, if no defect come to the notice. If any defect is noticed during the
guarantee period, it shall be rectified by the contractor within Seven days and, if not attended
to, the same shall be got done by other agencyat the risk and cost of contractor. In any case
the guaranteeing firms during the guarantee period shall inspect and examine the treatment
once every year and make good any defect observed. However, the 10% security deposit
referred above can be replaced with bank guarantee of equivalent amount for relevant period.
9.0

CUT BRICK (MARUKONA)


Wherever cut brick (Marukona), as required under para 6.2.4.7 of C.P.W.D.
Specifications 1996 Vol.II, is not feasible, on account of available quality of bricks, the
same shall be replaced by cement concrete 1:2:4 and no extra payment for the
provisions
of C.C. 1:2:4 shall be made nor would the quantity of C.C. 1:2:4 thus

provided be

deducted from measurements of brick work.

10.0 ALUMINIUM WORK


10.1

GENERAL

The following are applicable particularly to Aluminium Works as contained in this tender
documents:10.2. MANUFACTURER'S TEST CERTIFICATE
The contractor, if required by the Engineer-in-Charge, shall produce manufacturer's test
certificates for any material or particular batch of materials supplied by him. The test carried
out shall be as per relevant specifications / Indian standard codes.
10.3

APPROVAL OF SAMPLES

The contractor shall submit to the Engineer-in-charge, samples of all materials for approval
and no work shall commence before such samples are approved. Samples of unanodised as
well as anodised and electro-coloured aluminium sections, neoprene gaskets, thermal
barrier sections, glass, screws, hardware and any other material components requiring
approval of samples, in opinion of Engineer-in-charge shall be submitted for approval.
The above samples will be retained as standards of materials and workmanship.
10.4

ALUMINIUM SECTIONS.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

40

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

10.4.1. Aluminium sections to be used for doors, windows, ventilators and fixed glazing etc.
shall
be manufactured by reputed companies & shall be appropriate to meet
architectural designs of
relevant components.
10.4.2. The aluminium extruded sections shall conform to I.S., Designations EIWP/HVIWP alloy,
with chemical composition and technical properties as per I.S. 733 and I.S. 1285, respectively.
10.4.3. For sectional weight, tolerance limits shall be (-) 0.5%
10.5.
10.5.1

FABRICATION

All joints shall be accurately fabricated and be hairline in appearance.

10.5.2 Taking into consideration varying profiles of aluminium sections being extruded by approved
manufacturers, the contractor shall prepare detailed shop drawings of his proposal using
suitable sections based on architectural design/drawings, adequate to meet the
requirement/specifications laid down in this tender documents and as proposed by the
manufacturer and these detailed show drawings shall be subject to approval of the Engineerin-Charge.
10.5.3 All doors, windows, ventilators and glazing etc. shall be completely leak proof against water
and air with neoprene gaskets and silicon sealants to the best satisfaction of the Engineer-incharge, for which no extra payment shall be made.
10.5.4 The frames shall be strictly as per Architectural drawings, the corners of the frame being
fabricated to the true right angles. Both the fixed frames and openable shutter frames shall be
fabricated out of sections, which have been cut to length, mitered and mechanically joined for
satisfactory performance. All members shall be accurately machine milled and fitted to from
hairline joints. The jointing accessories such as cleats, brackets, screws etc. shall be of such
materials as not to cause any bimetallic action. Nothing extra shall be paid for jointing
accessories.
10.5.5 Mitered joints of the doors, windows, ventilators shutters and frames shall be either corner
crimped or fixed with self tapping stainless steel screws of approved make and quality with
heavy duty extruded aluminium cleats and sealed with silicon sealant, for which nothing extra
shall be paid.
10.5.6 Verticals of the frame shall be embedded in the floors, wherever required, upto 50 mm, by
cutting and making good of the floor. Nothing extra shall be paid for the same.
10.6
10.6.1

FIXING

(a) The screws used for fixing aluminium frames to masonry walls/RCC members and
aluminium members to another aluminium members shall be Cadmium plated & of
aluminium alloy or stainless steel of approved make and quality. Threads of machine screws
used shall conform to requirement of I.S. 4218.
(b)
The gap between frames and supports and any gap in the various sections shall be
filled with approved silicon sealant to ensure complete water tightness. The sealant shall be
such approved colour and composition that it would not stain the masonry/RCC work. It
should not sag or flow and shall not set hard or dry out under any conditions of weather. The
SILICON sealant shall be used as required and shall match the colour of the aluminium
sections. Any excess sealant shall be removed/cleared. Nothing extra shall be paid for the
above.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

41

CPWD
10.7

160 YEARS OF ENGINEERING EXCELLENCE CPWD

ANODISING / ELECTRO COLOURING

10.7.1 Aluminium section shall be anodized as per IS 7088 1973, Anodising to be as per grade AC15 and not less than 15 microns thick, when measured as per I.S. 6012, in matt Champagane
electro colour with colour fastness rating No. 8 of IS 1868 1982. Colour anodizing would be
done only by electro-colour process. No visual variation in colour shall be permitted.
10.7.2 The anodic coating shall be properly sealed by steam or by boiling in deiodized water as per
I.S. 1868 and / or I.S. 6057. Sealing quality shall be tested in accordance with the relevant
standards. Nothing extra shall be paid for above.
10.7.3 The contractor should satisfy himself by 100% checking in the factory that the thickness of the
anodic coating is found to be minimum 15 microns and sealing quality appropriate
everywhere. The testing shall be done by EDDY CURRENT METHOD as per I.S. 6012 for
thickness. If any material is found substandard, the same shall be totally rejected. Requisite
tests shall also be required to be carried out at site as instructed by the Engineer-in-charge and
the contractor shall arrange all the equipments required for these tests at site. Nothing extra
shall be paid for above.
10.7.4 All anodised aluminium works shall conform to relevant I.S. standards relating to materials,
workmanship & fabrications respectively. Codes including I.S. 1868-1982, I.S. 733-1983 I.S.
1948-1961, I.S. 7088-1973, I.S.. 6012-1970, I.S. 1285-1975, I.S. 7401975 respectively
are considered relevant and applicable.
10.7.5 A thick layer of clear transparent lacquer based on methacrylates or cellulose styrate shall be
applied on the anodised sections, before they are brought at site. This lacquer shall be removed
after installations are complete or as an alternative, the exposed surface of the aluminium
sections shall be provided with gummed paper tape protection. After fixing and assuring of
proper functioning of doors, windows etc, such protective layer shall be cleaned out/removed.
Nothing extra shall be paid for above to the Contractor.
10.8 GLAZING
10.8.1 All glass panes shall be retained within aluminium framing by use of exterior grade neoprene
gaskets. No water leakage should occur on the interior even if water penetrates exterior
neoprene gaskets. Use of glazing or caulking compounds around the perimeter of glass will
not be permitted. All fixed glass panes shall be supported by setting blocks. There should be
no whistling or rattling. Before installation of glass, contractors shall ensure the following:

10.8.2
10.9
10.9.1

a) All glazing rebates shall be square, to plumb, true to plane, dry and free from dust.
b) Glass edge shall be clean and cut to exact size.
c) Glazing shall provide such thermal expansion and contraction of components, as will
be caused by temperature variations inside and outside without causing buckling stress on
glass or detrimental effect on structural elements and components.
Samples of typical glazing shall be made and got approved by the Engineer-in-charge
before mass installation is taken in hand.
PROTECTION AND CLEANING

After erection and removal of protective layer, all aluminium works including glass panes
shall be washed with a suitable thinner and water to give a uniform clear appearance
free
from all marks and blemishes.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

42

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

10.10 MEASUREMENT AND RATES


10.10.1. For Aluminium frame work, the payment shall be made as per actual weight in accordance
with the procedure prescribed by Engineer-in-charge.
10.10.2

10.10.3

10.10.4

10.10.5

For fixed glazing and fixed laminated inserts, length and breadth of the area where glass
panes etc. are to be seated, shall be measured correct to half a centimeter and area to be
calculated in square meters correct to two places of decimal.
For openable shutters portion for all types payable on the area basis, clear openings of shutter
shall be measured at its closed position correct to half centimeter and area shall be
calculated in square meter correct to two places of decimal.
Prefabricated anodised aluminium decorative protective grill (including frame work) shall be
measured correct to half a centimeter in both the directions and area worked out correct to two
places of decimal.
It is made clear that items such as cleats/angles, other fixtures, nuts, bolts, screws etc., which
shall be required for fabrication and erection of aluminium work as per this tender documents,
shall not be considered for the purpose of measurements and payment of various items. The
rate of various items as per schedule of quantities is however inclusive of above elements and
nothing extra shall be paid for the same.

11.0

VARIATION IN CONSUMPTION OF PIG LEAD


The pig lead for caulking of joints of SCI/CI pipes shall be issued as per theoretical
consumption for SCI/CI pipes of size 100 mm, 75 mm & 50 mm, @ 0.98 kg., 0.88 kg. and
0.77 kg. per joint respectively. Over and above the theoretical quantities of lead as worked
out, a variation of 5% shall be allowed for wastage etc. Any difference between the actual
consumption of pig lead and theoretical consumption worked out on the above basis, including
the authorised variation shall be recovered at the rate mentioned under schedule "F". Where
the pig lead is arranged by the contractor, variation of 5% will be allowed. In case variation is
on lesser side, the quantity of less pig lead used shall be recovered from the contractor at
market rate to be determined by the Engineer-in-charge, whose decision in the matter shall be
final & binding.

12.0
12.1

PAINT BROUGHT BY THE CONTRACTOR


The contractors shall bring sufficient quantity of paint of brand & shade approved
by Engineer-in- incharge prior to the commencement of work & keep it in his stores at site of
work under double lock & key
The paint shall be issued to the contractor from time to time according to requirements for the
work in the same manner as followed for issue of cement
Empty containers shall not be removed without the written permission of the Engineer-incharge.

12.2
12.3
13.0

FIXING OF SCI/CI PIPE


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
shall be payable on this account.

14.0

FINISHING WORK

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

43

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

1. All doors, windows, floors, furniture, electric & fittings and other article shall be protect from
dust, splashes and damages, sufficient covering for the days work shall be shown to the
representative of the Engineer-in-charge before the contractor will be allowed to proceed with
work, splashes and dropping from white washing. Colour washing, distempering, painting etc.
on walls, floors, doors and windows, down take pipes furniture shall be removed by the
contractor at his own cost and the surface cleaned simultaneity after the completion of the days
work in individual room/quarter or premises where the work is done, without waiting for the
actual completion of all the other items of contract. In case the contractor fails to comply with
this requirement the Engineer-in-charge or his authorised representative shall have the right to
get this work done at the risk and cost of the contractor either departmentally or through
another agency without issue of any notice to the contractor, on this account. The
representative of the Engineer-in-charge will however, mention about it in the site order book
before employing the labour on the job at the contractor cost.
2.
3.
4.
5.
6.

7.

The work is required in piece meal manner and be started at very short notice and be
completed as per programme decided as per the convenience of occupants.
Before starting the work a sample of required shade for paints/distemper will have to be
prepared as per direction of Engineer-in-charge and got approved.
The contractor shall see the site conditions of existing splashes/paint marks etc. and
quote rates accordingly.
The cleaning operation should be done within 24 hrs. of completion of job otherwise a
recovery @ Rs. 5000/- per flat shall be made.
50% quantity of paints required theoretically shall be deposited with Junior Engineer-in-charge
by the contractor before physically start of work. The material shall be approved by the
Engineer-in-charge before use. The paints drums/containers shall be identification numbered by
the Assistant Engineer-in-charge. The empty drums shall not be removed from site till
completion of work. After consuming this quantity, balance quantity shall also be received and
used in same manner. Any violation of this condition shall be viewed seriously and Assistant
Engineer-in-charge will be held responsible personally.
The register for internal finishing for each quarter shall be maintained by the field staff with
signature of alloottee in prescribed proforma. Photocopy of the register for the quarters
measured for payment shall be submitted with each bill.

8.
It will be the responsibility of the contractor to take direction on time from the
Engineerin-charge in advance so that the progress of the work is not affected.
9.
The following theoretical coefficient shall be considered for working theoretical quantities.
A)
Synthetic enamel paint :(i)
Two or more coats on new work 1.16 litre per 10 sqm.
(ii)
One or more coats on old work 0.70 litre per 10 sqm.
B)
Pink or grey primer 0.75 litre per 10 sqm.
C)
Repainting of C.I. Cistern with synthetic enamel paint 0.20 litre each.
D)
Anticorrosive bitumastic paint one or more coats on rain water pipe.
a)
50 mm diameter pipe 1 litre per 100 metre.
b)
75 mm diameter pipe 1.46 litre per 100 metre.
c)
100 mm diameter pipe 1.91 litre per 100 metre.
E)
Plastic emulsion paint.
a)
Two or more coats on prepared surface 1.21 litre per 10 sqm.
b)
One or more coats on old work 0.73 litre per 10 sqm.
F)
Repainting of G.I. pipe one or more coats on old work with synthetic enamel paint.
a)
15 mm diameter pipe 0.3297 litre per 100 metre.
b)
20 mm diameter pipe 0.4396 litre per 100 metre.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

44

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

I)

c)
25 mm diameter pipe - 0.5495 litre per 100 metre.
d)
32 mm diameter pipe 0.7035 litre per 100 metre.
Wood preservative oil type one or more coats 0.81 litre per 10 sqm.
Oil bound washable distemper.
a)
One or more coats on old work 1.00 kg per 10 sqm.
b)
Two or more coats on prepared surface 1.50 kg per 10 sqm.
Cement primer 0.70 litre per 10 sqm.

10.

The brand and manufacture of materials to be used shall be as follows:-

G)
H)

A)

B)

C)

iv)

Oil bound/ Acrylic washable distemper in 20 kg. pack:i)


Bison acrylic washable oil bound distemper of Berger make .
or
ii)
Nerolac, washable oil bound distemper of Goodlass Nerolac make. or
iii)
Acrylic washable distemper Tractor brand of Asian Paints make. or
iv)
Maxilite brand of ICI paints make.
or
Synthetic enamel paint in 4 litre pack :i)
Luxol Hi-gloss synthetic enamel snowhite of Berger make.
or
ii)
Nerolac full gloss hard drying synthetic enamel ultra white
of Goodlass Nerolac make.
or
iii)
Apcolite histure finish white synthetic enamel paint of
Asian Paints make.
or
iv)
Dulux gloss synthetic enamel paint of ICI make.
or
Cement primer water base in 20 litre pack:i)
B.P. cement primer (alkali resistant) water thinable of Beger
paint make.
ii)
Primolite water thinable cement primer of Goodlass Nerolac
Paint make.
iii)
Cement primer of Asian paints make.
Water bourn cement primer of ICI make.
or

or
or

D)

11.

Plastic emulsion paint of Beger or ICI or Goodlass Nerolac or Asian Paints make in 20
litre pack.
Contractor shall be required to make arrangement for plastic cotton sheets for use at work
place during execution of work to protect floors, furniture shelves etc. from splashes, dust, dirt
mortars droppings etc. for which no extra payment shall be made.

12.

Any failure to fulfill the above cited conditions shall amount to debar the contractor to
quote for the same kind to tender in future.

15.0

MULTICOAT-SYNTHETIC PLASTER :This shall consist of two parts (1) SCRATCH PLASTER & (2) TERRACOAT
respectively.
Whose composition shall be as under:i)
SCRATCH PLASTER :- It shall have two component which comes in liquid &
powder from. These shall be mixed at site before application in the ratio 25 kg.
powder in 1.0 litre of liquid. Powder shall be made up of Acrylic powder polymer,
inert filler material in powder, form, finally graded silica ( 450 micron to 1.00 mm
graded) particles, Anti-fungal agents, Emulsifying agent, Emulsifying agent (Extender)

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

45

CPWD

15.1
15.2

160 YEARS OF ENGINEERING EXCELLENCE CPWD

to prevent lumping of powder during mixing, Titanium di-oxide pigments for maing it
water proof from exterior while allowing trapped water vapour breathability &
Thixotropic agent for maintaining consistency of mix. & to prevent flowing of mix
during application (EUROFIN or equilvalent) The surface to be covered shall be
procured & shal be applied with surface stabilization primer before application of
Scratch- plaster.
ii)
TERRACOAT:- It shall be made up of Acrylic Co-polymer emulsion, crushed &
precisely graded silica particles ( 500 micron & down size ), high quality rutile (Purest
form) grade Titanium di-oxide, fungicide, plasticizers & anti-corrosive agent
(EUROFIN or equivalent). This shall be applied over scratch plaster in two or more
coats to get approved shade & patter.
Measurement :- Area of surface covered shall be measured to be nearest Sq.cms.
Rate:- Rate shall be inclusive of all materials & labour involved in its application &
appurtenant operations involved therein.

16.0

The order of preference in case of any discrepancy as indicated in condition No. 8.1 under
Conditions of contract given in General Coditions of contract for Central PWD works 2014
form may be read as the following.
1.28 Description of item :- Nomenclature in the schedule of quantities.
1.29 Particular specifications for Repair and Rehabilitation works (if applicable)
1.30 Particular specifications.
1.31 Additional and Special conditions.
1.31.1 Contract Clauses of General conditions of contract for Central PWD works
1.34 CPWD specification as mentioned in Schedule F
1.35 Architectural Drawings, if any.
1.36 Indian standard specification.
1.37 Sound Engineering Practice.
17.0
18.0

The workds Equivalent, Approval and authorized in these specification shall imply and
required written approval of the Engineer-in-charge.
The rates shall include the following:18.1

18.2

All necessary materials, bolts, nuts, fasterners, nails, screws, rawl plugs, etc. as may be
necessary to complete the work detailed in the specifications, whether or not
specifically mentioned. The tenderer should ensure that he has studied the drawings
carefully and should seek any clarifications he may have from the Executive Engineer
in charge of the work. No extra claims will be entertained later on.
Cutting making and repairing of any holes/ opening junction box for electrical purpose
etc. required for any light fittings, loudspeakers, air-conditioning grills etc.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

46

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

ADDITIONAL CONDITIONS FOR CEMENT & STEEL


1.0

CONDITIONS FOR CEMENT

1.1

The contractor shall procure 43 grade (conforming to IS : 8112) Ordinary Portland cement, as
required in the work, from reputed manufacturers of cement having a production capacity not
less than one million tonnes or more per annum, such as ACC, Ultra Tech, J.P. Rewa,
Vikram, Shri Cement, Birla Jute, JK Cement and Cement Corporation of India etc., as
approved by the Ministry of Industry, Govt. of India, and holding license to use ISI
certification mark for their product. Portland puzzolana cement (fly ash based) conforming to
IS:1489 part I of equivalent grade shall also be allowed in non structural works.The tenderers
may also submit a list of names of cement manufacturers which they propose to use in the
work. The tender accepting authority reserves right to accept or reject name(s) of cement
manufacturer(s) which the tenderer proposes to use in the work. No change in the tendered
rates will be accepted if the 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 manufacturers name and ISI marking. Samples of cement arranged by
the contractor shall be taken by the Engineer-in-Charge and got tested in accordance with
provisions of relevant BIS Codes. In case the test results indicate that the cement arranged by
the contractor does not conform to the relevant BIS Codes, the same shall stand rejected, and
it shall be removed from the site by the contractor at his own cost within a weeks 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 10 tonnes or as decided
by the Engineer-in-Charge.
The cement godown of the capacity to store a minimum of 200 bags of cement shall be
constructed by the contractor at site of work for which no extra payment shall be made.

1.3

Double lock provision shall be made to the door of the cement godown. The keys of one lock
shall remain with the Engineer-in-Charge or his 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 godown. The contractor shall facilitate the inspection of
the cement godown by the Engineer-in-Charge at any time.

1.4

The cement shall be got tested by Engineer-in-Charge and shall be used on the work only
after satisfactory test results have been received. The contractor shall supply free of charge
the cement required for testing including its transportation cost to testing laboratories. The
cost of test shall be borne by the contractor.

a)

If the cement brought is in smaller lots than specified in para 1.2 above, the cost of testing
charges beyond the permissible frequency shall be borne by the contractor until and unless
specifically directed otherwise, in writing, by the Engineer-in- Charge.

1.5

The actual issue and consumption of cement on work shall be regulated and proper accounts
maintained as provided in clause 10 of the contract. The theoretical consumption of cement
shall be worked out as per procedure prescribed in clause 42 of the contract and shall be
governed by conditions laid therein. In case the cement consumption is less than theoretical
consumption including permissible variation, recovery at the rate so prescribed shall be made.
In case of excess consumption no adjustment needs to be made.
The cement brought to the site and the cement remaining unused after completion of the work
shall not be removed from site without the written permission of the Engineer-in-Charge.

1.6

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

47

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

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 three days of
receipt of such notice, the Engineer-in-Charge shall get it removed at the cost of the
contractor.

2.0

CONDITIONS FOR STEEL

2.1

The contractor shall procure TMT bars of Fe 500 grade from primary producers such as SAIL
or TISCO or RINL as approved by Ministry of Steel. In case of non-availability of steel from
primary producers the NIT approving authority may permit use of TMT reinforcement bars
procured from secondary producers. In such cases following action is to be taken by NIT
approving authority:

a)

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.

b)

The TMT bars procured from primary producers shall conform to manufactures
specifications.

c)

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.

d)

TMT bars procured either from primary producers or secondary


producers, the specifications shall meet the provisions of IS 1786 : 2008 pertaining to Fe
415D or Fe 500D or Fe 550D grade of steel as specified in the tender.
Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in
this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the
contractor does not conform to the specifications as defined under para (c) & (d) above, the
same shall stand rejected, and it shall be removed from the site of work by the contractor at
his cost within a week time or written orders from the Engineer-in-Charge to do so.

(e)

In case the contractor is permitted to use TMT reinforcement bars procured from secondry
producer then the rate quoted by the contractor shall be reduced by Rs. 2.30 per Kg.

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

The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more,
or as decided by the Engineer-in-Charge.
The steel reinforcement bars shall be stored by the contractor at site of work in such a way as
to prevent their distortion and corrosion, and nothing extra shall be paid on this account. Bars
of different sizes and lengths shall be stored separately to facilitate easy counting and
checking.

2.4

2.5

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

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

48

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Size of Bar
Under 10 mm dia bars
10 mm to 16 mm dia
bars
Over 16 mm dia bars

For Consignment below 100


tonnes

For Consignment
tonnes

above100

one sample for each 25 tonnes or


part thereof
one sample for each 35 tonnes or
part thereof

one sample for each 40 tonnes


or part thereof
one sample for each 45 tonnes
or part thereof

one sample for each 45 tonnes or


part thereof

one sample for each 50 tonnes


or part thereof

2.6

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.

2.7

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.
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.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

49

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

ANNEUXRE-I
GUARANTEE TO BE EXECUTED BY THE CONTRACTORS FOR
REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
ALUMINIUM DOORS, WINDOWS, VENTILATORS WORK.
The agreement made thisday of Two Thousand Eight and between
..Son of .. (Hereinafter called the GUARANTOR of the one part) and the
President of India (hereinafter called the Government of the other part).
WHEREAS THIS agreement is supplementary to a contract (hereinafter called the Contract) dated.. and
made between the GUARANTOR OF THE ONE PART AND the Government of the other part, whereby the contractor
inter alia, undertook to render work in the said contract recited structurally stable, leak proof and sound material,
workmanship, anodizing, colouring, sealing.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain
structurally stable, leak proof and guaranteed against faulty material and workmanship, defective anodizing, colouring
and finishing for two years from the date after the maintenance period prescribed in the contract.
NOW THE GUARANTOR hereby guarantees that the work executed by him will remain structurally stable,
leak proof and guaranteed against faulty material and workmanship, defective anodizing and colouring for the minimum
life of two years to be reckoned from the date after the maintenance period prescribed in the contract.
The decision of the Engineer in Charge with regard to cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects to the satisfaction of the Engineer in
Charge 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 Guarantors cost and risk The decision of the Engineer in Charge as to the
cost, payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects and 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 the GUARANTOR in performance and observance of this supplementary
agreement. As to the amount of loss and/or damage and/or cost incurred by the Government the decision of the Engineer
in Charge will be final and binding on the parties.
IN WITNESS WHERE OF these presents have been executed by the obligator. and by
... for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :

1..

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY in presence of

1.

2.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

50

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

ANNEXURE-II
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL
OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING
WORKS/ BRICK COBA.
The agreement made thisday of Two Thousand Eight between ..S/o of Shri
.. (Hereinafter called the GUARANTOR of the one part) and the President of India (hereinafter called the
Government of the other part).
WHEREAS THIS agreement is supplementary to a contract (hereinafter called the Contract) dated..and
made between the GUARANTOR OF THE ONE PART AND the Government of the other part, whereby the contractor
inter alia, undertook to render the building and structures in the said contract recited completely water and leak proof.
AND WHEREAS THE GURANTOR agreed to give a guarantee to the affect that the said work will remain
water and leak proof, for ten years from the date of giving water proofing treatment.
NOW THE GUARANTOR hereby guarantees that work executed by him will render the structures completely
leak proof and the minimum life of such water proofing treatment shall be ten years to be reckoned from the date of
expiry of maintenance period prescribed in the contract.
The decision of the Engineer in Charge with regard to nature and cause of defect shall be final.
During the period of guarantee, the guarantor shall make good all defects and in case of any defect found render
the building water proof to the satisfaction of the Engineer in Charge calling upon him to rectify the defects failing which
the work shall be got done by the Department by some other contractor at the Guarantors cost and risk The decision of
the Engineer in Charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to execute the water proofing or commits breach thereunder, then the guarantor will
indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by
him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary
agreement. As to the amount of loss and/or damage and or cost incurred by the Government, the decision of the Engineer
in Charge will be final and binding on both the parties.
IN
WITNESS
WHERE
OF
these
presents
have
been
executed
by
the
obligatorand..by.for and on behalf of the PRESIDENT OF INDIA on the day, month and year
first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of :
1..

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY

1.

2.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

51

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

ANNEXURE-III
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL
OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER SUPPLY
AND SANITARY INSTALLATIONS
The agreement made this ____ Day of ____ Two thousand Eight between M/s
____________________________________________________ S/o ___________________ (Hereinafter called the
GUARANTOR of the one part) and the President of India (hereinafter called the Government of the other part).

WHEREAS this agreement is supplementary to a contract (hereinafter called the


contract) dated ______________ and made between the GUARANTOR OF THE ONE PART
AND the Government of the other part, whereby the contractor inter-alia, undertook to render
the work in the said contract recited structurally stable workmanship, finishing and use of
sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain
structurally stable and guaranteed against faulty workmanship, finishing, manufacturing defects of materials and
leakages, etc.

NOW THE GUARANTOR hereby guarantee that the work executed by him will remain
structurally stable after the expiry of maintenance period prescribed in the contract for the
minimum life of two years to be reckoned from the date after the expiry of maintenance period
prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect shall
be final.
During this period of guarantee, the guarantor shall make good all defects to the satisfaction of the Engineer-inCharge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other
contractor at the Guarantors cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the
guarantor shall be final and binding.
That if the guarantor fails to make good all the defects, commits breach thereunder, then the guarantor will
indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by
him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary
agreement. As to the amount of loss and/or damage and/or cost incurred by the Government, the decision of the
Engineer-In-Charge will be final and binding on both the parties.

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


____________ and __________ by _________________ for and on behalf of the PRESIDENT OF
INDIA on the day, month and year first above written.
Signed, sealed and delivered by OBLIGATOR in the presence of:
1._________________
2. ________________
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY ____in the presence :1._________________

2. ________________

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

52

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD


AMENDMENT TO GENERAL RULES AND DIRECTIONS OF GCC 2014

(As per Amendment of General rules and direction of GCC-2014 vide DG circular No. DG/Con/281,
dated 04.08.2014, 282 dt. 10/12/2014, 283 dated 05/05/2015, 285 dated 04/06/2015, 286 Dated
30/06/2015 & 287 dated 24/08/2015.)

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

53

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD


FORM OF PERFORMANCE SECURITY(GUARANTEE)

BANK GUARANTEE BOND


In consideration of the President of India (hereinafter called " The Government") having offered to accept the terms
and conditions of the proposed Agreement between and . (hereinafter called "the
said contractors") for the work .. (hereafter called " the said
Agreement"
) having agreed to production of a irrevocable Bank Guarantee for
Rs.
..(Rupees) as a security/guarantee from the contractor(s) for
compliance of his obligations in accordance with the terms & conditions in the said agreement ,
We .. (hereinafter referred to as "the Bank")
hereby undertake to pay to
(indicate the name of the Bank)
the Government an amount not exceeding Rs. (Rupees . only) on demand
by the Government.
2)

We . do hereby undertake to pay the amounts due and payable under


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

3)

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

4).

We further agree that the guarantee herein contained shall remain


(indicate the name of the Bank)
in full force and effect during the period that would be taken for the performance of the said agreement and that it
shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have
been fully paid and its claims satisfied or discharged or till Engineer-in-Charge on behalf of the government
certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said
contractor(s) and accordingly discharges this guarantee.

5)

We further agree with the Government that the Government shall


(indicate the name of the Bank)
have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary
any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s)
from time to time or to postpone for any time or from time to time any of the powers exercisable by the
Government against the said contractor (s) and to for bear or enforce any of the terms and conditions relating to
the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension
being granted to the said contractor(s) or fore any forbearance, act of omission on the part of the Government or
any indulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have effect of so relieving us.

6)
7)

This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).
We lastly undertake not to revoke this guarantee except with the
(indicate the name of the Bank)
previous consent of the Government in writing.

8)

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

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

54

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD


FORM OF EARNEST MONEY (BANK GUARANTEE)

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


submitted his tender dated ............. (date) for the construction of .............................................. (name
of work) (hereinafter called "the Tender")
KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our
registered office at ................................... (hereinafter called "the Bank") are bound unto
................................................... (Name and division of Executive Engineer) (hereinafter called "the
Engineer-in-Charge")

in

the

sum

of

Rs.

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

(Rs.

in

words

.................................................) for which payment well and truly to be made to the said Engineer-inCharge 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 EngineerinCharge:
(a)
fails or refuses to execute the Form of Agreement in accordance with the Instructions
to
contractor, if required;
OR
(b)
fails or refuses to furnish the Performance Guarantee, in accordance with the
provisions
of tender document and Instructions to contractor,
OR
(c)
fails or refuses to start the work, in accordance with the provisions of the contract and
Instructions to contractor,
OR
(d)
fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee,
against Security Deposit after award of contract.
We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof upon
receipt of his first written demand, without the Engineer-in-Charge having to substantiates his
demand, provided that in his demand the Engineer-in-Charge will note that the amount claimed by
his is due to him owing to the occurrence of one or any of the above conditions, specifying the
occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ............. after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be
extended by the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this Guarantee should reach the Bank not later than the above date.
DATE .

SIGNATURE OF THE BANK

WITHNESS.

SEAL

(SIGNATURE, NAME AND ADDRESS)


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

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

55

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD


LIST OF APPROVED MANUFACTURES/SUPPLIERS (GENERAL)

Sl. No.
Materials
1
Poly-Sulphide / Silicon Sealent
2
3
4
5
6
7
8

STRUCTURAL STEEL SECTIONS


WHITE CEMENT
Water Proofing Compound
Bitumen
Nonmetalic Surface Hardner
Locks / Latch
Wire Mesh

9
10

Prelaminated Particle Board ISI:3087


Adhesive

11
12
13

Dash Fastners
Hydraulic Door Closer / Floor Spring
S.S. Staircase Railing

14
15
16
17

Float Glass
Nuts, Bolts and Screws, Steel
EPDM Gasket
Cement

18
19

Ceramic Tiles
Vitrified Tiles

20
21

Tile Adhesive
CC Pavers

22
23
24

Grass Paver
Water-Proofing Cement Paint
Paints (enamel paints & acrylic emulsion)

25
26
27
28
29

Plastic Emulsion Paint


Vitreous China Sanitaryware
Fireclay Sinks & Drain Boards
Stainless Steel Sinks
C.P. Brass Fittings

30

Soil, Waste & Vent pipes & Fittings (a)


Centrifugal Castiron
LA (CI) Pipes
G.I. Pipes
G.I. Fittings
Gunmetal Valves

31
32
33
34

Approved make
PIDILITE, TUFFSEAL, CHOKSEY
CHEMICALS, FOS ROC
Capital, RANA
J.K. WHITE , BIRLA WHITE
Accoproof, Impermo, Pidilite, CICO
Indian Oil, Hindustan Petroleum
MC Deritop F.H. (One Co. only)
Godrej, Harrison, Plaza, Golden, Yale
Sterling Enterprises, Trimurty Welded
Mesh
Century Ply, Kitlam, Associate,
Pidilite, Sika, Thermoshield, Dunlop,
Vamorganic
Hilti, Fischer, Boseh
Hardwyn Godrej, Yale
Jindal Stainless Steel Ltd. ICICH Industries,
Essal
Modi Float, Saint Gobain, Asahi,
Kundan, Priya, Atul
Hanu / Anand / Lescuyer
ACC, L&T, Ultratech, Shree Cement, Birla,
Ambuja and Cement Corporation of India,
Binani, J.K.
Johnson, Kajaria, Nitco
Kajaria, Johnson (Marbonite), Varmora,
Asian, RAK, Somany
CICO, Pidilite, Unitile
NITCO, Bharat, Regency, Hindustan, Ultra,
Duracrate
Unistone, Ultra, Hindustan
Asian, Super Sowcom, Shalimar Paint Ltd.
Berger, Nerolac, Asian, Kamdhenu, Shalimar
Paint Ltd., ICI Dulux.
Asian, Berger, Narolac, Shalimar Paint Ltd.
Parryware, Hindware, CERA, NYC
Parry, Sunfire
Nilkanth, Nirali, Cobra, Alex (Jayna)
Jaguar (Continental), Kingston (Elta),
MARC (Oriental), Prima ISI
NECO, HEPCO, SKF
RIF, NECO
TATA, Jindal (Hissar)
UNIK, ICS, AMCO, KS, NVR
Leader,Sant, Zoloto

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

56

CPWD
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57

58
59
60
61
62
63
64
65
66
67
68
69
70
71

160 YEARS OF ENGINEERING EXCELLENCE CPWD


Stoneware Pipe & Gully Traps
R.C.C. Pipes (NP-2)

Perfect, Parry
Lakshmi, Sood & Sood, Jain & Co, Diwan
Spun Pipes
C.I Double Flanged Sluice Valves
Kirloskar, IVC, Burn (Cost is four times to
DSR Item)
C.I. Double Flanged Non-Return Valves.
Kirloskar
C.I. Manholes Covers
B.C., RIF, NECO
UPVC Pipe
Surreme, Prince, Finolex, Prakash
Ball Valves
Zoloto, IBP, ARCO, Prima ISI only
Float Glass
Saint Gobain, Asahi India
Mirror
Atul, Modiguard
R.M.C.
Alchon/ACC/L&T/Grasim/Ultratech,
Lafarge, RMC Ready Mix, NS concrete
UPVC Window / Doors
Fenesta, Rehau, Polywood
PPR Pipes
SFMC, SAFE, Pioneer Industries
Fire Glass for Vision Panels
Saint Gobain, Asahi India
Texture finish
Spectrum, Acro, Sandtex, Revlontex
Aluminium extruded sections
Hindalco / Jindal / NLACO
Fire door
Godrej / Shakti / Navair
PTMT Fittings
Prayag, Shakti, Polytuf
Rolling shutter
Rauria rolling Shutter, Jyoti Rolling Shutter,
Anand Industries
CPVC Pipe & Fittings
Ajay Flowguard, Ashirwad Flowguard
POP (Plaster of Paris)
JK Laxmi, Sriram Nirman, Trimurti, ISI
Mark only
Black Board
Century Ply board, National Plywood,
Kitply, Jayna ISI mark only
Flush Door
Century Ply board, National Plywood,
Kitply, Jayna ISI mark only
FRP Chajja & Doors
Febricated from unsaturated polyster resin
IS. 6746 (Fibreways technology), Ashoo
Model Arts, Fibre Techno.
PVC Doors
Fabricated from Rajshree, Finolex Plastics.
SFRC/Precast C.C. Covers
KK Manhole, NITCO, Dalal
Precast CC interlocking tiles
Hindustan, Dalal, Paver India
PVC Water Storage Tank
Sintex, Polycon, Sheetal ISI mark
Kitchen Loft Tank
Sintex
Precast CC Kerb Stone
Dalal, Paver India.
White Cement Based Putty
Birla, J.K. Wall Putty
Ductile iron pipe (Water Supply)
Eleetrosteel, Kesso, KDUPL
Factory made section window
ISI Mark Product only
PVC Cistern
Steelbird, Jindal, Seabird ISI mark only
M.S. door fittings
ISI Mark only
Aluminium door fittings
ISI Mark only
G.M. Ferrule
Zoloto, Prima ISI only
Brass bib cock, stop cock
Zoloto, Prima ISI only
Raw material source to be approved by the Engineer-in-Charge.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

57

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

58

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

I. TERMS & CONDITIONS


SH-I [Electrical Installation]
Name of Work: Renovation of B-2 Wing 6th Floor Paryavaran Bhawan, CGO Complex, Lodhi Road, New Delhi.

1. The work shall be got executed by agencies/firms registered in appropriate class in CPWD under Electrical
Installation category.
2. The work shall be carried out as per CPWD specifications of electrical works SR-2013 Part-I (Internal), SR2005 (External) works amended upto date and as per instructions of Engineer-in-charge at site.
3. The contractor shall make a site visit to familiarize himself with site conditions before submitting the offer to
ensure that the offer is complete in all respects.
4. The work will be done in occupied Building and High security zone. Hence the execution of work shall be done
in planned manner and to avoid inconvenience to occupants and follow security rules. Any loss due to this will
not be entertained.
5. The work shall be done in close co-ordination with civil work & client department & no claim for idle labour
shall be entertained.
6. All the material to be used on the work shall be got approved from Engineer in charge before installation at
site..
7. All the malba/ debris shall have to be removed from site of work, immediately.
8. All the hidden work shall be carried out in the presence of Engineer- in- charge or his representative.
9. The contractor will be responsible for transportation, storage and watch & ward other items for which nothing
extra shall be paid.
10. The execution of job shall be done in a workman like manner to give structurally sound and neat appearance.
Bad workmanship will not be accepted and defects shall be rectified at contractors cost to the satisfaction of the
Engineer-in-charge.
11. Any damage done to the building, floor, electrical installations, furniture etc. will have to be made good/repaired
by the contractor at his own cost to the entire satisfaction of the Engineer-in-charge. Any expenditure incurred
by the department on this account shall be recovered from the contractor and the decision of the Engineer-incharge shall be final and binding.
12. No T & P will be issued to the contractor. The contractor shall arrange his own T&P required for execution of
the work.
13. All rejected material should be removed from the site immediately.
14. The testing, commissioning of the entire system is deemed to be included under the scope of work and nothing
extra will be paid on this account.
15. The tender is for entering into item rate works contract. The quoted prices are inclusive of all taxes, duties,
levies, cess, packing, transportation, handling etc. Nothing extra shall be paid.
16. Watch and ward of the material upto commissioning and final handing over to Department will be the
responsibility of the firm. The road permit shall be arranged by the tenderer at his own cost. Nothing extra shall
be paid.
17. All connections shall be made with proper size of lugs/ thimbles duly crimped with Crimping tool.
18. Passes for working of workers will be issued by concerned department recommended by CPWD for which
character certificate identify proof will be submitted by contractor in advance contractor will be abide of rules &
regulation of entry / exit in the premises.
19. Test certificate & purchases documents for verification of genuineness of materials shall be submitted by the
agency before claiming the payment.
20. Test certificate & purchase documents for verification of genuineness of materials shall be submitted
by the agency before claiming the payment. LED light fixtures shall be installed with 5 years
Guarantee/ warranty of Manufacturer for quality & life of the product (from the date of
completion of work). 50% Performance Guarantee retained as security deposit plus 2.5% security
deposit deducted shall be refunded year wise proportionately for the items of the LED fixtures .

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

59

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD


LIST OF ACCEPTABLE MAKE

S.N.

ACCEPTABLE MAKE
DESCRIPTION

1
FRLS WIRES/CABLES/ WITH ISI
MARKED
2

ELEKTRON/GRANDLAY/SKYTONE/
FINOLEX/ POLYCAB
NIC/BEC/AKG

MS CONDUIT WITH ISI MARKED


3
MCB/MCB ISOLATOR/MCB DB/
INDUSTRIAL SOCKET/ MCCB

LEGRAND/SCHNEIDER/HAGER

MODULAR SWITCH/SOCKET /MS


BOX/TELEPHON AND INTERNAT
JACK/RJ-45/ ELECTRONIC FAN
REGULATOR

LEGRAND (MOSAIC)

CRABTREE (VERONA)
ABB (CLASSIQ)
PHILIPS/GE/ZUMTOBEL/TRILUX

LED FITTINGS
(with 5 years Guarantee/ warranty of
Manufacturer for quality & life of the
product)
KHAITAN/ USHA/ CROMPTON/ BAJAJ

6
WALL MOUNTED FAN
7
PANEL BOARD

HAVELLS/STANDARD

METER MODULE

HAVELLS/STANDARD

TELEPHONE CABLE

DELTON/SKYTONE/KALINGA

ALL OTHER ITEMS NOT OVERED


ABOVE

AS PER SAMPLES APPROVED BY


ENGINEER-IN-CHARGE.

8
9
10

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

60

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

TERMS & CONDITIONS


SUB HEAD II [Fire alarm system]

1. The work shall be got executed by agencies/firms annually pre-qualified in appropriate class in CPWD
under Fire Alarm System category.
2. The work shall be executed as per CPWD General Specification for Fire Alarm System amended up to
date. IE rules Indian Standards amended upto date and as per direction of Engineer- in-Charge. The
additional specification given along with the tender shall apply.
3. The work will be done in occupied Building and High security zone. Hence the execution of work shall be
done in planned manner and to avoid inconvenience to occupants and follow security rules. Any loss due to
this will not be entertained.
4. The contractor shall make a site visit to familiarize himself with site conditions before submitting the offer
to ensure that the offer is complete in all respects.
5. The work shall be done in close co-ordination with civil work & client department & no claim for idle
labour shall be entertained.
6. All the material to be used on the work shall be got approved from Engineer in charge.
7. All the malba/ debris shall have to be removed from site of work, immediately.
8. All the hidden work shall be carried out in the presence of Engineer- in- charge or his representative.
9. The contractor will be responsible for transportation, storage and watch & ward other items for which
nothing extra shall be paid.
10. Test certificate & purchases documents for verification of genuineness of materials shall be submitted by
the agency before claiming the payment.
11. The execution of job shall be done in a workman like manner to give structurally sound and neat
appearance. Bad workmanship will not be accepted and defects shall be rectified at contractors cost to the
satisfaction of the Engineer-in-charge.
12. Any damage done to the building, floor, electrical installations, furniture etc. will have to be made
good/repaired by the contractor at his own cost to the entire satisfaction of the Engineer-in-charge. Any
expenditure incurred by the department on this account shall be recovered from the contractor and the
decision of the Engineer-in-charge shall be final and binding.
13. No T & P will be issued to the contractor. The contractor shall arrange his own T&P required for execution
of the work.
14. All rejected material should be removed from the site immediately.
15. The testing, commissioning of the entire system is deemed to be included under the scope of work and
nothing extra will be paid on this account.
16. The tender is for entering into item rate works contract. The quoted prices are inclusive of all taxes, duties,
levies, cess, packing, transportation, handling etc. Nothing extra shall be paid.
17. Watch and ward of the material upto commissioning and final handing over to Department will be the
responsibility of the firm. The road permit shall be arranged by the tenderer at his own cost. Nothing extra
shall be paid.
18. All connections shall be made with proper size of lugs/ thimbles duly crimped with Crimping tool.
19. Passes for working of workers will be issued by concerned department recommended by CPWD for which
character certificate identify proof will be submitted by contractor in advance contractor will be abide of
rules & regulation of entry / exit in the premises.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

61

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

LIST OF ACCEPTABLE MAKES


ITEMS FROM SNo.1 to 5 SHOULD BE COMPATIBLE WITH THE EXISTING BOSCH MAKE
ADDRESSABLE FIRE ALARM SYSTEM
S.NO
1

ITEMS
ADDRESSABLE
MULTICRITERIAL DETECTOR

MAKES
MAKE: BOSCH, MODEL NO: FAP OT420+MS400 OR EQUIVALENT IN
HONEYWELL/ KIDDE FENWAL/EDWARD
MANUAL CALL POINT
MAKE: BOSCH, MODEL: FMC-210-DM-G-R OR
EQUIVALENT IN HONEYWELL/ KIDDE
FENWAL
SOUNDERS
MAKE: BOSCH, MODEL: SOUNDER: FNM-420A-BS-RD
+
STROBE:
FNS-420-R
OR
EQUIVALENT IN JOHNSON CONTROL/ KIDDE
FENWAL/ HONEYWELL/EDWARD
COPPER
CONDUCTOR
FRLS FINOLEX/ CCI /POLYCAB/ ELEKTRON/
POWER CABLE OF 1.1 KV GRADE HAVELLS/ SKYTON/ RR KABEL
( ARMOURED)
ABS FOR JUNCTION BOX FOR AGNI/EDWARD/ELECTROQUIP
DETECTOR

6
ALL OTHER ITEMS NOT
COVERED ABOVE

AS PER SAMPLES APPROVED BY ENGINEER


- IN-CHARGE.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

62

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

TERMS & CONDITIONS


SUB HEAD III (Providing air-conditioning system )
1. The work shall be got executed by agencies/firms annually pre-qualified in appropriate class in
CPWD under VAC category.
2. The work shall be carried out as per CPWD General Specifications for Ventilation & AirConditioning(VAC) - 2004, Electrical Works SR-2014 Part-I (Internal) and SR-2005 (external)
amended upto date and as per the instructions of the Engineer-in-charge at site.
3. The work will be done in occupied Building and High security zone. Hence the execution of work
shall be done in planned manner and to avoid inconvenience to occupants and follow security rules.
Any loss due to this will not be entertained.
4. Test certificate & purchases documents for verification of genuineness of materials shall be
submitted by the agency before claiming the payment.
5. The contractor shall make a site visit to familiarize himself with site conditions before submitting the
offer to ensure that the offer is complete in all respects.
6. The work shall be done in close co-ordination with civil work & client department & no claim for
idle labour shall be entertained.
7. Unless and otherwise mentioned in the tender documents, the following works shall be done by the
contractor and therefore, their cost shall be deemed to be included in their tendered cost.
I. Scaffolding for fixing of GSS duct /Nitrile insulation/Al.cladding etc.
II. Sealing of all wall openings done by the contractor for entry of duct collars etc.
III. Painting of all exposed metal surfaces with appropriate colour etc as required to the
satisfaction of Engineer-in-charge
IV. Making good of all damages caused to the building OR equipment during installation and
restoring the same to their original finish.
V. Removal of all the malba/debris occurs during the execution of work from the site.
8. All the material to be used on the work shall be got approved from Engineer in charge.
9. The contractor will be responsible for transportation, storage and watch & ward other items for
which nothing extra shall be paid.
10. The execution of job shall be done in a workman like manner to give structurally sound and neat
appearance. Bad workmanship will not be accepted and defects shall be rectified at contractors cost
to the satisfaction of the Engineer-in-charge.
11. No T & P will be issued to the contractor. The contractor shall arrange his own T&P required for
execution of the work.
12. All rejected material should be removed from the site immediately.
13. The testing, commissioning of the entire system is deemed to be included under the scope of work
and nothing extra will be paid on this account.
14. The tender is for entering into item rate works contract. The quoted prices are inclusive of all taxes,
duties, levies, cess, packing, transportation, handling etc. Nothing extra shall be paid.
15. Watch and ward of the material upto commissioning and final handing over to Department will be
the responsibility of the firm. The road permit shall be arranged by the tenderer at his own cost.
Nothing extra shall be paid.
16. All connections shall be made with proper size of lugs/ thimbles duly crimped with Crimping tool.
17. Passes for working of workers will be issued by concerned department recommended by CPWD for
which character certificate identify proof will be submitted by contractor in advance contractor will
be abide of rules & regulation of entry / exit in the premises.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

63

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD


LIST OF ACCEPTABLE MAKE

S.No

ACCEPTABLE MAKE
DESCRIPTION

1
CASSETTE TYPE AC

HITACHI/O-GENERAL/DAIKIN

SPLIT AIR
CONDITIONERS

HITACHI/O-GENERAL/DAIKIN (5 STAR
RATING)

WINDOW AIR
CONDITIONERS

O-GENERAL / HITACHI/ DAIKIN (5 STAR


RATING)

ALL OTHER ITEMS NOT


COVERED ABOVE

AS PER SAMPLES APPROVED BY ENGINEERIN-CHARGE.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

64

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Proforma-I
(Non judicial Stamp Paper of Rs.100)

Memorandum of Understanding for Electrical Work


This Memorandum of Understanding (MOU) is made on the. at ...
Between
(main
contractor)
having
its
registered
office
atwhich expression shall unless repugnant to the
subject or context include its administrators, successors and assigns.
And
(Associate Electrical contractor) having its registered office
at.represented
by
.which expression shall unless repugnant to the subject or
context include its administrators, successors and assigns.
Whereas, Central Public Works Department, have issued tender papers to quote for the following work to M/s
(main Contractor)
Name of Work: ...
Whereas, This Memorandum of Understanding has been entered into to execute Electrical works for the above work by
M/s..... (Elect. Contractor) (Associate Electrical Contractor).
Whereas, both the parties have gone through and understood the various conditions & clauses of the tender and willingly
agree to abide by them.
This MOU shall be valid till the duration of completion of above work and shall be extended if so required by the CPWD.
In witnesses thereof we have put our hand and seal on dated

For . (Main contractor)

For . (Associate Electrical Contractor)

Witness
1.
2.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

65

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Proforma-II
CERTIFICATE FOR ASSOCIATING ELECTRICAL AGENCY

This is certified that we have not deviated from the technical specification and commercial provisions provided in the
tender.
The Price bid is unconditional.
This is certified that we have engaged M/s as Electrical Contractor
of appropriate class as detailed below:-

(i)

Name of Contractor

(ii)

Address

(iii)

Class of registration

(iv)

Maximum ceiling limit to execute electrical work.

(v)

Validity of registration

(vi)

License no. with validity

S.No.

Department

Registered
(Yes/No)

Registration No.

Monetary
Limit of
Work

Validity of
Registration

Debarred from
tendring (Yes/No)

1.
2.
3.
4.
5.

NOTE: All columns of above Performa must be filled in.

Contractors Signature

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

66

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD


CONSENT LETTER

Name of Work: Renovation of B-2 Wing, 6th floor allotted to o/o Housing & Urban

Poverty Alleviation at Paryavaran Bhawan, B block at CGO complex,


Lodhi Road, New Delhi dg. 2015-16.
I/we, hereby give my/our consent to execute items under SUB HEAD I Electrical
Installation of above mention work as electrical contractor till the completion of work and I/we will
be responsible for necessary action to hand-over the work and for rectification of defects and repair
during the maintenance period. I/we will execute the work as per CPWD specification and addition
conditions of the works.
I/we will also engage suitable Engineer for the work as per condition of the work. I further
certify that the above particulars pertaining to me are correct.

Signature of Electrical Contractor

Name of firm & address :


Enlistment Status with number:
Class & Category :
Valid upto :

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

67

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD


CONSENT LETTER

Name of Work: Renovation of B-2 Wing, 6th floor allotted to o/o Housing & Urban

Poverty Alleviation at Paryavaran Bhawan, B block at CGO complex,


Lodhi Road, New Delhi dg. 2015-16.
I/we, hereby give my/our consent to execute items under SUB HEAD II Fire Alarm
System of above mention work as electrical contractor till the completion of work and I/we will be
responsible for necessary action to hand-over the work and for rectification of defects and repair
during the maintenance period. I/we will execute the work as per CPWD specification and addition
conditions of the works.
I/we will also engage suitable Engineer for the work as per condition of the work. I further
certify that the above particulars pertaining to me are correct.

Signature of Electrical Contractor

Name of firm & address :


Enlistment Status with number:
Class & Category :
Valid upto :

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

68

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

CONSENT LETTER
Name of Work: Renovation of B-2 Wing, 6th floor allotted to o/o Housing & Urban

Poverty Alleviation at Paryavaran Bhawan, B block at CGO complex,


Lodhi Road, New Delhi dg. 2015-16.

I/we, hereby give my/our consent to execute items under SUB HEAD III Providing airconditioning system of above mention work as electrical contractor till the completion of work and
I/we will be responsible for necessary action to hand-over the work and for rectification of defects and
repair during the maintenance period. I/we will execute the work as per CPWD specification and
addition conditions of the works.
I/we will also engage suitable Engineer for the work as per condition of the work. I further
certify that the above particulars pertaining to me are correct.

Signature of Electrical Contractor

Name of firm & address :


Enlistment Status with number:
Class & Category :
Valid upto :

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

69

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Part- A
Schedule of Quantity
Name of work: Renovation of B-2 Wing, 6th floor allotted to o/o Housing & Urban Poverty
Alleviation at Paryavaran Bhawan, 'B ' block at CGO complex, Lodhi Road, New Delhi dg. 2015-16.
S No

Description

In cement mortar
Removing mortar from bricks and cleaning bricks including
stacking within a lead of 50 m (stacks of cleaned bricks
shall be measured) :
From brick work in cement mortar

Dismantling doors, windows and clerestory windows (steel


or wood) shutter including chowkhats, architrave, holdfasts
etc. complete and stacking within 50 metres lead :

a
b
4

Of area 3 sq. metres and below


Of area beyond 3 sq. metres
Demolishing cement concrete manually/ by mechanical
means including disposal of material within 50 metres lead
as per direction of Engineer - in - charge.

Quantity

Unit

Rate

Amount

16.00

Cum

754.10

12066.00

3000.00

1000
Per
Nos.

2502.00

7506.00

7.00
16.00

Each
Each

141.25
193.85

989.00
3102.00

2.00

Cum

892.70

1785.00

50.00

Sqm

20.05

1003.00

20.00

Sqm

21.85

437.00

Demolishing brick work manually/ by mechanical means


including stacking of serviceable material and disposal of
unserviceable material within 50 metres lead as per direction
of Engineer-in-charge.

Nominal concrete 1:3:6 or richer mix (i/c equivalent design


mix)
Dismantling old plaster or skirting raking out joints and
cleaning the surface for plaster including disposal of rubbish
to the dumping ground within 50 metres lead
Dismantling aluminium/ Gypsum partitions, doors,
windows, fixed glazing and false ceiling including disposal
of unserviceable surplus material and stacking of
serviceable material with in 50 meters lead as directed by
Engineer-in-charge.
Disposal of building rubbish / malba / similar unserviceable,
dismantled or waste materials by mechanical means,
including loading, transporting, unloading to approved
municipal dumping ground or as approved by Engineer-incharge, beyond 50 m initial lead, for all leads including all
lifts involved.

30.00

Cum

123.70

3711.00

Dismantling tile work in floors and roofs laid in cement


mortar including stacking material within 50 metres lead
For thickness of tiles 10 mm to 25 mm
Half brick masonry with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in superstructure
above plinth level up to floor V level.

466.00

Sqm

28.20

13141.00

Cement mortar 1:4 (1 cement :4 coarse sand)

34.00

Sqm

665.80

22637.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

70

CPWD
S No

10

11

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Description

Extra for half brick masonry in superstructure, above floor


V level for every four floors or part thereof by mechanical
means.
Granite work gang saw cut (polished and machine cut) of
thickness 18mm for wall lining (veneer work), backing
filled with a grout of average 12 mm thick in cement mortar
1:3 (1 cement : 3 coarse sand) including pointing with white
cement mortar 1:2 (1 white cement : 2 marble dust) with an
admixture of pigment to match the marble shade: (To be
secured to the backing by means of cramps, which shall be
paid for separately).

Quantity

Unit

Rate

Amount

34.00

Sqm

25.60

870.00

26.00

Sqm

4656.50

121069.00

26.00

Sqm

4656.50

121069.00

52.00

Sqm

3907.40

203185.00

102.00

Metre

230.55

23516.00

167.00

Metre

117.95

19698.00

16.00

Each

301.00

4816.00

32.00

Each

182.45

5838.00

16.00

Each

85.70

1371.00

16.00

Each

1043.60

16698.00

Granite stone
12

(i)
13

14

i
a
15
a
16

17
18

Area of slab over 0.50sqm


Providing and fixing 18 mm thick gang saw cut, mirror
polished, premoulded and prepolished, machine cut for
kitchen platforms, vanity counters, window sills , facias and
similar locations of required size, approved shade, colour
and texture laid over 20 mm thick base cement mortar 1:4 (1
cement : 4 coarse sand), joints treated with white cement,
mixed with matching pigment, epoxy touch ups, including
rubbing, curing, moulding and polishing to edges to give
high gloss finish etc. complete at all levels.
Granite of any colour and shade (a) Area of slab over 0.50
sqm
Providing edge moulding to 18 mm thick marble stone
counters, Vanities etc., including machine polishing to edge
to give high gloss finish etc. complete as per design
approved by Engineer-in-Charge.
Granite work
Providing and fixing wooden moulded beading to door and
window frames with iron screws, plugs and priming coat on
unexposed surface etc. complete :.
2nd class teak wood
50x12 mm
Providing and fixing bright finished brass tower bolts (barrel
type) with necessary screws etc. complete :
250x10 mm
Providing and fixing bright finished brass handles with
screws etc. complete:
125 mm
Providing and fixing bright finished brass hanging type floor
door stopper with necessary screws, etc.complete.
Providing and fixing aluminium extruded section body
tubular type universal hydraulic door closer (having brand
logo with ISI, IS : 3564, embossed on the body, door weight
upto 36 kg to 80 kg and door width from 701 mm to 1000
mm), with double speed adjustment with necessary
accessories and screws etc. complete.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

71

CPWD
S No

19

20

a
21

22
a
23

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Description

Providing and fixing panelling or panelling and glazing in


panelled or panelled and glazed shutters for doors, windows
and clerestory windows (Area of opening for panel inserts
excluding portion inside grooves or rebates to be measured).
Panelling for panelled or panelled and glazed shutters 25
mm to 40 mm thick:
Particle Board 12 mm thick
Pre-laminated particle board with decorative lamination on
both sides, Grade I, Type II, IS :12823 marked
Providing and fixing in wall lining flat pressed three layer
(medium density) particle board or graded wood Prelaminated one side decorative lamination and other side
balancing lamination Grade I, Type II, IS : 12823 marked,
including priming coat on unexposed surface, with
necessary fixing arrangement and screws etc. complete :
12 mm thick
Providing and laying digital glazed vitrified / double charge
vitrified tiles din floor with different sizes (thickness to be
specified by the manufacturer), with water absorption less
than 0.08% and conforming to IS:15622 , of approved brand
& manufacturer, in all colours and shade, laid with cement
based high polymer modified quick set tile adhesive (water
based) conforming to IS : 15477, in average 6 mm
thickness, including grouting of joints (Payment for grouting
of joints to be made separately).
Size of Tile 800x800 mm
12 mm cement plaster of mix :
1:4 (1 cement: 4 fine sand)
Providing and fixing false ceiling at all height including
providing and fixing of frame work made of special
sections, power pressed from M.S. sheets and galvanized
with zinc coating of 120 gms/sqm (both side inclusive) as
per IS : 277 and consisting of angle cleats of size 25 mm
wide x 1.6 mm thick with flanges of 27 mm and 37mm, at
1200 mm centre to centre, one flange fixed to the ceiling
with dash fastener 12.5 mm dia x 50mm long with 6mm dia
bolts, other flange of cleat fixed to the angle hangers of
25x1 0x0.50 mm of required length with nuts & bolts of
required size and other end of angle hanger fixed with
intermediate G.I. channels 45x1 5x0.9 mm running at the
spacing of 1200 mm centre to centre, to which the ceiling
section 0.5 mm thick bottom wedge of 80 mm with tapered
flanges of 26 mm each having lips of 10.5 mm, at 450

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Quantity

Unit

Rate

Amount

15.00

Sqm

1568.15

23522.00

1077.00

Sqm

1177.40

1268060.00

398.00

Sqm

1685.75

670929.00

45.00

Sqm

163.35

7351.00

Chief Estimator

EE(P)

72

CPWD
S No

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Description

Quantity

Unit

Rate

Amount

163.00

Sqm

1022.95

166741.00

mm centre to centre, shall be fixed in a direction


perpendicular to G.I. intermediate channel with connecting
clips made out of 2.64 mm dia x 230 mm long G.I. wire at
every junction, including fixing perimeter channels 0.5 mm
thick 27 mm high having flanges of 20 mm and 30 mm
long, the perimeter of ceiling fixed to wall/partition with the
help of rawl plugs at 450 mm centre, with 25mm long dry
wall screws @ 230 mm interval, including fixing of gypsum
board to ceiling section and perimeter channel with the help
of dry wall screws of size 3.5 x 25 mm at 230 mm c/c,
including jointing and finishing to a flush finish of tapered
and square edges of the board with recomme-nded jointing
compound , jointing tapes , finishing with jointing
compound in 3 layers covering upto 150 mm on both sides
of joint and two coats of primer suitable for board, all as per
manufacturers specification and also including the cost of
making openings for light fittings, grills, diffusers, cutouts
made with frame of perimeter channels suitably fixed, all
complete as per drawings, specification and direction of the
Engineer in Charge but excluding the cost of painting with :
12.5 mm thick tapered edge gypsum fire resistant board
conforming to IS: 2095- Part I
24

Providing and Fixing 15 mm thick densified tegular edged


eco friendly light weight calcium silicate false ceiling tiles
of approved texture spintone/ cosmos / Hexa or equivalent
of size 595 x 595 mm in true horizontal level, suspended on
inter locking metal grid of hot dipped galvanised steel
sections (galvanising @ 120 grams per sqm including both
side) consisting of main T runner suitably spaced at joints
to get required length and of size 24x38 mm made from 0.33
mm thick (minimum) sheet, spaced 1200 mm centre to
centre, and cross T of size 24x28 mm made out of 0.33
mm (Minimum) sheet, 1200 mm long spaced between
mainT at 600 mm centre to centre to form a grid of 1
200x600 mm and secondary cross T of length 600 mm and
size 24 x28 mm made of 0.33 mm thick (Minimum) sheet to
be inter locked at middle of the 1 200x 600 mm panel to
from grid of size 600x600 mm, resting on periphery walls
/partitions on a Perimeter wall angle pre-coated steel of
size(24x24X3000 mm made of 0.40 mm

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

73

CPWD
S No

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Description

Quantity

Unit

Rate

Amount

303.00

Sqm

1649.15

499692.00

459.00

Sqm

328.85

150942.00

163.00

Sqm

75.35

12282.00

thick (minimum) sheet with the help of rawl plugs at 450 mm


centre to centre with 25 mm long dry wall screws @ 230 mm
interval and laying 15 mm thick densified edges calicum
silicate ceiling tiles of approved texture (Spintone /
Cosmos/hexa) in the grid, including, cutting/ making opening
for services like diffusers, grills, light fittings, fixtures, smoke
detectors etc., wherever required. Main T runners to be
suspended from ceiling using G.I. slotted cleats of size
25x35x1 .6 mm fixed to ceiling with 12.5 mm dia and 50 mm
long dash fasteners, 4 mm G.I. adjustable rods with galvanised
steel level clips of size 85 x 30 x 0.8 mm, spaced at 1200 mm
centre to centre along main T, bottom exposed with 24 mm
of all T - sections shall be pre-painted with polyster baked
paint, for all heights, as per specifications, drawings and as
directed by engineer-in-charge.
a

Note :- Only calcium silicate false ceiling area will be


measured from wall to wall. No deduction shall be made for
exposed frames/opening (cut outs) having area less than 0.30
sqm.The calcium silicate ceiling tile shall have NRC value of
0.50 (Minimum), light reflection > 85%, non-combustible as
per B.S. 476 part IV, 100% humidity resistance and also
having thermal conductivity<0.03w/m0KC.

25

Providing and fixing thermal insulation with Resin Bonded


rock wool conforming to IS: 8183, having density 48
kg/m3,50 mm thick,wrapped in 200 G Virgin Polythene Bags
fixed to wall wirh screw, rawel plug & washers and held and
in position by criss cossing GI wire etc. complete as per
directions of Engineer-in-Charge.

26

Wall painting with premium acrylic emulsion paint of interior


grade, having VOC (Volatile Organic Compound ) content
less than 50 grams/ litre of approved brand and manufacture,
including applying additional coats wherever required to
achieve even shade and colour.(a) Two coats

27

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) :

For fixed portion

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

74

CPWD
S No

b
ii

a
28

a
29

a
30

31

a
32

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Description

Quantity

Unit

Rate

Amount

Anodised aluminium (anodised transparent or dyed to required


shade according to IS: 1868, Minimum anodic coating of
grade AC 15)
Powder coated aluminium (minimum thickness of powder
coating 50 micron)

5714.00

Kg

348.50

1991329.00

1636.00

Kg

377.75

617999.00

484.00

Kg

435.75

210903.00

16.00

Sqm

1089.75

17436.00

224.00

Metre

88.75

19880.00

385.00

Kg

403.35

155290.00

123.00

Sqm

1054.20

129667.00

8.00

Sqm

4746.25

37970.00

For shutters of doors, windows & ventilators including


providing and fixing hinges/ pivots and making provision for
fixing of fittings wherever required including the cost of
EPDM rubber / neoprene gasket required (Fittings shall be
paid for separately)
Powder coated aluminium (minimum thickness of powder
coating 50 micron)
Providing and fixing 12 mm thick prelaminated particle board
flat pressed three layer or graded wood particle board
conforming to IS: 12823 Grade l Type ll, in panelling fixed in
aluminum doors, windows shutters and partition frames with
C.P. brass / stainless steel screws etc. complete as per
architectural drawings and directions of engineer-in-charge.
Pre-laminated particle board with decorative lamination on
both sides
Filling the gap in between aluminium frame & adjacent RCC/
Brick/ Stone work by providing weather silicon sealant over
backer rod of approved quality as per architectural drawings
and direction of Engineer-in-charge complete.
Upto 5mm depth and 5 mm width
Providing and fixing anodised aluminium grill (anodised
transparent or dyed to required shade according to IS: 1868
with minimum anodic coating of grade AC 15) of approved
design/pattern, with approved standard section and fixed to the
existing window frame with C.P. brass/ stainless steel screws
@ 200 mm centre to centre, including cutting the grill to
proper opening size for fixing and operation of handles and
fixing approved anodised aluminium standard section around
the opening, all complete as per requirement and direction of
Engineer-in-charge. (Only weight of grill to be measured for
payment).
Providing and fixing glazing in aluminium door, window,
ventilator shutters and partitions etc. with EPDM rubber /
neoprene gasket etc. complete as per the architectural
drawings and the directions of engineer-in-charge . (Cost of
aluminium snap beading shall be paid in basic item):
With float glass panes of 5.50 mm thickness
Providing and fixing 12 mm thick frameless toughened glass
door shutter of approved brand and manufacture, including
providing and fixing top & bottom pivot & spring type fixing
arrangement and making necessary holes etc. for fixing
required door fittings, all complete as per direction of
Engineer-in-charge (Door handle, lock and stopper etc.to be
paid separately).
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

75

CPWD
S No

33

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Description
Providing and fixing in position collapsible steel shutters with
vertical channels 20x1 0x2 mm and braced with flat iron diagonals
20x5 mm size, with top and bottom rail of T-iron 40x40x6 mm, with
40 mm dia steel pulleys, complete with bolts, nuts, locking
arrangement, stoppers, handles,including applying a priming coat of
approved steel primer.

Quantity

Unit

Rate

Amount

5.00

Sqm

5291.30

26457.00

6.00

Each

2197.40

13184.00

34

Providing & fixing Bottom patch lock for glass door OPF-3 of ozone
or dorma or equivalent all complete as per manufactures
specifications & direction of Engineer-in-charge.

35

Providing & fixing H type handles of size 32x457mm for glass door
OGH 55 of ozone or dorma or eq all complete as per manufactures
specifications & direction of Engineer-in-charge.

12.00

Each

2252.90

27035.00

36

Extra for Making Matchine made Cut outs in 12mm toughned glass
for fixing patch fittings.

12.00

Each

174.25

2091.00

37

Providing and fixing aluminium tower bolts, ISI marked, anodised


(anodic coating not less than grade AC 10 as per IS : 1868 )
transparent or dyed to required colour or shade, with necessary
screws etc. complete :
150x10 mm

104.00

Each

65.35

6796.00

52.00

Each

55.10

2865.00

122.00

Sqm

5044.15

615386.00

122.00

Sqm

658.55

80343.00

24.00

Sqm

786.65

18880.00

39.00

Sqm

3249.05

126713.00

a
38

39

40

41

42

Providing and fixing aluminium handles, ISI marked, anodised


(anodic coating not less than grade AC 10 as per IS : 1868)
transparent or dyed to required colour or shade, with necessary
screws etc. complete :
100 mm
Providing and fixing sheer dimout ribbed roller blinds Vista brand of
Alps Industries Ltd. with chain drive mechanism 100% polyster
fabric with colour fastness to light 4-5 grade and respect pattern
having 8cm solid and 5cm sheer approved as per direction of
Engineer-in-charge. (Rate are inclusive of all the operations, fittings
and materials).
Providing & Fixing 50 micron thick polyester sun control film
(garware or equivalent) of approved shade on window glass panes of
existing glazed shutters of sizes to protect the room from direct
sunlight including cleaning the glass panes, cutting the film to the
required size and fixing the same complete in all respect as per
direction of Engineer -In Charge.
Providing & Fixing frosted film 50 micron thick sun control film
(garware or equivalent) of approved shade & pattern on glass pans of
door & patition of approved brand and manufacture in all respect as
per direction of Engineer -In Charge.

Providing and fixing laminated wooden flooring / skirting of


Pergo original confirming the performance parameters of
European standards Pr En-13329. The flooring shall be minimum
8mm thickness of panels consisting of high density fibre board
(HDF) core with dcor paper protected by high wear resistant
high pressure laminate (HPL) of thickness 0.5mm on the top and
a melamine backing for balancing, quality of laminate must
confirm minimum IS value of Class AC-5 Impact resistance class
AC-5 top surface treated with Titan X aluminium oxide including
under layer of polyethylene and foam as per requirement and
direction of Engineer- in Charge complete.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

76

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

S No

Description

43

Deduct for taking away of GI pipe, SCI pipe and fitting, CCI
pipes and fittings, steel doors & windows, ventilaters, grils of
various dia and length i/c stacking within 50m lead and like
received from dismantling . The material received shall be the
property of the contractor after dismantling duly
weighed/measured before removing from the site in the
presence of Engineer-In-Charge or his authorised representive
all complete.
Deduct for aluminium sections snap beading etc.received from
dismantling which shall be the property of contractor.(Nothing
shall be paid fitting dismantling separately)

44

45

Deduct for taking away dismantled materials received from


the work, like wooden doors windows, clerestory windows
and frames etc. that will become property of the contractor
complete as per direction of Engineer-in-charge (deduction
shall be made @ Rs. 9.30/-per kg or the rate quoted by the
contractor which ever is higher).

Quantity

Unit

Rate

Amount

200.00

Kg

30.00

-6000.00

100.00

Kg

145.20

-14520.00

100.00

Kg

15.00

-1500.00

Total
Add Cost Index (-) 0.95%
Total

7341161.00
-69741.00
72,71420.00

PART-B
Schedule of Quantity
Name of work:- Renovation of B-2 Wing, 6th floor allotted to o/o Housing & Urban Poverty
Alleviation at Paryavaran Bhawan, 'B ' block at CGO complex, Lodhi Road, New Delhi dg.
2015-16.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

77

CPWD
S No

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Description

(SH-1:- EI & Fans)


Wiring for light point/ fan point/ exhaust fan point/
call bell point with 1.5 sq.mm FRLS PVC insulated
copper conductor single core cable in surface /
recessed steel conduit, with modular switch, modular
plate, suitable GI box and earthing the point with 1.5
sq.mm. FRLS PVC insulated copper conductor single
core cable etc. as required. (a) Group C

Supplying and drawing following sizes of FRLS PVC


insulated copper conductor, single core cable in the
existing surface/ recessed steel/ PVC conduit as
required.
a. 3 x 1.5 sq. mm
b. 3 x 4 sq. mm.
d. 6 x 4 sq. mm.
e. 9 x 4 sq. mm.
f. 3 x 6 sq. mm.
Supplying and fixing suitable size GI box with
modular plate and cover in front on surface or in
recess, including providing and fixing 6 pin 5/6 &
15/16 amps modular socket outlet and 15/16 amps
modular switch, connection etc. as required.
Supplying and fixing 12 modular GI Box with
modular base & cover plate of 12 module on
surface/recess i/c. supplying & fixing 4 Nos. 16 amp
switch & 4 Nos. 6/16 amp modular twin socket with
connection etc. as reqd.
Supplying and fixing 20 amps, 240 volts, SPN
industrial type, socket outlet, with 2 pole and earth,
metal enclosed plug top alongwith 20 amps "C" curve,
SP, MCB, in sheet steel enclosure, on surface or in
recess, with chained metal cover for the socket out let
and complete with connections, testing and
commissioning etc. as required

Quantity

Rate

Unit

Amount

104

Pts

1003

Pt

104312.00

200
700
500
70
500

mtrs.
mtrs.
mtrs.
mtrs.
mtrs.

49
109
212
311
160

mtr.
mtr.
mtr.
mtr.
mtr.

9800.00
76300.00
106000.00
21770.00
80000.00

15

Nos.

395

Each

5925.00

66

Nos.

2371

Each

156486.00

16

Nos.

954

Each

15264.00

150
250

mtrs.
mtrs.

121
142

mtr.
mtr.

18150.00
35500.00

Rate

Unit

Amount

Supplying and fixing of following sizes of steel


conduit along with accessories in surface/recess
including painting in case of surface conduit, or
cutting the wall and making good the same in case of
recessed conduit as required.

a. 20 mm
b. 25 mm
S No

Description

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Quantity

Chief Estimator

EE(P)

78

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Supplying, installation, testing and commissioning of


recess mounted LED luminaire of nominal lumen
output of 2800 lumens of size 600mm x 600mm
(approx.) with glare free diffuser complete with all
accessories with suitable rating LED driver etc. in the
existing false ceiling with the help of steel chain
approx 1 mtr x 2 nos. after cutting the false ceiling i/c
supplying & fixing MS flexible conduit from light
point to fittings and connections with 3x1.5 sq.mm.
copper wiring etc. complete as reqd.
Supplying, installation, testing and commissioning of
recess mounted LED downlighter with nominal lumen
output of 600 lumens, with electronic driver of
suitable rating etc. in the existing false ceiling after
cutting the false ceiling including wiring from point to
fitting with 3x1.5 sq. mm copper wiring in PVC
flexible conduit etc. complete as required. etc. as reqd.

10

Supplying, installation, testing and commissioning of


batten light fixture with LED tube ranging with
nominal lumen out put 2000 complete with all
accessories of suitable rating etc. on surface including
wiring from point to fitting with 3x1.5 sq.mm FRLS
PVC insulated copper conductor single core cable as
reqd.

11

Supplying, installation, testing and commissioning of


400 mm sweep Hi-speed cabin fan/wall bracket fan
with mounting based closed mess guard blades and
speed regulator and suitable for use on 230V 50Hz
single phase supply oscillating type, complete as reqd.

12

Supplying and fixing 3 module GI Box with modular


plate and cover in front on surface or in recess, i/c
providing and fixing RJ 45 Cat 6 & RJ 11 amps
modular socket outlet, connection etc. as reqd.

13

Supplying and drawing of UTP 4 pair CAT 6 LAN


Cable in the existing surface/ recessed steel/ PVC
conduit as required.
Supplying and drawing following pair 0.5 mm dia
FRLS PVC insulated annealed copper conductor,
unarmored telephone cable in the existing surface/
recessed steel/ PVC conduit as required.
a. 2 Pair
Supplying and fitting Al. channel anodized made out
of 1.6 mm thick front openable cover of 1.6 mm thick
Aluminium anodized sheet direct on wall/wood
paneling etc. as reqd.

14

15

a. 100mm x 45mm x 1.6mm thick


b. 50mm x 25mm x 1.6mm thick
S No

Description

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

53

Nos.

5881

Each

311693.00

20

Nos.

1394

Each

27880.00

Nos.

2036

Each

6108.00

28

Nos.

2476

Each

69328.00

58

Nos.

931

Each

53998.00

800

Mtrs

33

mtr.

26400.00

800

Mtrs

18

mtr.

14400.00

160
200

Mtrs
Mtrs

463
248

mtr.
mtr.

74080.00
49600.00

Rate

Unit

Amount

Quantity

Chief Estimator

EE(P)

79

CPWD
16

17

18

a
b
19

a
b
20

21

a
b
22

S No

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Supplying, installation, testing and commissioning of


MCCB Panel board of sheet steel, dust protected duly
powder painted, inclusive of 200 amps copper bus bar,
neutral link, earth bar confirming to IS:8623 &
IEC:60439 standards, suitable for 250 Amp MCCB as
incomer & outgoing TP MCCB's complete with
provided links for interconnections between incomer
& out going MCCB's on wall/floor etc. as reqd. at site.
a) 250 amp 4 way panel board
Supplying, installation, testing & Commissioning of
prewired meter module for MCCB panel board of
sheet steel, dust protected, duly powder painted,
inclusive of digital voltmeter, ammeter, selector
switch, CT's control fuse and indicating lamps
complete with interconnections with the MCCB panel
board suitable for above panel on wall/floor etc. as
reqd. at site.
Providing and fixing following rating and breaking
capacity and pole MCCB in existing cubicle panel
board including drilling holes in cubicle panel,
making connections, etc. as required.
200 Amp, 25 KA,TPMCCB
100 Amp, 16 KA,TPMCCB
Supplying and fixing of following ways surface/
recess mounting, vertical type, 415 volts, TPN MCB
distribution board of sheet steel, dust protected, duly
powder painted, inclusive of 200 amps tinned copper
bus bar, common neutral link, earth bar, din bar for
mounting MCB's (but without MCB's and incomer )
as required. (Note : Vertical type MCB TPDB is
normally used where 3 phase outlets are required.)
12 way (4 + 36), Double door
8 way (4 + 24), Double door
Supplying and fixing 5 amps to 32 amps rating,
240/415 volts, "C" curve, miniature circuit breaker
suitable for inductive load of following poles in the
existing MCB DB complete with connections, testing
and commissioning etc. as required.
a. Single pole
Supplying and fixing following rating, four pole, 415
volts, 'C' Curve miniature circuit breaker in the
existing MCB DB complete with connections, testing
and commissioning etc. as reqd.
100 Amp, 10 KA
63 Amp, 10 KA
Supplying, Laying and fixing of one number 1.1 KV
grade of
size 3.5x25 sqmm copper conductor
armoured power cable on wall surface as required
Total of SH-1
Description

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

No.

34614

Each

34614.00

No.

15279

Each

15279.00

1
4

No.
Nos.

8814
3205

Each
Each

8814.00
12820.00

3
3

Nos.
Nos.

7165
5641

Each
Each

21495.00
16923.00

180

Nos.

169

Each

30420.00

3
3

Nos.
Nos.

7787
2030

Each
Each

23361.00
6090.00

90

Mtrs

1207

mtr.

108630.00
1541440.00

Rate

Unit

Amount

Quantity

Chief Estimator

EE(P)

80

CPWD

160 YEARS OF ENGINEERING EXCELLENCE CPWD

(SH:II :- Fire Alarm System)


S/I/T/C
of
intelligent
addressable
multi
(optical/thermal type) detector with base built in fault
isolator feature (either in detector head or in detector
base) with base plate including programming with
existing fire alarm system complete as required.
Supplying, installation, testing of intelligent
addressable manual call point dual action type with
LED alarm on surface incl. connections &
commissioning in the existing addressable fire system.

Supplying, installation, testing of intelligent


addressable base sounder cum strobe on surface incl.
connections & commissioning in the existing
addressable fire alarm system.
Supplying, laying and fixing of one number armoured
XLPE insulated copper conductor power cable of 1.1
KV grade of following size on wall surface as
required.
(a) 2x1.5 sq. mm
Supplying and fixing of surface mounted ABS
(Polycarbonate) back box (junction box) with cover
plate and provision for 2x1.5 sq. mm. cable incoming
and outgoing terminations alongwith brass
compression glands suitable for fixing of detector base
etc. as required.
Total of SH-II
(SH:III :- Air Conditioning)
Supplying, installation, testing & commissioning of
2.0 Ton cassette type split Air Conditioner with all
accessories suitable for 230 V, 50 Hz, Single phase
AC supply capable of performing functions such as
selectable cooling temperature, fan speed, 4 way air
swing, sleep/ timer control and wireless LCD remote
complete as reqd.
Supplying, installation, testing & commissioning of 2
Ton 5 star Split Air Conditioner with nominal cooling
capacity in KW: 6500, Power consumption 1950,
Min. Room Air flow (CFM) : 660 with all accessories
suitable for 230 V, 50 Hz, Single phase AC supply
capable of performing functions such as selectable
cooling temperature, fan speed, dry/cool/fan mode,
sleep/ timer control and wireless LCD remote
complete as reqd.

S No

Description

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

68

Nos.

3754

Each

255272.00

No.

3140

Each

3140.00

No.

9383

Each

9383.00

300

Mtr

133

Mtr

39900.00

37

Nos.

429

Each

15873.00
323568.00

Nos.

77149

Each

231447.00

12

Nos.

63599

Each

763188.00

Rate

Unit

Amount

Quantity

Chief Estimator

EE(P)

81

CPWD
3

160 YEARS OF ENGINEERING EXCELLENCE CPWD

Supplying, installation, testing & commissioning of


1.5 Ton
5 star Split Air Conditioner power
consumption Max. (Watts) 1530, Min Room Air
Flow (CFM): 500, Min cooling capacity 4950, Min
EE Rating 3.3 with all accessories suitable for 230 V,
50 Hz, Single phase AC supply capable of performing
functions such as selectable cooling temperature, fan
speed, dry/cool/fan mode, sleep/ timer control and
wireless LCD remote complete as reqd.
Providing & fixing interconnecting copper cable for
outdoor unit to indoor unit 3 core 2.5 sq.mm complete
as reqd.
Supplying & laying of refrigerant copper piping of
suitable size for suction & discharge line with nitrile
foam outdoor unit to indoor unit i/c breaking open
wall for pipe outlets & making good the damages
wherever necessary complete with satisfaction of
engineer-in-charge etc. as reqd.
Providing and fixing Heavy duty hard PVC drain pipe
of size 25 mm dia for 2.0 TR Split type AC unit i/c
binding/clamping etc. complete as reqd. at site.

No.

39635

Each

39635.00

160

mtr

181.00

Mtr

28960.00

80

Mtr

750

Mtr

60000.00

50

Mtr.

60

Mtr.

3000.00
1126230.00

Total of SH-III
Total of SH-I+II+III

2991238.00

Grand Total (Civil work + Elect. Work) = 1,02,62,658.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil,

Chief Estimator

EE(P)

You might also like