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

INDEX

NAME OF WORK:- EOR of ITI Jahangirpuri under sub division NB-14


Jahangirpuri, Delhi during 2016-17. (SH:-Making walking track
,water proofing treatment of boundary wall, P/F shed for
students & sign board etc.

Sl No. Description Page No.


1. Press Notice to be Issued for Publication In News Paper 1 to 3
2. Information and Instruction for Bidders. 4
3. Notice Inviting Tender form C.P.W.D.-6 5 to 10
4. C.P.W.D.Form-7 11 to 19
5. Amendment in General Conditions of Contract (GCC)-2014 20 to 26
6. List of Equipments for Site Laboratory and Tentative List of 27 to 29
Equipment, T&P and Machinery to be Deployed
7. Additional Condition 30 to 31
8. Special Condition. 32 to 34
9. Additional Specifications & Conditions 35 to 37
10. List of approved makes of materials for civil/sanitary work.............. 38 to 40
11. Guarantee Bond for specialized works.......................................... 41 to 42
12. Schedule of quantities 43 to 47

This NIT is approved for Rs.27,01,764/- (Rs. Twenty Seven Lac One Thousand Seven
Hundred Sixty Four Only) and containing 48 pages 0 47.

Assistant Engineer (P) Executive Engineer


North Building Division, North Building Division
PWD, Delhi PWD, Delhi
CHECK LIST FOR TENDERS
DOCUMENTS TO BE UPLOADED SCANNED COPY OF
(I) Treasury challan / Demand Draft / Pay order or Bankers Cheque/ Deposit at Call receipt / FDR of
any schedule Bank against EMD
(II) Enlistment order of the contractor.
(III) Certificate of Registration of DVAT
(IV) Acknowledgement of up to date filed DVAT return
(V) Copy of receipt of EMD in format given in NIT.
(VI) Work experience certificate in case of other experience contractors.
Note:- Copy of applicable licenses / registrations or proof of applying for obtaining labour
license, registration with EPFO, ESIC and BOCW Welfare board and programme chart (Time and
progress) within the period specified in Schedule F.

NIT -128, NB-14 -0 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
PRESS NOTICE TO BE ISSUED FOR PUBLICATION IN NEWS PAPER

NOTICE INVITING e- TENDERS

The Executive Engineer, PWD, North Building Division (M-322), Below Flyover, Kashmere Gate, Delhi
110006 (Tel:23860041), invites on behalf of President of India, Online Percentage Rate tender from approved
& eligible contractors of CPWD **MES, BSNL & other State Government Department dealing with
Building and Roads and other experienced contractors for following work through e-procurement solution
:- NIT No.128/EE/NBD/PWD/2016-17 Name of Work: EOR of ITI Jahangirpuri under sub division NB-
14 Jahangirpuri, Delhi during 2016-17. (SH:-Making walking track, water proofing treatment of
boundary wall, P/F shed for students & sign board etc. Estimated Cost: Rs.27,01,764/- Earnest Money:
Rs.54,035/- Period of Completion:- 3 Months. Last time and date of submission of bid: up to 3.00 P.M. on
11.05.2017 and opening at 3.30 PM on 11.05.2017
The bid forms and other details can be obtained from the website https://govtprocurement.delhi.gov.in.
Not to be published below this line.
** To be filled in by Executive Engineer

_______________________________________________________________________

Executive Engineer
North Building Division (M-322),
PWD (GNCTD), Below Flyover,
Kashmere Gate, Delhi

NIT -128, NB-14 -1 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
PRESS NOTICE FORMING PART OF NIT AND TO BE POSTED ON WEBSITE
The Executive Engineer, PWD, North Building Division (M-322), Below Flyover, Kashmere Gate, Delhi, invites
on behalf of President of India, Online Percentage Rate tender from approved and eligible contractors of
CPWD, MES, BSNL & other State Government Department dealing with Building and Roads and
other experienced contractors for the following work through e-procurement solution:-
Sl. Name of Work Last date Period during which Time & date of

Earnest Money
Time Allowed
Estimated Cost
No and time eligibility opening of
. of documents shall be Tender
submissio physically submitted in
Division Office
n of
tender

1 EOR of ITI Jahangirpuri


under sub division NB-14
Jahangirpuri, Delhi during
Up to
Rs. 27,01,764/-
Rs. 54,035/-
2016-17. (SH:- Making
3.00 PM

3 Months
walking track, water
proofing treatment of on Within 7 days after 11.05.2017
boundary wall, P/F shed for bid opening. from 3:30 PM
students & sign board etc. 11.05.201 onwards
NIT No. 128/EE/NBD/PWD/2016-17. 7
TENDER ID.
2017_PWD_127788
**To be filled in by the Executive Engineer
Enlistment of the contractors should be valid on the last date of submission of bids. In case only the last date of
submission of bids is extended, the enlistment of contractor should be valid on the original date of submission of bids.
Bid documents shall be considered valid only of those contractors who will upload the scanned copies of the following
documents along-with bid.
(1) Receipt of EMD submitted in any division of PWD Delhi.
(2) Registration Certificate under Delhi Value Added Tax 2004.
(3) Copy of latest return filed in Sales Tax / VAT department.
For MES, BSNL & other State Government Department dealing with Building and Roads
and other experienced contractors who fulfill the following criteria shall be eligible to apply:
(a) Should have satisfactorily completed the works as mentioned below during the last Seven years ending last
day of the month Feb 2017.
(i) Three similar works each costing not less than Rs. 10,80,706/- or two similar works each costing not less than
Rs. 16,21,058/- or one similar work costing not less than Rs.21,61,411/-
Similar work shall mean Building work.
The value of executed works shall be brought to current costing level by enhancing the actual value of work at
simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications for bids.
Earnest Money of Rs.54,035/- 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, CBMD M-
322, PWD, Delhi).
The original EMD should be deposited either in the O/o Executive Engineer inviting bids or division
office of any EE, PWD, GNCTD within the period of bid submission. (The EMD documents shall only be issued
from the place in which the O/o receiving division office is situated). The EMD receiving Executive Engineer
shall issue a receipt of deposition of earnest money deposit to the bidder in a prescribed format (enclosed)
uploaded by tender inviting EE in the NIT.
NIT -128, NB-14 -2 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
Further details can be seen at: https//govtprocurement.delhi.gov.in

This receipt shall also be uploaded to the e-tendering website by the intending bidder upto the specified
bid submission date and time.

Receipt of deposition of original EMD


(Receipt No. ..................... / date ......................)
1. Name of Work ..........................................................................................................................
*
2. NIT No. .................................................................................................*
3. Estimated Cost ..............................................................................*
4. Amount of Earnest Money Deposit .....................................*
5. Last date of submission of bid .................................................*
(*To be filled by NIT approving authority/EE at the time of issue of NIT and uploaded
alongwith NIT)
1. Name of contractor ...........................................................#
2. From of EMD ..............................................#
3. Amount of Earnest Money Deposit ...................................#
4. Date of submission of EMD ......................................... #

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
Along with Office stamp
(# to be filled by EMD receiving EE)

A part of earnest money is acceptable in the form of Bank Guarantee also. In such case, minimum 50%
of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape prescribed above, and
balance may be deposited in shape of Bank Guarantee of any Scheduled Bank having validity for six months
or more from the last date of online receipt of bids which is to be scanned and uploaded by the intending
bidders.
Copy of Enlistment Order and other document as specified in the press notice shall be scanned and
uploaded to the e-Tendering website within the period of bid submission. However, certified copy of all the
scanned and uploaded documents as specified in press notice / CPWD-6 shall have to be submitted by the
lowest bidder only within a week physically in the office of bid opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
original Earnest Money Deposit deposited with any division office of PWD, Delhi and other documents
scanned and uploaded are found in order.
.

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 in the office of Executive Engineer, PWD, North Building
Division (M-322), Below Flyover, Kashmere Gate, Delhi, between 11.00 AM to 4.00 PM from
**.to ..**..every day except on Sunday & Public Holidays and from the
websitehttps://govtprocurement.delhi.gov.in.
** To be filled by Executive Engineer.
Executive Engineer
PWD, North-Building
Maintenance Division (M-322), Delhi

NIT -128, NB-14 -3 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
INFORMATION AND INSTRUCTION FOR BIDDERS

1. Bids documents: - The collection of Bid documents is dispensed away with as there is no physical
supply of bid documents and to have absolute anonymity of the bidders participating in e-
procurement solution. The bidders can view/download the bid documents, from the
https://govtprocurement.delhi.gov.in.
2. Submission of Bids: The bidders who are desirous of participating in e procurement shall submit
their price bids in the standard formats prescribed in the bid documents, displayed at
https://govtprocurement.delhi.gov.in. The bidder should upload the scanned copies of all the relevant
certificates, documents etc. in the https://govtprocurement. delhi.gov.in in support of their price bids.
The bidder shall sign on all the statements, documents, certificates, uploaded by him, owning
responsibility for their correctness / authenticity.
3. Price Bid Opening: The Price Bids will be opened online by the concerned officer / officers at the
specified date & time and the result will be displayed on the https://govtprocurement.delhi.gov.in,
which can be seen by all the bidders who participated in the bids.
4. Processing of Bids: The concerned officer/officers will evaluate and process the Bids as done in the
conventional bids and will communicate the decision to the bidder online.
5. Payment of performance Guarantee: The bidder whose bid is accepted will be required to furnish
performance guarantee of 5% (Five percent) of the tendered amount in addition to other deposits
mentioned elsewhere in the contract for his proper performance of the contract. This guarantee shall
be in the form of DD / Banker Cheque / pay order / FDR / guarantee bonds of any scheduled bank
drawn in favour of EE, PWD, M-322, Delhi.
6. Participation of Bidders at the time of opening of bids: Bidders have two options to participate in
tendering process at the time of opening of Bids:

(i) Bidders can come at the place of opening of bids (electronically) as done in the conventional
tender process.
(ii) Bidders can visualize processing online.
9. Participation Financial Rules for e-procurement: The e-procure system would be applicable for
purchase of goods, outsourcing of services and execution of work as prescribed in GFRs / PWD
manual.
10. Signing of agreement: After the award of the contract, an agreement will be signed as done in
Conventional Bids.
11. To download the General Condition of Contract 2014 (i.e. GCC-2014) following link may be
followed:
www.cpwd.gov.in>download>GCC-2014.

Executive Engineer,
North Building Maintenance Division M-322
PWD (GNCTD), Delhi-110006

NIT -128, NB-14 -4 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
C.P.W.D.-6
PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER
Percentage Rate Composite bids are invited on behalf of the President of India from approved and eligible contractors
of CPWD **MES, BSNL & other State Government Department dealing with Building and Roads and
other experienced contractors through e-Tendering for the work: EOR of ITI Jahangirpuri under sub division
NB-14 Jahangirpuri, Delhi during 2016-17. (SH:-Making walking track, water proofing treatment of
boundary wall, P/F shed for students & sign board. etc.
1. The enlistment of the contractors should be valid on the last date of submission of bid. In case only the last date
of submission of bid is extended, the enlistment of contractor should be valid on the original date of submission of bid.
1.1 The work is estimated to cost Rs.27,01,764/-. 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 bids. He will also nominate Division which will deal with all matters relating
to the invitation bids.
For composite bid, besides indicating the combined estimated cost put to bid, should clearly indicate the
estimate cost of each component separately.
1.2 Bid documents shall be considered valid of only those contractors who will upload the scanned copies of the
following documents along with their bids.
(1) Earnest Money in favour of EE, M-322, PWD, Delhi.
(2) Registration Certificate under Delhi Value Added Tax 2004.
(3) Copy of latest return filed in Sales Tax / VAT department.
For MES, BSNL & other State Government Department dealing with Building and Roads and
other experienced contractors who fulfill the following criteria shall be eligible to apply:
(a) Should have satisfactorily completed the works as mentioned below during the last Seven years ending
last day of the month Feb 2017.
(i) Three similar works each costing not less than Rs. 10,80,706/- or two similar works each costing not less
than Rs. 16,21,058/- or one similar work costing not less than Rs. 21,61,411/-
Similar work shall mean Building work.
The value of executed works shall be brought to current costing level by enhancing the actual value of work at
simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications for
bids.

Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
Earnest Money Deposit deposited with any division office of PWD, Delhi and other documents
scanned and uploaded are found in order.
1.3 However the Earnest Money and all documents uploaded with bid should reach in the office of Executive
Engineer, PWD, North Building Division (M-322), Below Flyover, Kashmere Gate, Delhi, by
prescribed date & time.
2. The bids can be uploaded on website up to 03.00 PM on ---**---- The bids will be opened on ----**-----at
03.30 PM by The Executive Engineer, PWD, North Building Division (M-322), Below Flyover,
Kashmere Gate, Delhi. The bid will be displayed on the website https//govtprocurement.delhi.gov.in
which can be seen by all the contractors who participated in the Bids.
3. Agreement shall be drawn with the successful bidders on prescribed Form No. C.P.W.D. 7 which is available
as a Govt. of India Publication and also available on web site www.cpwd.gov.in. The bidder shall quote his
rates as per various terms and conditions of the said form, which will form part of the agreement.
4. The time allowed for carrying out the work will be 3 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.
NIT -128, NB-14 -5 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
5. The site for the work is available.
6. Bid documents consisting of plans, specifications, the schedule of quantities of the various type of item to be
executed and the set of terms & conditions of contract to be complied with and other necessary documents,
Standard General Condition of Contract Form can be seen on web site https://govtprocurement.delhi.gov.in
free of cost.
7. 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.
8. 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.
9. Earnest Money of Rs.54,035/- 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 EE, PWD, CBMD M-322,
Delhi,).

The original EMD should be deposited either in the O/o Executive Engineer inviting bids or division office of
any EE PWD GNCTD within the period of bid submission. (The EMD documents shall only be issued from
the place in which the O/o receiving division office is situated). The EMD receiving Executive Engineer shall
issue a receipt of deposition of earnest money deposit to the bidder in a prescribed format (enclosed) uploaded
by tender inviting EE in the NIT.

This receipt shall also be uploaded to the e-tendering website by the intending bidder upto the
specified bid submission date and time.

(** to be filled by EE)

NIT -128, NB-14 -6 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
Receipt of deposition of original EMD
(Receipt No. ..................... / date ......................)
1. Name of Work
.......................................................................................................................... *
2. NIT No. .................................................................................................*
3. Estimated Cost ..............................................................................*
4. Amount of Earnest Money Deposit .....................................*
5. Last date of submission of bid .................................................*
(*To be filled by NIT approving authority/EE at the time of issue of NIT and uploaded
alongwith NIT)
1. Name of contractor ...........................................................#
2. From of EMD ..............................................#
3. Amount of Earnest Money Deposit ...................................#
4. Date of submission of EMD ......................................... #

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
Alongwith Office stamp
(# to be filled by EMD receiving EE)

A part of earnest money is acceptable in the form of Bank Guarantee also. In such case, minimum 50%
of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape prescribed above,
and balance may be deposited in shape of Bank Guarantee of any Scheduled Bank having validity for
six months or more from the last date of online receipt of bids which is to be scanned and uploaded
by the intending bidders.
Copy of Enlistment Order and certificate of work experience and other document as
specified in the press notice shall be scanned and uploaded to the e-Tendering website within the
period of bid submission. However, certified copy of all the scanned and uploaded documents as
specified in press notice / CPWD-6 shall have to be submitted by the lowest bidder only within a
week physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders,
whose original Earnest Money Deposit deposited with any division office of PWD, Delhi and
other documents scanned and uploaded are found in order.

The bid submitted shall be opened at 3.30 PM on **


10. The bid submitted shall become invalid if:
(i) The bidder is found ineligible.
(ii) The bidder does not deposit originally EMD with Division office of any Executive Engineer, PWD,
Delhi (The EMD documents shall only be issued from the place in which the office of receiving
division office is situated).
(iii) 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 copy of receipt
for deposition of original EMD.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hard copies as submitted physically by the lowest bidder in the office of tender
opening authority.
(** to be filled by EE)

NIT -128, NB-14 -7 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
11. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five percent)
of the bid amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in
case guarantee amount is less than Rs.10,000/-) or Deposit at Call receipt of any scheduled bank/Bankers
cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay Order of any scheduled bank (in case
guarantee amount is less than Rs.1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee
Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the
contractor is to deposit the said performance guarantee within the period as indicated in Schedule F including
the extended period if any, the Earnest money deposited by the contractor shall be forfeited automatically
without any notice to the contractor. The Earnest money deposited along with tender shall be returned after
receiving the aforesaid performance guarantee.
12. The contractor has to furnish the guarantee bond for removal of defect for the work in respect of water
proofing works, as per specified performa. (Annexure C). The Security Deposit of water proofing work shall
be refunded after completion of defect liability period.
13. 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 bidders
shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a bid by a bidders implies that he has read
this notice and all other contract documents and has made himself aware of the scope and specifications of the
work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of the work.
14. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any
other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any
reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of
conditional rebate is put forth by the bidder shall be summarily rejected.
15. 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.
16. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the tender and the bidders shall be bound to perform the same at the rate quoted.
17. The contractor shall not be permitted to bid for works in the PWD 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 gazetted officer in the
Public Works Department, Delhi or in the Ministry of Urban Development, Delhi. Any breach of this
condition by the contractor would render him liable to be removed from the approved list of contractors of this
Department.
18. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative duties in
an Engineering Department of the Government of India is allowed to work as a contractor for a period of one
year after his retirement from Government service, without the previous permission of the Government of
India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found
any time to be such a person who had not obtained the permission of the Government of India as aforesaid
before submission of the bid or engagement in the contractors service.
19. The bid for the works shall remain open for acceptance for a period of ninety (30) days from the date of
opening of tender. If any bidder withdraws his bid before the said period or issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not
acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at
NIT -128, NB-14 -8 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidder shall not be allowed to
participate in the re-bidding process of the work.
20. This Notice Inviting Tender shall form a part of the contract document. The successful bidders/contractor, on
acceptance of his bid by the Accepting Authority, shall, within 3 Months from the stipulated date of start of
the work, sign the contract consisting of:-
(a) The Notice Inviting Tender, all the documents including additional conditions, specifications and
drawings, if any, forming part of the tender as uploaded at the time of invitation of bid and the rates
quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
(b) Standard CPWD Form 7 or other Standard C.P.W.D. form as applicable.
21. The contractor shall quote his rates keeping in mind the specifications; terms & conditions, particular
specifications and special conditions etc. and nothing shall be payable extra whatsoever unless otherwise
specified. If the bidders does not quote the rate for any item, leaving the space blank, whatsoever, it will be
presumed that the bidders has loaded the cost of this/ these item(s) on other item(s), and he will execute this
/these items at zero cost, and the bid will be evaluated accordingly.
For Composite Bids.

22.1.1 The Executive Engineer in charge of the major component will call bids for the composite work. The
cost of bid document and Earnest Money will be fixed with respect to the combined estimated cost put
to tender for the composite bid.

22.1.2 The bidder(s) must associate himself, with agencies of the appropriate class eligible to bid for the
minor component individually.
22.1.3 The eligible bidder(s) shall quote rates for all items of major component as well as for all items of
minor components of work.
22.1.4 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 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 of the agreement. EE (E) in
charge of minor component shall operate Part B along with Part A of the agreement.
22.1.5 Entire work under the scope of composite bid including major and all minor components shall be
executed under one agreement.
22.1.6 Security Deposit will be worked out separately for each component corresponding to the estimated
cost of the respective component of work.
22.1.7 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 Engineer-in-
Charge of minor component(s) within prescribed time. Name of the agency(s) to be associated shall be
approved by Engineer-in-charge of minor component(s).
22.1.8 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.
22.1.9 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 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.

NIT -128, NB-14 -9 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
22.1.10 Running payment for the major component shall be made by EE of major discipline to the main
contractor. Running payment for minor component shall be made by Engineer-in-charge of the
discipline of minor component directly to the main contractor.
22.1.11 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.

23. In case of any difference / ambiguity between English & Hindi versions, English version shall prevail.
24. The department shall deduct Income Tax on the value of work done from each bill of the contractor as per
prevailing Government instructions/orders. In lieu, the department shall issue a certificate of deduction of the
tax at source to the contractor, in relevant form.
25. Engineer-in-Charge shall deduct TDS and DVAT as per prevailing Government instructions / orders from the
total payment made to contractor in pursuance of this contract. This TDS shall also be deducted on advance
payment to be adjusted in future bills and on the amount of cost escalation. The TDS certificate shall be issued
by the Engineer-in-Charge to the contractor in form DVAT 43 within 28 days from the end of the month in
which tax has been deducted.
26. The department shall deduct labour CESS @1% on the value of work done from each bill of the contractor as
per prevailing Government instructions/orders. In lieu, the department shall issue a certificate of deduction of
the tax at source to the contractor, in relevant form.
27. In the tender document, the word CPWD shall include PWD (GNCT Delhi) wherever exists.
28. 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. The
intending bidder must have valid digital signature to submit the bid.

Executive Engineer,
North Building Division (M-322),
PWD, Delhi
For & on behalf of President of India

NIT -128, NB-14 - 10 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
C.PW.D. Form - 7

GOVERNMENT OF DELHI
PUBLIC WORKS DEPARTMENT

STATE : DELHI CIRCLE : M NMC

BRANCH : B&R DIVISION : M NBD

ZONE : North SUB-DIVISION : NB-14

Percentage Rate Tender & Contract for Works

(A) Tender for the work of: EOR of ITI Jahangirpuri under subdivision NB-14 Jahangirpuri, Delhi
during 2016-17. (SH:-Making walking track, water proofing treatment of boundary wall, P/F shed for
students & sign board etc.

To be submitted Online by 15:00 hours on .. to Executive Engineer North Building Division, Below
Flyover, Kashmere Gate, New Delhi, at web site: https://govtprocurement.delhi.gov.in

1. To be opened in presence of tenderers who may be present either at the place of opening of
tenders (electronically) or can visualize to process online at 15:30 hours on in the office of
Executive Engineer North Building Division, Below Flyover, Kashmere Gate, New Delhi.

Released to website:
https://govtprocurement.delhi.gov.in at Tender I.D. No. ..............**

Signature of officer releasing the documents ...............................**

Designation : Executive Engineer

Date of Release: .

Executive Engineer,
North Building Division

NIT -128, NB-14 - 11 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications applicable, Drawings &
Designs, General Rules and Directions, Conditions of contract, clauses of contract, Special conditions, Schedule of Rate &
other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the
work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule
F viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instruction in
writing referred to in Rule-1 of General Rule 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.

I/We agree to keep the tender open for thirty (30) days from the due date of its opening and not to make any
modifications in its terms and conditions.

A sum of Rs.54,035/- is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a scheduled bank/fixed
deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as
earnest money. A copy of earnest money 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 is
scanned and uploaded (strike out as the case may be). If I/We, fail to furnish the prescribed performance guarantee within
prescribed period, I/We agree that the said President of India or his successors, in office shall without prejudice to any
other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as
specified, I/We agree that President of India or the successors in office shall without prejudice to any other right or remedy
available in law, be at liberty to forfeit the said performance guarantee absolutely. The said Performance Guarantee shall
be a guarantee to execute all the works referred to in the tender documents upon the terms and conditions contained or
referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause
12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid, I/We shall be
debarred for participation in the re-tendering process of the work.

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as
secret/confidential documents and shall not communicate information/derived there from to any person other than a
person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to
the safety of the State.

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

Witness:- ...................**............. Postal Address:- ..................**.............................

Address:- ..........................**.....

Occupation:- ................**..........
Telephone No. **

Fax:- **

E-Mail:- **

**to be filled by Contractor

NIT -128, NB-14 - 12 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
ACCEPTANCE

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

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

a)

b)

c)

For & on behalf of the President of India

Signature ________________________

Date Designation _____________________

NIT -128, NB-14 - 13 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
PROFORMA OF SCHEDULES

SCHEDULE A
Schedule of quantities (Enclosed): See at Pages from 43 to 47

SCHEDULE B
Schedule of materials to be issued to the contractor.

S.No. Description of item Quantity Rates in figures & words at Place of issue
which the material will be
charged to the contractor

1 2 3 4 5

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

SCHEDULE C

Tool and plants to be hired to the contractor


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

1 2 3 4

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

SCHEDULE D

Extra schedule for specific requirements/ : As mentioned in tender documents


documents for the work, if any.

NIT -128, NB-14 - 14 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
SCHEDULE E

Reference to General Conditions: - General conditions of contract for CPWD-Works 2014 amended /
modified upto the last date of uploading the tender.

Name of work: - EOR of ITI Jahangirpuri under subdivision NB-14 Jahangirpuri, Delhi during 2016-
17.(SH:-Making walking track, water proofing treatment of boundary wall, P/F shed for students &
sign board etc.

Estimated Cost of work: - Rs.27,01,764/-

Earnest Money: - Rs.54,035/- (To be returned after receiving performance guarantee)

Performance Guarantee:- 5% of tendered value.

Security Deposit: 2.5% of tendered value

SCHEDULE F
GENERAL RULES & DIRECTIONS

Officer inviting tender Executive Engineer North Building Division


Below Flyover, Kashmere Gate, New Delhi.

Maximum percentage for quantity


of items of work to be executed
beyond which rates are to be
determined in accordance with
Clauses 12.2 & 12.3 See below

Definition:

2(v) Engineer-in-Charge Executive Engineer, P.W.D. North Building Division

2(viii) Accepting Authority Executive Engineer, P.W.D. North Building Division

2(x) Percentage on cost of material


and labour to cover all 15%
overheads and profits.

2(xi) Standard Schedule of Rates DSR-2014 (Less 12% as per Delhi Govt.)
2(xii) Department PWD, NCT, Delhi

9(ii) Standard CPWD contract Form CPWD form 7 as modified and corrected upto the date of
GCC 2014 receipt of tender.

NIT -128, NB-14 - 15 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
Clause 1
i) Time allowed for submission of Performance Guarantee, Programme Chart
(Time and Progress) and applicable Labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board or proof of applying thereof from
the date of issue of letter of acceptance.
7 days

ii) Maximum allowable extension with late fee


@ 0.1% per day of performance guarantee
amount beyond the period as provided
in (i) above. Nil

Clause 2 Authority for fixing compensation S.E., North Maintenance Circle


Under clause 2

Clause 2 A Whether clause 2A shall be applicable N/A

Clause 5
i) Number of days from the date of 10 days.
Issue of letter of acceptance
Reckoning date of start.

Miles Stones : As per table given below :

TABLE OF MILESTONES (S)

S. Description of Milestone Time Allowed in days Amount to be with held in case of


No. (Financially ) (from date of start) non achievement of mile stone
th
1 1/8 (of the whole work) 1/4 (of the whole work) In the event of not achieving the
necessary progress as assessed from the
2 3/8th (of the whole work) 1/2 (of the whole work)
running payment, 1% of the tendered
th
3 3/4 (of the whole work) 3/4 (of the whole work) value of work will be withheld for
Full Full failure of non achieving of each mile
4 stone/ rescheduled mile stone. The
maximum amount shall not exceed 5%
of tendered value.

Time allowed for execution of work 3 Months.

i) Authority to give fair and reasonable Executive Engineer,


extension of time for completion of PWD, NBD
work. New Delhi

ii) Rescheduling of milestone Executive Engineer,


PWD, NBD
New Delhi

iii) Shifting of date of start in case of delay Executive Engineer,


in handing over of site. PWD, NBD
New Delhi

Clause 6, 6A
Clause applicable (6 or 6A)_______6A ______.
NIT -128, NB-14 - 16 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
Clause 7
Gross work to be done together with net payment/ adjustment
of advances for material collected, if any, since the last Rs.9,00,000/-
such payment for being eligible to interim payment.

Clause 7A
No running account bill shall be paid for the work till the
applicable labour licenses, registration with EPFO, ESIC
and BOCW Welfare Board, whatever applicable are
submitted by the contractor to the Engineer-in-Charge.
Whether clause 7A shall be applicable: Yes

Clause 10 A
List of testing equipment to be
provided by the contractor as site lab. As per list attached Annexure (A)

Clause 10 B (ii) N/A

Clause 10 C
Component of labour expressed
as percentage of value of work. Not applicable

Clause 10 CA Not applicable

Clause 10CC Not applicable

Clause 11
Specifications to be followed CPWD specification 2009 Vol I to II with
for execution of work upto the date of uploading the tender and specified in
the tender documents.

Clause 12
Type of Work Maintenance works completion cost shall
Not exceed 1.25 time of tendered amount.
12.2 & 12.3 Deviation Limit beyond which
Clauses 12.2 & 12.3 shall
apply for Building work ________50%_________

12.5 Deviation Limit beyond which


Clauses 12.2 & 12.3 shall
apply for Foundation work ________100%__________

Clause 16
Competent Authority for Superintending Engineer
deciding reduced rates. NMC, Kashmere Gate, Delhi

Clause 18
List of mandatory machinery tools & plants : As per list attached Annexure B
to be Deployed by the contractor at site

NIT -128, NB-14 - 17 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
Clause 25
Constitution of Dispute Redressal Committee (DRC) : Competent Authority to appoint DRC

1. DRC for total claims more than Rs. 25 lacs : : Chief Engineer, PWD, Maint. Zone M-3

Chairman Chief Engineer, PWD (GNCTD), Zone M-3,

Member Director of works, PWD (GNCTD)

Member Superintending Engineer, PWD, (GNCTD), North


Maintenance Circle.
Member Superintending Engineer, North West Maintenance Circle,
2. DRC for total claims upto Rs. 25 lacs : : Chief Engineer, PWD, Maint. Zone M-3

Chairman Director of works, PWD (GNCTD)

Member Executive Engineer, PWD, North Building Division

Executive Engineer, PWD(GNCTD), North Road Division (Only to


present the case).

Clause 36 (i)
Requirement of Technical Representative (s) and recovery rate

Rate at which recovery shall be


Minimum Minim made from the contractors in the
Nu
Sl Qualification of um event of not fulfilling provision of
Discipline Designation mb
No Technical experi clause 36(i)
er
Representative ence
Figures Words
Principal
Technical
Rupees fifteen
Graduate representative 2 Rs. 15,000/-
Civil 1 thousand only
Engineer (Project / Planning Years (Per month)
(Per month)
/ Site / billing
Engineer)
1. OR
Principal
Technical
Rupees fifteen
representative 5 Rs. 15,000/-
Diploma Engineer Civil 1 thousand only
(Project / Planning Years (Per month)
(Per month)
/ Site / billing
Engineer)

Assistant Engineers retired from Government services that are holding diploma will be treated at par with graduate
Engineers.
Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be treated as par with
Graduate Engineer for the purpose of such deployment subject to the condition that such diploma holders should not
exceed 50% of requirement of degree engineers.

NIT -128, NB-14 - 18 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
Clause 42

i) (a) Schedule/statement for determining


theoretical quantity of cement
& bitumen on the basis of Delhi
Schedule of Rates 2014 printed by CPWD.

ii) Variations permissible on theoretical quantities.

a) Cement for works with estimated cost 3% plus / minus


put to tender not more than Rs. 5 lakhs.

for works with estimate cost put to


tender more than Rs. 5 lakhs. 2% Plus/Minus

b) Bitumen for all works. 2.5% plus only &


nil on minus side.

c) Steel Reinforcement and structural steel 2% plus / minus


sections for each diameter, section and
category.

d) All other materials. NIL

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl. Description of item Rates in figures and words at which recovery shall be made from the
No. Contractor

Excess beyond permissible Less use beyond the permissible


variation variation
Not permissible
1. Cement (OPC) NIL

2. Steel Reinforcement NIL Not permissible


(Primary Manufacturer)
3. Structural Steel NIL Not permissible

4. Other NIL Not permissible

Executive Engineer,
NBD, PWD, Delhi

NIT -128, NB-14 - 19 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
NIT -128, NB-14 - 20 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
NIT -128, NB-14 - 21 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
NIT -128, NB-14 - 22 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
NIT -128, NB-14 - 23 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
NIT -128, NB-14 - 24 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
NIT -128, NB-14 - 25 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
NIT -128, NB-14 - 26 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
Annexure A
LIST OF EQUIPMENTS FOR SITE LABORATORY

Item Qty
(I) Aggregate 1. Set of coarse sieves 30 cm dia (GI Sheet frames) with 1 set
Testing aperture size (40 mm, 25 mm, 20 mm, 16 mm, 17.5 mm, 10
mm, 4.75 mm all with lid and pan).
a) Motorized sieves shaker for the above sieves. 1 No.
2. Set of fine sieves 30 cm dia (GI Sheet frames) with aperture 1 set
size 94.75 mm, 2.36 mm, 1.18 mm, 600mic, 300 mic, 150
mic, 75 mic, all with lid and pan).
a) Motorized sieves shaker for the above sieves. 1 No.
3. Flakiness & elongation Index Screen. 1 No.
4. Los Angeles Abrasion Testing Machine. 1 No.
5. Bulk Density and voids and Aggregates Cylindrical Metal 1 No./each
measures with capacity (3 ltr, 10 ltr, 15 ltr or 20 ltr).
6. Pycnometer 1000 ml capacity with brass. 1 No.
7. Hot Air Blower (Hair Dryer). 1 No./each
8. Aggregate Impact value apparatus with automatic blow 1 No.
counter.
9. Hot Plate 1000 to 2000 watts with regulator cum switch. 1 No.
10. Drying pans (Frying Pans). 2 Nos.
11. China clay dishes with dia 10 cm & 15 cm. 2Nos./each
12. Watch glasses for above 10 cm & 15 cm. 2Nos./each
13. Sieve Brushes. 2 Nos.

(II) Concrete 1. Concrete cube moulds 15 x 15 x 15 cm. 12 Nos.


Testing 2. Pruning Rods 2 kg weight length 40 cm and ramming face 25 2 Nos.
mm2.
3. Extra Bottom Plates for 15 cm cube mould. 6 Nos.
4. Standard Vibration Table for cubes. 2 Nos.
5. Compression Testing Machine (ASEW or equivalent0 with 1 No.
Electricity cum manually operated tamping unit with
pressure gauge preferably 30 cm dia., 0.150 tonne in 1 tonne
divisions. Sensitivity 0.5 tonne.
6. Slump Test Apparatus Complete. 3 Nos.
7. Pocket Concrete Penetremeter 0 to 50 kg./ sqcm. 1 No.
8. GI Tray approx 1 m x 1 m with sides 10 cm high for hand 2 Nos.
mixing of concrete.
9. Concrete temperature measuring Thermometer. 2 Nos.

(III) Cement Mortar cube moulds 7.07 x 7.07x 7.07 cm. 10 Nos.
Testing Standard Sand Grade I, II & III. 50kgs/each
Mortar cube vibrator. 1 No.
Vicat Beadle Apparatus. 1 No.

NIT -128, NB-14 - 27 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
(IV) Weighing Physical balance capacity 200 gms. 1 No.
Equipment Dial type spring balance having knob capacity 10 kg reading to kg. 2 Nos.
Counter scale capacity 1 kg & 10 kg. 1 No./each
Weighting platform capacity 100 kg. 1 No.
Iron weights of 5 kg, 2 kg, 500 gm, 200 gm, 100 gm. 2 Nos./each
Brass weights of 50 gm, 20 gm, 10 gm, 5 gm, 2 gm, 1 gm. 2 Nos./each

(V) Water 5 ltr, 2 ltr, 1 ltr, ltr. 5 Nos./each


Measuring Measuring cylinder capacity 10 ml, 500 ml, 250 ml, 100 ml. 2 Nos./each
Equipment Beakers with capacity 500 ml, 200 ml, 50 ml. 2 Nos./each
Wash bottles capacity 500 ml. 2 Nos./each
Thermometers 0-100 degree centigrade. 5 Nos./each

(VI) Laboratory 1. Set of Box spanner ratchet. 2 Nos.


Tools 2. Hammer 1 lb. 2 Nos.
3. Rubber Hammer 2 Nos.
4. Hacksaw with 6 blades. 1 No.
5. Measuring tape 2 mtr. 2 Nos.
6. Depth guage 20 cm. 2 Nos.
7. Vernier Calliper. 2 Nos.
8. Micrometer screw 25 mm guage. 2 Nos.

Miscellaneous 1. Showels & Spade. 1 Nos./each


item 2. Plastic or GI Buckets 15 ltr, 10 ltr & 5 ltr. 1 Nos./each
3. Wheel Barrow. 1 Nos.

The laboratory shall have equipped with the following equipment also:

a) Balances:-
i) 7 kg 10 kg. capacity, semi self-indicating type-accurate to 10 gm.
ii) 500 gm capacity, semi self indicating type-accurate to 1 gm.
iii) Pan balance type 5 kg accurate to 10 gm.

b) Oven:- Electrically operated, thermostatically controlled up to 110oC sensitivity 1oC.


c) Sieves: as per IS: 460

1) IS sieve 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm, 25 mm, 20 mm,
12.5 mm, 10 mm, 6.3 mm, 4.75 mm complete with lid and pan.
2) IS Sieves 200 mm internal dia (bras frame) consisting of 2.36 mm, 1.18 mm, 500 microns, 425
microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.

d) Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing switch
assembly.
e) Equipment of slump test slump cone, steel plate, temping rod, steel scale, scoop.
f) Dial gauges 25 mm tr4avel 0.01 mm / division least count 2 nos.
g) Graduated measuring cylinders 200 ml capacity 3 nos.
NIT -128, NB-14 - 28 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
h) Enamel trays for efflorescence test for bricks:-

300 mm x 250 mm x 40 mm = 2 Nos.


Circular plates of 250 mm dia. = 4 Nos.

i) 15 cm moulds for concrete cubes = 12 Nos.

j) Other instruments like steel tapes 30 m, vernier calipers, a good quality plumb bob, spirit level
minimum 30 cm long with 3 bubbles for horizontal vertical, wire gauge (circular type) disc, foot rule,
long nylon thread, magnifying glass, screw driver 30 cms long, ball pin hammer 100 gms, plastic bags
for taking samples etc.

k) The equipments not relevant for this work may be exempted by Engineer-in-Charge on the written
request of the agency.

l) In the absence of any testing equipments as per annexure A above, testing charges of all tests
conducted from various outside laboratories (w.r.t. above testing equipments) shall only be
borne by the contractor.

Annexure B

TENTATIVE LIST OF EQUIPMENT, T&P AND MACHINERY TO BE DEPLOYED

SL. No. Equipment


1 D.G. set (5 KVA)
2 Welding machine
3 Floor grinding machine
4 Tipper / Trucks
5 Double scaffolding system ( cup lock type)

NIT -128, NB-14 - 29 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
ADDITIONAL CONDITIONS

1. Work will be executed as per CPWD specifications 2009 VolI to VolII with upto date correction slips.
2. All the T&P is to be arranged by contractor & nothing extra shall be paid on this account.
3. All the labour bye laws & regulations are to be followed by the contractor.
4. The contractor shall make his own arrangements for obtaining the electric connection. If required and make
necessary payments directly to the department concerned.
5. No payment shall be made to the contractor for any damage caused by rains, snow fall, floods or any other
natural calamity whatsoever during the execution of the work. The damage to work shall be made good by
the contractor at his own cost.
6. Other agencies may also be working simultaneously at the place of work which contractor shall make
necessary arrangements of coordination and afford necessary facilities.
7. The contractor shall be bound to follow the restriction on the movement of labour, materials imposed by any
other authority connected with the site due to security or any other reasons connected with the event. No
claim shall be entertained on this account.
8. The contractor shall take all precautions to avoid accidents by exhibiting necessary cautions boards, lights,
flags etc. and ensure that no hindrance is caused to the traffic. He shall be responsible for all damages,
accidents, caused due to negligence.
9. The contractor shall be fully responsible for the safe custody of the material issued to him by the department.
The contractor shall arrange all tools and plants necessary for the execution of the work at his own cost.
10. The contractor shall arrange water as per clause 31 of the general conditions of contract book. If this is
supplied as per clause 31A water charges @1% shall be recovered from the gross amount of the bill. The rate
for all items of work shall include cost of all materials, labour and other inputs necessary to complete the
work or otherwise as specified.
11. Testing of materials:-
A) Samples of various materials required for the work shall be got tested from the approved lab for which the
contractor shall supply the samples free of charges. Testing charges shall be borne by the department.
However in case of failure of sample test, the testing changes shall be borne by the contractor. All other
expenses required for taking the samples to lab packing etc. shall be borne by the contractor
B) In case there is any discrepancy in the frequency of testing as given I n the list of mandatory test and that
in the individual sub-head of work as per the CPWD specification 2009 Vol. I & II with uptodate correction
slips the higher of the two frequencies shall be followed and nothing extra shall be payable to the contractor
on this account.
C) Samples of all fittings and fixture one to be provided for the approval of the Engineer-in-Charge before use
in the work.
12. The building rubbish shall not be thrown to the ground from upper floors and shall be carried through
staircase to the ground and collected daily at the authorized collection point by rickshaw or wheel cart.
Thereafter it shall be disposed off to the authorized municipal dump within 3 Months before the completion
of the work failing which the same shall be removed & disposed off by the department at the risk & cost of
contractor and the amount incurred shall be recovered from the bill. The decision of the Engineer-in-Charge
with regard to quantity thereof shall be final.
13. Contractor shall be personally responsible for violation of the laid guidelines and shall have to pay the
fine/penalty so imposed by the appropriate authority. No claim on this account shall be entertained and the
said fine/penalty so decided by the appropriate authority shall be recovered from the dues of the contractor,
if he fails to deposit the same.

NIT -128, NB-14 - 30 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
14. The rate quoted by the contractor shall be included with all lead lift and height and nothing extra shall be to
paid.
15. The contractor shall deposit at least 90% of theoretically required material Along with the original bill before
start of work at the respective service centre.
16. 1% of gross value of work done shall be deducted from each bill as Construction Workers Welfare Cess. The
tender rates shall deemed to include this cess.
The rates quoted shall include all taxes (including VAT) cartage, loading & unloading etc.
17. The contractor(s) shall make his own arrangements for electricity required for the work and nothing extra
shall be paid for the same.
Electricity if available may be supplied to the contractor by the department subject to the following
conditions:-
(i) The electricity charges @1% shall be recovered on gross amount of the work done if required.
(ii) The contractor(s) shall make his / their own arrangement of electric connection and laying of cable lines
from existing main of source of supply.
(iii) The department does not guarantee to maintain uninterrupted supply of electricity and it will be
incumbent on the contractor(s) to make alternative arrangements for electricity at his / their own cost in
the event of any temporary break down in the Government electricity main so that the progress of his /
their work is not held up for want of electricity. No claim of damage or refund of electricity charges will
be entertained on account of such break down.
(iv) The contractor shall be required to provide necessary safety arrangements to avoid damage due to
electricity connection / electricity work. He shall be responsible for any accident or damage caused due
to inadequate safety arrangements while using electricity.
(v) VAT and Income Tax as applicable will be deducted at source.
(vi) Running account bill payment shall be made at quarterly interval.
18. Proper sign boards are to be erected by the contractor to avoid any miss-happening during & after working
hours.
19. There will be some restrictions regarding execution of work during working hours of
college/Hospital/School/Court/Jail/Polytechnic/Office etc. which the contractor has to bear & nothing extra
will be paid on this account.
20. Contractor will submit computerised bill as per the terms of condition of clause 6 or 6A. For any delay in
submitting Running / Final Bill, contractor shall be responsible for the same.
21. The financial powers given to CPWD officers 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 officer
(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.
22. In any case, the completion cost of this agreement shall not exceed 1.25 times of the tendered amount.
23. Testing of all materials shall be conducted from Govt. approved laboratories such as
CPWD, PWD, IIT, DTU, NCCBM, NTH etc. only.
24. The Private NABL Accredited Lab approved by ADG/Pr. Chief Engineer, PWD, Delhi.

Executive Engineer
NBD, PWD, Delhi

NIT -128, NB-14 - 31 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
SPECIAL CONDITIONS
For Cement :

(1) The contractor shall procure 43 grade ordinary Portland cement conforming to IS 8112/Portland Pozzolana
Cement conforming to IS:1489 (Part-I) as required in the work, from reputed manufacturers of cement such
as ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee Cement, Century Cement & J.K. Cement or from
any other reputed cement Manufacturer having a production capacity not less than one million tonnes per
annum as approved by ADG for that sub region.
The supply of cement shall be taken in 50 kg. bags bearing manufacturer's name and ISI marking. Samples of
cement arranged by the contractor shall be taken by the Engineer-in-charge and got tested in accordance
with provisions of relevant BIS codes. In case the test results indicate that the cement arranged by the
contractor does not conform to the relevant BIS codes, the same shall stand rejected, and it shall be removed
from the site by the contractor at his own cost within a week's time of written order from the Engineer- in-
charge to do so.
(2) The cement shall be brought at site in bulk supply of approximately 25 tonnes or as decided by the Engineer-
in- charge.
(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 authorized representative and the keys of the other lock shall remain with
the contractor. The contractor shall be responsible for the watch and ward and safety of the cement godown.
The contractor shall facilitate the inspection of the cement godown by the Engineer-in-Charge at any time.
(4) The cement shall be got tested by the Engineer-in-charge and shall be used on the work only after
satisfactory test results have been received. The contractor shall supply free of charge the cement required
for testing including its transportation cost to testing laboratories. The cost of tests shall be borne by the
contractor/Department in the manner indicated below:
(a) By the contractor, if the results show that the cement does not conform to relevant BIS codes.
(b) By the Department, if the results show that the cement conforms to relevant BIS codes.
(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 need to made.
(6) 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.
(7) The damaged cement shall be removed from the site immediately by the contractor on receipt of a notice in
writing from the Engineer-in-charge. If he does not do so within 3 days of receipt of such notice, the
Engineer-in-charge shall get it removed at the cost of the contractor.

NIT -128, NB-14 - 32 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
For Steel :

(1) "The contractor shall procure TMT bars of Fe500-D grade from primary steel producers such as SAIL, Tata
Steel Ltd., RINL, Jindal Steel & Power Ltd. and JSW Steel Ltd. or any other producer as approved by CPWD
who are using iron ore as the basic raw material/input and having crude steel capacity of 2.0 Million tonnes
per annum and above.
In case of non-availability of steel from primary producers the NIT approving authority may permit use of
TMT reinforcement bars procured from steel producers having Integrated Steel Plants (ISPs) using iron
ore as the basic raw material for production of crude steel which is further rolled into finished shapes in-
house having crude steel capacity of 0.5 Million tonne per annum and more.
In case of non-availability of steel from Primary Producers as well as ISPs then the NIT approving
authority may also permit use of TMT reinforcement bars procured from secondary producers.
(a) The grade of the steel such as Fe 500-D grade to be procured is to be specified as per BIS 1786-2008.
(b) The secondary producers must have valid BIS licence to produce HSD bars conforming to IS 1786 : 2008.
In addition to BIS licence, the secondary producer must have valid licence from either of the firms
Tempcore, Thermex, Evcon Turbo & Turbo Quench to produce TMT Bars.
(c) The TMT bars procured from Primary Producers and ISPs shall conform to manufacture's specifications.
(d) The TMT bars procured from secondary producers shall conform to the specifications as laid by
Tempcore, Thermex, Evcon Turbo & Turbo Quench as the case may be.
(e) TMT bars procured either from Primary Producers, ISPs or secondary producers, the specifications shall
meet the provisions of IS 1786:2008 pertaining to Fe 500-D grade of steel as specified in the tender.
(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.
(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.
(4) 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.
(5) 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.
(6) The contractor shall supply free of charge the steel required for testing including its transportation to testing
laboratories. The cost of test shall be borne by the contractor/ department in the manner indicated below :
(a) By the contractor, if the result shows that the steel does not confirm relevant BIS code.
(b) By the department, if the result shows that the steel conforms to relevant BIS codes.
(7) 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.
(8) In case contractor is permitted to use TMT reinforcement bars procured from ISPs or secondary producers
then the rate of providing & laying TMT reinforcement bars as quoted by the contractor in the tender shall
also be reduced by Rs. 6.00 per kg.
(9) The agency have to comply the guidelines of OA 21 of 2014 issued by National Green Tribunal regarding
Pollution Control, otherwise he will be liable to punishment as per order No. AS/Env/434/15/7102-7112 dt.
11.12.2015 of NGT.
(10) The agency have to comply directives of Honble National Green Tribunal dt. 04/12/2014 & 10/04/2015
and EIA Guidance Manual issued in February 2010.
(11) The Contractor shall not store/dump construction material or debris on metalled road.
(12) The Contractor shall get prior approval from Engineer-in-Charge for the area where the construction
material or debris can be stored beyond the metalled road. This area shall not cause any obstruction to the

NIT -128, NB-14 - 33 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
free flow of traffic./inconvenience to the pedestrians. It should be ensured by the contractor that no
accidents occur on account of such permissible storage.
(13) The contractor shall take appropriate protection measure like raising wind breakers of appropriate height
on all sides of the plot/area using CGI sheets or plastic and / or other similar material to ensure that no
construction material dust fly outside the plot area.
(14) The contractor shall ensure that all the trucks or vehicles of any kind which are used construction
purposes/or are carrying construction material like cement, sand and other allied material are fully
covered. The contractor shall take every necessary precautions that the vehicles are properly cleaned and
dust free to ensure that enroute their destination, the dust sand or any other particles are not released in
air/contaminate air.
(15) The contractor shall provide mask to every worker working on the construction site and involved in
loading, un loading and carriage of construction material and construction debris to prevent inhalation of
dust particles.
(16) The contractor shall provide all medical help, investigation and treatment to the workers involved in the
construction of building and carry of construction material and debris relatable to dust emission.
(17) The contractor shall ensure that C&D waste is transported to the C&D waste site only and due record shall
be maintained by the contractor.
(18) The contractor shall compulsory use of wet jet in grinding and stone cutting.

Executive Engineer
NBD, PWD, Delhi

NIT -128, NB-14 - 34 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
ADDITIONAL SPECIFICATIONS & CONDITIONS

1.0 General
1.1 The work shall be done in accordance with CPWD Specification 2009. Vol. I & Vol. II with upto date
correction slip.
1.2 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).
1.3 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 their to or revisions there of if any, upto the
date of receipt of tenders.
1.4 Unless otherwise specified in the schedule of quantities the rates for all items of the work shall be considered
as inclusive of pumping out or bailing out water if required for which no extra payment will be made. This will
include water encountered from any source, such as rains, floods, sub-soil water table being high due to any
other cause whatsoever.
1.5 The contractor will have to work according to the programme of work, decided by the Engineer-in-Charge.
The contractor shall also construct a sample unit complete in al respect within time specified by the Engineer-
in-Charge and this sample, unit shall be got approved from the Engineer-in-Charge before mass construction
is taken up. No extra claim what so ever beyond the payments due at agreement rates will be entertained
from the contractor on this account.
1.6 The contractor shall take instructions from the Engineer-in-Charge for stacking of materials in any place the
contractors are required to provide such accommodation as is acceptable to local bodies and nothing extra
shall be paid on this account.
2.00 RCC Work.
2.1 Water Cement ratio for Ordinary RCC work shall not be more than 0.5. The Contractor shall use concrete
mixture of proper design having arrangement for measuring water for mixing of concrete.
2.2 In respect of all projected slabs at all levels including cantilever, canopy, the payment for the RCC work shall
be made under the item RCC slabs. The payment for shuttering at the edges shall be made under the item of
centering and shuttering for RCC slabs. Nothing extra shall be paid for the side shuttering at the edges of RCC
slabs, projected balconies and projected verandah slabs.
3.00 Wood Work
3.1 The samples of species of timber to be used shall be deposited by the contractor with the EE before
commencement of the work. The contractor shall produce cash vouchers and certificates from standard kiln
seasoning plant operator about the timber section to be used on the work having been kiln seasoned by them,
failing which It would not be so accepted as kiln seasoned.
3.2 Factory made shutter, as specified shall be obtained from factories to be approved by the Engineer-in-Charge and
shall conform to IS 2202 (Part-1) 1977. The contractor shall inform well in advance to the Engineer-in-Charge the
name & address of the factory where from the contractor Intends to get the shutters manufactured. The
contractor shall 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 and recommend a
name of another factory from the approved list incase 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.
3.3 The contractor will also arrange stage-wise inspection of the shutters at factory of the Engineer-in-Charge or his
authorized representative. Contractor will have no claim if the shutters brought at site are rejected by Engineer-in-
charge in part or in full lot due to bad workmanship/quality. Such shutters will not be measured and paid and the
NIT -128, NB-14 - 35 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
contractor shall remove the same from the site of work within 7 days after the written instructions in this regard
are issued by Engineer-in-Charge or his authorised representative.

4.00 FRP Chhajja


4.1 F.R.P. chhajja shall be 4mm thick of required colour/size, design and drawing as approved. The chhajja shall
have smooth gradual slope curvature for easy drainage of water & shall be factory manufactured as per
nomenclature of item & directions of Engineer-in-Charge. The chhajja shall be fixed as per fig. 9.27/page-392
of CPWD specification-2009 Vol-I.

4.2 The rate includes cost of all the materials, labour, scaffolding, fittings i.e. carbon steel galvanized dash
fastener with nut-bolt etc. and cutting chase, grouting etc. complete required for fixing the chajja in position
upto all height.
5.00 Steel Work
5.1 Steel Work in-built up Section.
5.1.1 Work shall be carried out as per CPWD specification 2009 upto date correction slip.
5.1.2 Nothing extra will be paid for making hole, bhallas and bending steel member in required shape/pattern as
per drawing and direction of the Engineer-in-Charge.
5.1.3 "The contractor shall procure structural steel sections from primary steel producers such as SAIL, Tata Steel
Ltd., RINL.
In case of non-availability of structural steel section from Primary Producers then the NIT approving
authority may also permit use of structural steel section procured from secondary producers.
5.1.4 In case contractor is permitted to use structural steel section procured from secondary producers then the
rate of structural steel work as quoted by the contractor in the tender shall also be reduced by Rs. 6.00 per
kg.
5.2 Steel Work in built up tubular trusses
5.2.1 Work shall be carried out as per CPWD specification 2009 upto date correction slip.
5.2.2 Nothing extra will be paid for bending of tubular steel member of trusses in required shape/pattern as per
drawing and direction of the Engineer-in-Charge.
6.00 Flooring
6.1 Work shall be carried out as per CPWD specification 2009 upto date correction slip.
6.2 Different stones/tiles used in pattern flooring shall be measured separately as defined in the nomenclature of
the item and nothing extra for laying pattern flooring shall be paid over and above the quoted rate. No
additional wastage, if any, shall be accounted for any extra payment.
6.3 Nothing extra shall be payable for using combination of marble, granite, kota, sand stone slabs & ceramic
tiles in the required pattern at various locations.
6.4 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.
6.5 Whenever Kota stone 25mm thick is used in skirting. It should be executed by making shallow chase in wall to
given flush surface.
6.6 The rate of items of flooring is inclusive of providing sunk flooring in bathrooms, kitchen etc. and nothing
extra on this account is admissible.
7.0 Water Supply Sanitary Installation
NIT -128, NB-14 - 36 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
7.1 The CI pipe and G.I. Pipe wherever necessary shall be fixed to RCC columns, beams etc. with rawl plugs and
nothing extra shall be paid for this
7.2 The contractor shall be responsible of the protection of the sanitary and water supply fittings and other
fittings and fixtures against pilferages and breakage during the period of installation and thereafter until the
building is handed over.
8.00 Water Proofing Treatment
8.1 The contractor must associate himself with the specialised firm to be approved by the Engineer-in charge in
writing, for integral cement based water proofing treatment for sunken floors, UG tanks/ sumps, OH tanks and
terrace / roofs. 10 years guarantee in prescribed proforma attached must be given by the specialised firm, which
shall be counter signed by the contractor in token of his overall responsibility. In addition to the normal security
deposit to watch the performance of the work executed, additional 10% (Ten percent) security deposit of the
cost of water proofing items shall be retained as additional security deposit. However half of this amount
(withhold) would be released after five Years, if the performance of the work done is satisfactory. If any defect is
noticed during the guarantee period, it should be rectified by the contractor within seven days and if not attended
to the same will be got done by another agency at the risk and cost of the contractor. However, this security
deposit can be released in full, if bank guarantee of equivalent amount for 10 Years is produced and deposited
with the department.
9. ALUMINUM DOORS WINDOWS VENTILATORS
9.1 GENERAL : The work shall be done in accordance with CPWD Specification 2009 Vol. I & II

9.2 GUARANTEE BOND for Aluminium work All aluminium work shall carry two years guarantee after
completion of the work against water leakage, unsound material and workmanship and defective anodizing
as per guarantee bond attached with tender documents.
Two years guarantee in prescribed proforma as attached must be given by the specialized firm, which shall be
counter signed by the contractor, in token of his overall responsibility in addition 10% (Ten percent) of the cost of
these items would be retained as guarantee to which the performance of the work done. The cost guarantee
against this item of work shall be in addition to the security deposit mentioned elsewhere in the contract form. If
any defect is noticed during the guarantee period, it should be rectified by the contractor within seven days, and if
not attended to the same will be got done form another agency at the risk and cost of the contractor. However,
this security deposit can be released in full, if bank guarantee of equivalent amount for two years is produced and
deposited with the department.
Work shall be carried out a per CPWD Specifications-2009 Vol.-I & Vol.-II with upto date correction slips.
Rates: The rate of the item shall include the cost of materials, T&P , Double Scaffolding and labour required in
all the above operations.
10. CONDITIONS FOR DISPOSAL OF MALBA

10.1 Contractor shall have to make himself fully acquaint with the procedure of dumping malba at authorized
MCD dumping ground well in advance. No hindrance shall be entertained on this account.

10.2 The malba shall be disposed / removed immediately from the site.

10.3 For the purpose of removal of malba at the MCD authorized dumping ground, contractor shall have to make
his own arrangement of adequate no. of vehicles required including necessary registration of vehicles for this
purpose. Nothing extra shall be paid on this account.

Executive Engineer
NBD, PWD, Delhi

NIT -128, NB-14 - 37 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
LIST OF APPROVED MAKES FOR CIVIL WORKS
The materials of the following make of first/standard quality shall only be used in the work. However, mandatory
tests as prescribed in CPWD Specification 2009 Vol.-I & II with upto date correction slips should be carried out in all
cases.
1. Adhesive :- Fevicol, Pidilite, Choksy, Araldite, Fosroc

2. Aluminium Composite Panel :- Alucobond, Reynobond, Alpolic, Aludecor

3. Aluminium Fittings :- IPSA, Everite, EBCO, ECIE, Hardwin Traders

4. Aluminium Sections :- Indal / Hindalco / Jindal / Mahaveer

5. APP Membrane :- Lloyd Insulation, Builtech Products Pvt. Ltd., CICO Technologies
Ltd., FOSROC Chemicals, STP Ltd., Sika, IWL India Ltd., Bengal
Bitumen Pvt. Ltd.
6. Ball Valves (brass) :- Zoloto, IBP, ARCO

7. Bevelled edge mirror with PVC :- Atul, Jolly, Modi Guard


beading
8. Block Boards & Plywood :- Kitply, Century, National, Novapan, Duro

9. Cement :- ACC, UltraTech, Vikram, Shree Cement, Ambuja, Jaypee


Ordinary Port land cement grade Cement, Century Cement & J.K. Cement or from any other
43 conforming to IS 8112/ reputed cement Manufacturer having a production capacity
not less than one million tones per annum as approved by
Portland Pozzolana Cement ADG for that sub region.
conforming to IS : 1489
10. Cement Paint, synthetic enamel :- ICI India Ltd., Berger Paint ltd., Good Loss Nerolac Paint, Asian
paint, distemper, primer Paint Ltd., Jenson and Necholson India Ltd., Shalimar Paint
Ltd., Snowcem India Ltd.
11. C.C. Chequrered tiles :- NITCO, GEM, MODERN, HINDUSTAN
12. C.C. Kerb Stone : Nitco Prefab, K.K. Manhole, TERRAFIRMA, UNISTONE.

13. Cast Iron Pipes & Fittings as per IS :- NECO, KAPILANSH, SKF, RIF, HIF, HEPLO
: 3989
14. C.I. Cover & Manholes Cover :- B.C., R.I.F., NECO
15. C.I. Double flanged sluice valves :- Kirloskar, IVC, Burn
16. C.I. Doubled flanged non return :- Kirloskar or equivalent
valves
17. Ceramic glazed floor tiles :- Nitco, Kajaria, Rak, H&R Johnson, Bell, Orient
18. Rectified Ceramic glazed wall tiles Nitco, Kajaria, Rak, H&R Johnson, Bell, Orient
19. Centrifugal cast iron spun pipes :- NECO, RIF, HIF, HEPCO
and its accessories/ fittings
20. C.P. Brass fittings & Accessories :- Kingston (ELTA), Prayag, Prima, Gem, Techno, Parko (ECO),
Marc (Oriental), Jaquar (Continental)
21. C-PVC Pipe and Fittings :- Prince, Supreme, Finolex, SFMC
22. Epoxy Paint :- Nerolac, Asian, Berger

23. EPDM Gaskets :- Roop/ Anand

NIT -128, NB-14 - 38 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
24. FRP Doors, FRP Chajja :- SIMBA, FIPRE WAYS, Shiv Shakti Fiber Udyog
25. Flush Door Block Board :- Duro, National, Kitply, Century
construction ( IS-2202-Part-I)
26. Glass (Float / Sheet) :- Modiguard, St. Gobain, TATA Continantal, HNG, ASAHI

27. Glass Mosaic Tiles :- Pacific glass mosaic or equivalent

28. GI Pipes :- Tata, Prakash Surya, Jindal Hissar

29. GI Fittings :- Unik, , KS, RM


30. Gunmetal gate Valves /Non return :- Leader, Sant, Zoloto, DRP
valve
31. Lock / Latch :- Godrej, Plaza, Harrison
32. Laminate :- Green Laminate Century, Neo Nuxe, For Mica Merino
33. Masking Tapes :- Sun control/ Wonder Polymer

34. Mild Steel Tubes / Pipes :- TATA, SAIL, ISCO, JINDAL, PRAKASH SURYA

35. PTMT Fittings (IS-9763) :- Prayag, Polytuf, Pearl.

36. Paving Tiles/Paver Block :- Nitco, KK, TERRAFIRMA, UNISTONE, DALAL.

37. Plastic WC seat cover :- Commander, Diplomat, Bestolite, Century.


38. Polycarbonate (Multiwall) Sheet / :- Gallina India, Lexan, Bayor
Polycarbonate (Multicell) Panel
System
39. Porta Cabin :- As approved by Engineer-in-Charge (The agency shall submit
the list of porta cabin manufacturers with credentials for prior
approval of Engineer-in-Charge).
40. PVC Door / Shutter :- Rajshri, Polywood, Polyline
41. PVC Water Tank :- Sintex, Sheetal, Rotoplast, Polycon,
42. PVC Rain Water Pipes & Fittings :- Prince, Supreme, Finolex, SFMC
43. Pre-coated iron galvanized profile :- Lloydeck, Trackdeck, Multiclad, TATA, Bluescope, Dyna Roof
sheet and accessories
44. Particle Board / :- Action Tesa, ECO Board, Bhutan Board, kitply, Duro
Pre-laminated particle board
45. RCC pipes :- IHP, Ashok Cement Pipe, K.K. , Pragati
46. Ready Mixed Cement Concrete :- RVAG Roackwell Infrastructure Pvt. Ltd., NDCON Constructions
Techno Easycrete Pvt. Ltd.
47. Stoneware pipes & Gully trap :- Perfect, Burn, Parry, Pragati, C&R

48. Structural Steel :- Main-SAIL, TATA, RINL, JSW

49. Stainless Steel Section :- Prism Engineers, JINDAL.


50. S.F.R.C./Precast RCC MH cover & :- KK Manholes & Gratings, SFP/Steel Fibre Product, Pragati
Frame and gratings
NIT -128, NB-14 - 39 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
51. Stainless Steel Screws for :- Kundan/ Puja/ Atul
fabrication and fixing of windows

52. Stainless Steel Bolts/ Washers and :- Kundan/ Puja/ Atul


Nuts
53. Stainless Steel Pressure Plate :- Kundan/ Puja/ Atul
Screws
54. Stainless Steel Friction Stay :- Earl Behari, Anand

55. Stainless Steel sink :- NEELKANTH, NIRALI, JAYNA, ALEX

56. Surgeon Mixers :- Vijay, Jaquar

57. Stainless Steel Wash-basin & WCs :- Jayna, Neelkhant, Prayag

58. Steel Window, Pressed Steel :- San Harvic, Steel Man Industries, PD Industries, Metal
Frames Windows, Chandni Industries, Ganpati Udyog (Rajpura)
59. TMT Fe-500-D (Primary steel :- SAIL , TATA STEEL LTD., RINL, JINDAL STEEL & POWER LTD.
producers) AND JSW STEEL LIMITED.

60. TMT Fe-500-D (Secondary steel :- Rathi, Kamdhenu, Barnala, Doaba, Jyoti
producers)

61. Terrazo tiles (precast) :- NITCO, GEM, MODERN, HINDUSTAN


62. Tile Adhesive :- CICO, PIDILITE, UNITILE

63. U-PVC Pipe and Fittings :- Prince, Supreme, Finolex, SFMC

64. Vitreous China Sanitary wares :- Parryware, Hindware, CERA, Johnson CERA, Pearl.

65. Vitrified Tiles :- Kajaria, RAK, H&R Johnson, Bell, Asian, Marbito, Oreva
66. Wall Putty :- JK Wall Putty, Birla Putty

67. Water proofing compound :- CICO, FOSROC, IMPERMO, PIDILITE, SIKA,


68. White cement : Birla White, J.K. White or equivalent

69. Welding Electrodes : ESAB, Advani-orlikon, Weld Alloy

70. Weather silicon : Dow Corning / Wacker/ GE


71. Vertical Blinds VISTA , MAC
72. Any other item All items shall be as per Engineer-in-Charge approval.
73. Furniture : Godrej, Blowplast, Delite-Hi-Tech, Haworth, Diksha or
equivalent.

Note: - The product of either of the company mentioned in the above list will be used if product from none of the
above company is available than only the equivalent product will be used after obtaining non availability
certificate from the concerned companies and prior approval by E.E.-in-Charge.

Executive Engineer
NBD, PWD, Delhi

NIT -128, NB-14 - 40 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER
COMPLETION IN RESPECT OF WATER-PROOFING WORKS (All Water - Proofing Items)

The agreement made this.................... day of ................. (Two Thousand _______ only) .............. between
....................................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 building and structures in the said contract recited completely water and leak-
proof.

AND WHEREAS THE GUARANTOR 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 completion of work.

NOW THE GUARANTOR hereby guarantee 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 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 and binding on
Guarantor.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect being found
render the building water proof to the satisfaction of the Engineer-In-Charge 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 WHEREOF 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 BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the presence of :-

1. ............................................... 2. ..........................................
NIT -128, NB-14 - 41 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER
COMPLETION IN RESPECT OF ALUMINIUM WORKS.

The agreement made this.................... day of ................. (Two Thousand only)................................. between
.................................................. 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, powder coating, anodizing, colouring and sealing etc.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain structurally
stable and guaranteed against faulty material and workmanship, defective anodizing/ powder coating for Two years
from the date of completion of work.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable and guaranteed
against faulty material and workmanship, defective anodizing/ powder coating for 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 and in case of any defect to satisfaction of
Engineer-in-charge at his cost and shall commence the work for such rectification within seven days from the date of
issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be
got done by the Department by some other contractor at the 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 defects or commits breach there under, 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 WHEREOF 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 of:-

1. .................................................... 2. ............................................

NIT -128, NB-14 - 42 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
Schedule of Quantities
Name of Work: - EOR of ITI Jahangirpuri under subdivision NB-14 Jahangirpuri, Delhi during 2016-
17. (SH: - Making walking track ,water proofing treatment of boundary wall, P/F
shed for students & sign board. etc.

S.No. Description of Item Qty. Unit Rate Amount


1 Earth work in excavation by mechanical means
(Hydraulic excavator) / manual means in
foundation trenches or drains (not exceeding
1.5 m in width or 10 sqm on plan), including
dressing of sides and ramming of bottoms, lift
upto 1.5 m, including getting out the excavated
soil and disposal of surplus excavated soil as
directed, within a lead of 50 m.
1.1 All kinds of soil. 250.00 cum 157.50 39,375.00
2 Providing and laying in position cement
concrete of specified grade excluding the cost
of centering and shuttering - All work up to
plinth level :
2.1 1:5:10 (1 cement : 5 coarse sand : 10 graded
stone aggregate 40 mm nominal size)
70.00 cum 4004.00 2,80,280.00
2.3 1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size) 10.00 cum 5466.30 54,663.00
3 Providing and laying cement concrete in
retaining walls, return walls, walls (any
thickness) including attached pilasters,
columns, piers, abutments, pillars, posts, struts,
buttresses, string or lacing courses, parapets,
coping, bed blocks, anchor blocks, plain
window sills, fillets, sunken floor, etc., up to
floor five level, excluding the cost of centering,
shuttering and finishing :
3.1 1:2:4 (1 Cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size) 7.00 cum 6450.00 45,150.00
4 Providing and laying in position specified
grade of reinforced cement concrete excluding
the cost of centering, shuttering, finishing and
reinforcement - All work up to plinth level :
4.1 1:1.5:3 (1 cement : 1.5 coarse sand : 3 graded
stone aggregate 20 mm nominal size)
3.00 cum 6230.20 18,691.00
5 Reinforced cement concrete work in walls (any
thickness), including attached pilasters,
buttresses, plinth and string courses, fillets,
columns, pillars, piers, abutments, posts and
struts etc. up to floor five level excluding cost
of centering, shuttering, finishing and
reinforcement.

NIT -128, NB-14 - 43 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
5.1 1:1.5:3 (1 cement : 1.5 coarse sand : 3 graded
stone aggregate 20 mm nominal size) 5.00 cum 7074.30 35,372.00
6 Centering and shuttering including strutting,
propping etc. and removal of form for :
6.1 Foundations, footings, bases of columns, etc.
for mass concrete. 8.00 sqm 196.45 1,572.00
6.2 Walls (any thickness) including attached
pilasters, butteresses, plinth and string courses
etc. 90.00 sqm 360.80 32,472.00
7 Brick work with common burnt clay F.P.S.
(non modular) bricks of class designation 7.5 in
foundation and plinth in:
7.1 Cement mortar 1:4 (1 cement : 4 coarse sand) 145.00 cum 4918.65 7,13,204.00
8 Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in
position and binding all complete upto plinth
level.
8.1 Thermo-Mechanically Treated bars. 800.00 kilogram 68.10 54,480.00
9 Structural steel work riveted, bolted or welded
in built up sections, trusses and framed work,
including cutting, hoisting, fixing in position
and applying a priming coat of approved steel
primer all complete. 5900.00 kg 73.95 4,36,305.00
10 Providing and fixing concertina coil fencing
with punched tape concertina coil 600 mm dia
10 metre openable length ( total length 90 m)
having 50 nos rounds per 6 metre length, upto 3
m height of wall with existing angle iron 'Y'
shaped placed 2.4 m or 3.00 m apart and with 9
horizontal R.B.T. reinforced barbed wire, stud
tied with G.I. staples and G.I. clips to retain
horizontal including necessary bolts or G.I.
barbed wire tied to angle iron all complete as
per direction of Engineer-in-charge with
reinforced barbed tape(R.B.T.) / Spring core
(2.5mm thick) wire of high tensile strength of
165 kg/ sq.mm with tape (0.52 mm thick) and
weight 43.478gm/ metre (cost of M.S. angle,
C.C. blocks shall be paid separately) 625.00 metre 287.05 1,79,406.00
11 Steel work in built up tubular ( round, square or
rectangular hollow tubes etc.) trusses etc.
including cutting, hoisting, fixing in position
and applying a priming coat of approved steel
primer, including welding and bolted with
special shaped washers etc. complete.
11.1 Hot finished welded type tubes. 2050.00 kg 102.90 2,10,945.00

NIT -128, NB-14 - 44 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
12 Providing and fixing precoated galvanised iron
profile sheets (size, shape and pitch of
corrugation as approved by Engineer-in-charge)
0.50 mm + 0.05 %, total coated thickness with
zinc coating 120 gsm as per IS: 277 in 240 mpa
steel grade, 5-7 microns epoxy primer on both
side of the sheet and polyester top coat 15-18
microns. Sheet should have protective guard
film of 25 microns minimum to avoid scratches
while transportation and should be supplied in
single length upto 12 metre or as desired by
Engineer-in-charge. The sheet shall be fixed
using self drilling /self tapping screws of size
(5.5x 55mm) with EPDM seal, complete upto
any pitch in horizontal/ vertical or curved
surfaces excluding the cost of purlins, rafters
and trusses and including cutting to size and
shape wherever required. 80.00 sqm 622.00 49,760.00
13 12 mm cement plaster of mix :
13.1 1:4 (1 cement: 4 coarse sand) 280.00 sqm 172.30 48,244.00
14 Applying one coat of water thinnable cement
primer of approved brand and manufacture on
wall surface :
14.1 Water thinnable cement primer. 280.00 sqm 35.85 10,038.00
15 Pointing on stone work with cement mortar 1:3
(1 cement: 3 fine sand) :
15.1 Raised and cut pointing 260.00 sqm 276.70 71,942.00
16 Finishing walls with Acrylic Smooth exterior
paint of required shade :
16.1 Old work (Two or more coat applied @ 1.67
ltr/ 10 sqm) on existing cement paint surface). 1800.00 sqm 67.30 1,21,140.00
17 Painting with synthetic enamel paint of
approved brand and manufacture of required
colour to give an even shade :
17.1 One or more coats on old work. 410.00 sqm 48.50 19,885.00
18 Painting with synthetic enamel paint of
approved brand and manufacture to give an
even shade : Two or more coats on new work 300.00 sqm 74.40 22,320.00
19 Dismantling steel work manually/ by
mechanical means in built up sections without
dismembering and stacking within 50 metres
lead as per direction of Engineer-in-charge. 1155.00 kg 1.45 1,675.00
20 Dismantling barbed wire or flexible wire rope
in fencing including making rolls and stacking
within 50 metres lead. 195.00 kg 13.50 2,633.00

NIT -128, NB-14 - 45 Corrections.NIL..


OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
21 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-
in-charge, beyond 50 m initial leads, for all
leads including all lifts involved. 150.00 cum 123.70 18,555.00
22 Manufacturing, supplying and fixing retro
reflective overhead signage boards made up of
2mm thick aluminium sheet, face to be fully
covered with high intensity and encapsulated lens
type heat activated retro reflective sheeting
conforming to type - III of ASTM-D-4956-01 as
approved by Engineer-in-charge, letters, borders
etc. as per IRC : 67-2001 in silver white with blue
colour back ground and with high intensity grade,
pasted on substrate by pressure sensitive adhesive
backing which shall be activated by applying
pressure conforming to class II of ASTM-D-
4956-01 and fixing the same to the plate of
structural frame work by means of suitable sized
aluminium alloys, rivets or bolts & nuts @ 300
mm centre to centre all along the periphery as
well as in two vertical rows along with theft
resistant measures, including the cost of painting
with two or more coats of epoxy paint in grey
colour on the back side of aluminium sheet
including appropriate priming coat. The rate
includes the cost of rounding off the corners,
lowering down the structural frame work from the
gantry, fixing and erecting the same in position
all complete as per drawings, specification and
direction of the engineer-in-charge.(Structural
frame work including M.S. plate to be provided
separately. Rectangular area of the sheet only
shall be measured for payment).
22.1 Overhead informatory road signage. 8.00 sqn 4725.40 37,803.00
23 Providing and laying 60mm thick factory made
cement concrete interlocking paver block of M
-30 grade made by block making machine with
strong vibratory compaction, of approved size,
design & shape, laid in required colour and
pattern over and including 50mm thick
compacted bed of coarse sand, filling the joints
with fine sand etc. all complete as per the
direction of Engineer-in-charge.
680.00 sqm 602.20 4,09,496.00
24 Filling available excavated earth (excluding
rock) in trenches, plinth, sides of foundations
etc. in layers not exceeding 20cm in depth,
consolidating each deposited layer by ramming
and watering, lead up to 50 m and lift upto 1.5
m. 250.00 cum 112.40 28,100.00
NIT -128, NB-14 - 46 Corrections.NIL..
OmissionNIL...
Insertions.NIL... ..
Overwriting..NIL .

AE(P) EE
25 Grading roof for water proofing treatment with
25.1 Cement mortar 1:3 (1 cement : 3 coarse sand) 6.20 cum 9205.70 57,075.00
26 Providing and fixing hard drawn steel wire
fabric 75x25 mm mesh of weight not less than
7.75 Kg per sqm to window frames etc.
including M.S flat 20x5 mm and priming coat
complete, as per direction of engineer- in-
charge. 110.00 sqm 911.70 1,00,287.00
Rs.(A):- 31,00,868.00
Less @ 12% as per Delhi Govt. Circular on (A):- -3,72,104.00
Total:- 27,28,764.00
27 Credit for taken out steel, concertina coil etc.
as per direction of engineer in charge 1350.00 kg -20.00 -27,000.00
Total Rs. 27,01,764.00

Assistant Engineer (P), Executive Engineer,


North Building Division, North Building Division,
PWD, Delhi. PWD, Delhi.

Signature Not Verified


NIT -128, NB-14 - 47 Corrections.NIL..
Digitally signed by JAIPAL SINGH
OmissionNIL...
Date: 2017.04.29 13:14:24 IST
Insertions.NIL...
Location: NCT of Delhi ..
Overwriting..NIL .

AE(P) EE

You might also like