KEMBAR78
161eepwdi25 26 | PDF | Cheque | Banks
0% found this document useful (0 votes)
17 views49 pages

161eepwdi25 26

Uploaded by

kiran.aeipl
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
17 views49 pages

161eepwdi25 26

Uploaded by

kiran.aeipl
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 49

1

INDEX
NIT No. 161/EE/PaWD-I/2025-26

NAME OF WORK:- A/R & M/o to MPs flats/bungalows under Sub div-II of PaWD-I
during 2025-26 (SH: Renovation work in 9-Ferozshah road and other
bungalows.)

Sl. No. Page No.


Contents
1 Index 1
2 Information and Instructions for Bidders for e-tendering 2-4
3 Instruction for contractor for submission of Tender 5
4 Information and instruction for Bidder for e-Tendering 6
5 Notice Inviting Tender (FORM CPWD-6) 7-10
6 NIT Form CPWD-7 (Percentage Rate Tender and Contract for Works) 11-12
7 Performa of Schedules 13-17
8 General Conditions, List of testing equipment 18-20
9 Additional Conditions 21-27
10 Additional Conditions for finishing works 28-33
11 Performa of Verification of CPWD Contractor’s Workers 34-35
12 List of Approved Makes 36-39
13 Bank Guarantee for Performance 40-41
14 42-49
Schedule of Quantity

Certified that this NIT contains 1 to 49 (Forty Nine ) pages excluding cover.
This NIT is approved for Rs. 19,83,597/-(Rs. Nineteen Lakh Eighty Three Thousand Five
Hundred Ninety Seven Only).

lgk;d vfHk;Urk (;ks-) dk;Zikyd vfHk;Urk


la-fu-e-- I, ds-yks-fu-fo- la-fu-ea--I, ds-yks-fu-fo-
ubZ fnYyhA ubZ fnYyhA

.
2

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR


E-TENDERING FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE
(Applicable for inviting open bids)
The Executive Engineer, Parliament Works Division I, CPWD, I.P. Bhawan, New Delhi invites on
behalf of President of India online Percentage rate bids (CPWD 7) from approved and eligible
contractors of CPWD in Building Category for the following work.
Last date &
time of
submission of
bid original Time & date
Estimated of opening
NIT Earnest Period of EMD, copy of
S. No. Name of work & location cost put of bid
No Money completion receipt for
to bid
deposition of
original EMD
& others
documents
1
161/EE/PaWD-I/2025-26

A/R & M/o to MPs


Rs. 19,83,597/-

flats/bungalows under Rs. 39,672/-

02 Months
Sub div-II of PaWD-I 12.09.2025 12.09.2025
during 2025-26 (SH: upto At
Renovation work in 9- 3:00 P.M. 3:30 P.M.
Ferozshah road and
other bungalows.)

1. The intending bidders must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents
required. Along with CPWD Enlistment of Contractor.
2. Information and instructions for contractor will form part of NIT and to be uploaded on ITI
website.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types
of items to be executed and the set of terms and conditions of the contract to be complied with
and other necessary documents can be seen and downloaded from website
www.etender.cpwd.gov.in
4. But the bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
within the period of bid submission. (The EMD documents shall only be issued from the
place in which the office of receiving division office is situated) and uploading the mandatory
scanned documents such as Insurance Surety Bonds, Account Payee Demand draft or
Bankers Cheque or Fixed Deposit Receipts or/and Bank Guarantee (for balance amount as
prescribed ) from any of the Commercial Bank toward EMD in favour of Executive Engineer
as mentioned in NIT, receipt for disposition of original EMD to division office any
Executive Engineer, CPWD and others documents as specified. The contractors already
registered on e-tendering portal will have option to continue by paying tender processing fee at
existing rates up to one year from the date of registration.

5. Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details
available on the website.
6. The intending bidder must have valid digital signature to submit the bid.
.
3

7. On opening date, the contractor can login and see the bid opening process. After opening of bids
he will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format or PDF format.
9. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in pink colour and the moment rate is entered, it turns sky blue. In additional to this,
while selecting any of the cells a warning appears that if any cell is left blank the same shall be
treated as”0”. Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such
Percentage shall be treated as “0” (ZERO).

10. SC/ST contractors enlisted under class V category are exempted from processing fee payable to
ITI Limited.
11. The intending bidder has to fill all the details of Insurance Surety Bonds, Account Payee
Demand Draft/ /Bankers Cheque (bankers name, amount, number and date) against tender
processing fee. The EMD can be paid in the form of Insurance Surety Bonds, Account Payee
demand Draft or Banker’s Cheque or Fixed Deposit Receipts along with Bank Guarantee of any
Commercial Bank wherever applicable. The intending bidder has to fill all the details such as
Insurance Surety Bonds, Account Payee Demand Draft/ Fixed Deposit Receipt / Banker’s
Cheque/Bank Guarantee number, amount and date. As per the new system, the amount of EMD
can be paid by multiple Insurance Surety Bonds, Account Payee demand Draft or Banker’s
Cheque or Fixed Deposit Receipts along with Bank Guarantee of any Commercial Bank.
12. Integrity Pact shall be treated in the same manner as other components of the bid document. In e-
tendering, the intending bidder does not sign any document physically and entire bid document is
submitted through digital signature. Since IP is a part of bid document no separate physical
submission is required with other documents to be submitted in the office of tender opening
authority. In addition to others component of bid document, the Integrity Pact along shall also be
signed between Executive Engineer and successful bidder after acceptance of bid.
13. The contractor shall quote his rates considering GST as applicable.
14. The bidders are advised to inspect and examine the site & its surroundings and satisfy
themselves before submitting their tender. A bidder shall be deemed to have full knowledge of
the site whether he inspects it or not and no extra charges consequent upon any misunderstanding
or otherwise shall be allowed.
15. The bidders who propose any alteration in the work specified in the said form of invitation to
tender, or in the time allowed for carrying out the work, which contain any other condition (s) of
any sort including conditional rebate will be summarily rejected.
16. The Contractor has to ensure the following
a. The contractor shall obtain a valid labour license as per clause 19 of the GCC 2023
(Maintenance Woks) in terms of Contract Labour (Regulation & Abolition) Act-1970.
b. The contractor shall pay the contribution of the GCC, ESI & EPF for which the contractor
registered himself with EPFO and ESIC.
c. Labour employed by the contractor has obtained smart card of ESI, which is essential for
imparting medical facility to labour.
d. Labour employed by the contractor has registered themselves with building and other
Construction Worker Act-1996 to get applicable benefits.
e. Record prescribed in CPWD Contractors labour regulations laid down in GCC 2023
(Maintenance Woks) are to be maintained by the contractor. These include registers for
workman employed by the contractors, Muster Roll, register of wages, Wages slip,
Employment Card, service Certificate, Register of deduction for damages or loss, register of
overtime and register of advance.

.
4

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

List of following Documents to be scanned and uploaded within the period of bid
submission otherwise tender shall invariably be rejected:
1. Insurance Surety Bonds, Account Payee Demand draft or Bankers Cheque or Fixed Deposit
Receipts or/and Bank Guarantee (for balance amount as prescribed ) from any of the
Commercial Bank toward EMD.
2. Copy of Enlistment Order of the Contractor.
3. GST Registration Certificate of the State in which the work is to be taken up, if already
obtained by the bidder.
If the bidder has not obtained GST registration in the State in which the work is to be taken
up, or as required by GST authorities then in such a case the bidder shall scan and upload
following undertaking along with other bid documents.
“lf work is awarded to me, I/we shall obtain GST registration Certificate of the State, in
which work is to be taken up, within one month from the date of receipt of award letter or
before release of any payment by CPWD, whichever is earlier, failing which I/We shall be
responsible for any delay in payments which will be due towards me/us on a/c of the work
executed and/or for any action taken by CPWD or GST department in this regard
4. Copy of PAN card of the tendering company.
5. Copy of receipt for deposition of original EMD issued from division office of any
Executive Engineer, CPWD (The EMD document shall be issued from the place in
which the office of receiving division office is situated).
6. Certificate of ERP Training through any of the CPWD Regional Training Institutes (RTIs)
or through the National CPWD Academy (NCA), Ghaziabad or through any other special
training arranged by ERP unit at CPWD Headquarter. Training will be valid only when
participant are registered in LMS (Learning Management System) of ERP and certificate is
issued through LMS OF ERP. (Only for CPWD enlisted contractor)

NOTE: Upload the concerned documents in appropriate format only.

54(NIT)/la0fu0ea0&1/2025&26/

eq[; vfHk;Urk] ubZ fnYyh vapYk&2] ds-yks-fu-fo-] ubZ fnYyhA


dk;kZy; v/kh{kd] laa0fu0ea0&1] ds-yks-fu-fo-] ubZ fnYyh dks lwpukFkZ ( uksfVl cksMZA
dk;Zikyd vfHk;Urk] laa0fu0ea0&3] ds-yks-fu-fo-] ubZ fnYyhA
lgk;d vfHk;Urk&1] 2] 3] ,oa 4] laa0fu0ea0&1] ds-yks-fu-fo-] ubZ fnYyhA
lgk;d ys[kkf/kdkjh] laa0fu0ea0&1] ds-yks-fu-fo-] ubZ fnYyhA A
lgk;d vfHk;Urk ¼;ks0½] laa0fu0ea0&1] ds-yks-fu-fo-] ubZ fnYyhA
jksdfM+;k] laa0fu0ea0&1] ds-yks-fu-fo-] ubZ fnYyhA
vkWfMVj&1] laa0fu0ea0&1] ds-yks-fu-fo-] ubZ fnYyhA

.
5

INSTRUCTION FOR CONTRACTOR FOR SUBMISSION OF TENDER

1. The tenderer should read all the instructions, terms & conditions, contract clauses,
nomenclature of items, specifications etc., contained in the tender document very carefully,
before quoting the rates.
2. The tenderer should also read the General conditions of contract (Maintenance Works)
for CPWD works 2023 (Amended up to date) published by DG (W) CPWD, Nirman
Bhawan, New Delhi which will be a part of the Agreement with up to date amendments i.e.
up to date of receipt of tender.
3. The contractor shall quote his rates keeping in mind the specifications, terms & conditions,
additional and special conditions etc. and nothing shall be payable extra whatsoever unless
otherwise specified.
Provision for Labour Camp”: (No.CSQ/C&M/C37(8)/2005/688, dated. 07.07.06.
4. The contractor shall have to make his own arrangement for housing facilities for staff and
labour away from maintenance site and shall have to transport the labour to and fro between
construction site and labour camp at his own cost. No labour huts will be allowed to be
constructed at the site. The decision about store at site shall rest with the Engineer-in-
charge and the contractor shall have no claim on this account.

.
6

Information and Instruction for Executive Engineer for e- Tendering


1 The Executive Engineer/Assistant Engineer (P) of all divisions of CPWD should receive the
original EMD for tender of other division.
2 The NIT approving authority/ EE at the time of issue of NIT shall also fill and upload the following
prescribed format of receipt of deposition of original EMD alongwith NIT:-
Receipt of deposition or original EMD (Receipt No. ……………………/ dated………….
Name of work: A/R & M/o to MPs flats/bungalows under Sub div-II of PaWD-I during 2025-26
(SH: Renovation work in 9-Ferozshah road and other bungalows.)

2) NIT No.: 161/EE/PaWD-I/2025-26


3) Estimated cost : Rs. 19,83,597/-
4) Amount of Earnest Money Deposit : Rs. 39,672/-
5) Last date of submission of bid 12.09.2025
(# To be filled by NIT approving authority / EE at the time of issue of NIT and uploaded alongwith
NIT)
1) Name of contractor …………………..#............................................
2) Form of EMD ………………………..#.............................................
3) Amount of Earnest Money Deposit ……………………………#...................................
4) Date of submission of EMD ………………………#.......................................................

Signature, Name and Designation of EMD


Receiving officer (EE/AAO/AE(P)
alongwith Officer Stamp

3 The Executive Engineer/Assistant Engineer (P) receiving EMD in original form shall examine the
EMD deposited by the bidder and shall issue a receipt of deposition of earnest money to the agency
in a given format uploaded by tender inviting EE. The receipt may be issued by the
EE/AAO/AE(P).
4 The Executive Engineer/Assistant Engineer(P) receiving original EMD shall also intimate tender
inviting Executive Engineer about deposition of EMD by the agency by e-mail/fax/ telephonically.
5 The original EMD receiving Executive Engineer/Assistant Engineer (P) shall release the EMD after
verification from the e-tendering portal website (https://etender.cpwd.gov.in/> tender free view>
advance search>awarded tender) that the particular contractor is not L-1 tenderer and work is
awarded.
6 The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from EMD
receiving Executive Engineer immediately.

.
7

CPWD-6 For e-Tendering


1. The Executive Engineer, Parliament Works Division I, CPWD, I.P. Bhawan, New Delhi invites on behalf of
President of India online Percentage rate bids (CPWD 7) from approved and eligible contractors of CPWD
in Building Category for the following work:-
Name of Work A/R & M/o to MPs flats/bungalows under Sub div-II of PaWD-I
during 2025-26 (SH: Renovation work in 9-Ferozshah road and other
bungalows.)The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on
the original date of submission of bids.
1.1 The work is estimated to cost Rs. 19,83,597/-This estimate, however, is given merely as a rough
guide.
2. 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 website www.cpwd.gov.in. Bidders shall
quote his rates as per various terms and conditions of the said form which will form part of the
agreement.
3. The time allowed for carrying out the work will be 02 Months from the date of start as defined in
schedule ‘F’ or from the 1st date of handing over of the site, whichever is later, in accordance with the
phasing, if any, indicated in the bid documents.
4. (i) The site for the work is available.
or
The site for the work shall be made available in parts as specified below:-
#………………………………………………………………………………………………………………..

5. The bid document consisting of plans, specifications, the schedule of quantities of the various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen from website
www.etender.cpwd.gov.in or www.cpwd.gov.in free of cost.
6. After submission of the bid the contractor can re-submit revised bid any number of times but before last
time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of
times (he need not re-enter rate of all the items) but before last time and date of submission of bid as
notified.
8. When bids are invited in three stage system and if it is desired to submit revised financial bid then it
shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall
become invalid.
9. Earnest money Rs 39,672/- can be paid in the form of Insurance Surety Bonds, Account Payee
Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank Guarantee (for balance amount
as prescribed) from any of the Commercial Banks (drawn in favour of Executive Engineer,
PaWD-I, CPWD, New Delhi) shall be scanned and uploaded to the e-Tending website within the period
of bid submission. The original EMD should be deposited either in office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the period
of bid submission. (The EMD document shall only be issued from the place in which the
office of receiving division office is situated). The EMD receiving Executive Engineer shall
issue a receipt of deposition of earnest money deposited to the bidder in 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.

.
8

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 lacs, whichever is less, shall have to be deposited in shape
prescribed above, and balance may be deposited in shape of Bank Guarantee of any Commercial
bank having validity for six months or more from the last date of receipt of bids which is to be
scanned and uploaded by the intending bidders.
The bid submitted shall be opened at 3:30 P.M. on 12.09.2025
10. The bid submitted shall become invalid if:-
(i) The bidder is found ineligible.
(ii) The bidder does not upload all documents (Including GST registration ) as stipulated in the bid
document including the copy of receipt for deposition of original EMD instrument .
(iii) Certificate of Registration for GST.

(iv) If any discrepancy is noticed between the documents as uploaded at the time of submission
of bid and hard copies as submitted physically by the lowest bidder in the office of tender
opening authority.
11. The contractor whose bid is accepted will be required to furnish performance guarantee of 5%
(Five Percent) of the bid amount within the period specified in Schedule F. This guarantee shall
be in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt or Bank Guarantee from any of the Commercial Banks in accordance with the
prescribed form. In case the contractor fails to deposit the said performance guarantee within
the period as indicated in Schedule ‘F’, including the extended period if any, the Earnest Money
deposited by the contractor shall be forfeited automatically without any notice to the contractor.
The contractor whose bid is accepted will also be required to furnish either
copy of applicable licenses / registrations or proof of applying for obtaining labour
licenses, registration with EPFO, ESIC and BOCW Welfare Board and Programme
Chart (Time and progress) within the period specified in Schedule F.
The earnest money deposited along with tender shall be returned after receiving the
aforesaid performance guarantee.
12 Description of the work is as follows A/R & M/o to MPs flats/bungalows under Sub div-II
of PaWD-I during 2025-26 (SH: Renovation work in 9-Ferozshah road and other
bungalows.) Intending Bidders are A advised to inspect and examine the site and its
surroundings and satisfy themselves before submitting their bids as to the nature of
the ground and sub-soil (so far as is practicable), the form and nature of the site, the
means of access to the site, the accommodation they may require and in general
shall themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their bid. A bidders shall be deemed to
have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders
shall be responsible for arranging and maintaining at his own cost all materials, tools
& plants, water, electricity access, facilities for workers and all other services required
for executing the work unless otherwise specifically provided for in the contract
documents. Submission of a bid by a bidders implies that he has read this notice and
all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores,
tools and plant, etc. will be issued to him by the Government t and local conditions
and other factors having a bearing on the execution of the work.

.
9

13. The competent authority on behalf of the President of India does not bind itself to accept the lowest
or any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.
14 Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the
bids submitted by the contractors who resort to canvassing will be liable for rejection.
15 The competent authority on behalf of President of India reserves to himself the right of accepting
the whole or any part of the bid and the bidders shall be bound to perform the same at the rate
quoted.
16 The contractor shall not be permitted to bid for works in the CPWD Zone (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts
in which his near relative is posted as Divisional Accountant or as an officer in any capacity
between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also
intimate the names of persons who are working with him in any capacity or are subsequently
employed by him and who are near relatives to any gazetted officer in the Central Public Works
Department or in the Ministry of Urban Development. Any breach of this condition by the contractor
would render him liable to be removed from the approved list of contractors of this Department.
17 No Engineer of Gazetted rank or other Gazetted officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is allowed to work
as a contractor for a period of one year after his retirement from Government service, without the
prior permission of the Government of India in writing. This contract is liable to be cancelled if
either the contractor or any of his employees is found any time to be such a person who had not
obtained the permission of the Government of India as aforesaid before submission of the bid or
engagement in the contractor’s service.
18 The bid for the works shall remain open for acceptance for a period of Thirty (30) days
from the date of opening of bids. If any bidders withdraws his bids before the said period or issue
of letter of acceptance, whichever is earlier, or makes any modifications in the terms and
conditions of the bid which are not acceptable to the department, then the Government shall,
without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest
money as aforesaid. Further the bidders shall not be allowed to participate in the rebidding
process of the work.
19 This Notice inviting Bid shall form a part of the contract document. The successful bidders/
contractors, on acceptance of his bid by the Accepting Authority, shall within 15 days from the
stipulated date of start of the work, sign the contract consisting of:-
a. The Notice inviting Bid all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates
quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
b. Standard C.P.W.D Form 7 or other standard CPWD Form as applicable (with upto date
amendments & Corrections)

.
10

20 In case any discrepancy is noticed in the documents as uploaded at the time of submission of
the bid online and hard copies as submitted physically in the office of Executive Engineer, then
the bid submitted shall become invalid and the Government shall, without prejudice to any other
right or remedy, be a liberty to forfeit 50% of the said earnest money as aforesaid. Further the
bidders shall not be allowed to participate in the retendering process of the work.
The Contractors already registered on the E-tendering portal will have option to
continue by paying tender processing fee upto one year from the date of
registration, or to switch over to (New) registration without tender processing fee
any time. All new registrations from 01.04.2015 will be without tender processing
fee.
21 The intending bidders are required to update their profile in CPWD e-tender portal and
to upload their bids well in advance of last date of submission of tender. Any issue
related to updating profile/uploading tender can be resolved through the concerned
Executive Engineer/Assistant Engineer (Phone No. 01123379656 e-mail id:
eepawd1@gmail.com) or ERP help line No.18001803286 or e-mail id
cpwd.support@techmahindra.com. The e-tendering bidders are also advised not to wait
to raise any issues till the last date of submission of bid in their own interest.

Signature of Divisional officer,


For & on behalf of President of India

Executive Engineer,
PaWD-I, CPWD, New Delhi

.
11

CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE :- Delhi.
BRANCH :- B&R DIVISION :- PaWD-I
ZONE :- NDZ-II SUB-DIVISION :- IV

(A) Tender for the: A/R & M/o to MPs flats/bungalows under Sub div-II of PaWD-I during 2025-26
work of: (SH: Renovation work in 9-Ferozshah road and other bungalows.)

(i) To be uploaded by 3:00 PM on 12.09.2025 at www.etender.cpwd.gov.in


(ii) To be opened in presence of tenderers who may be present at 3:30 PM on 12.09.2025 in the
office of The Executive Engineer, PaWD-I, CPWD, IP Bhawan, New Delhi

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 respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules
and Directions and in Clause 11 of the Conditions of contract and with such materials as are
provided for, by, and in respect of accordance with, such conditions so far as applicable.
We agree to keep the tender open for thirty days from the due date of its opening in case of single
bid system / Ninety(90) days from the date of opening of technical bid in case tenders are invited on
2 bid/envelop system/ One hundred twenty(120) days from the date of opening of technical bid in
case bids are invited on 3 bid/envelop system for specialized work (strike out as the case may be)
and not to make any modification in its terms and conditions.
A sum of Rs. 39,672/- is hereby forwarded in Insurance Surety Bonds, Account Payee Demand
draft or Bankers Cheque or Fixed Deposit Receipts of/and Bank Guarantee (for balance
amount as prescribed) from any of the Commercial Bank towards EMD.
A copy of earnest money in Insurance Surety Bonds, Account Payee Demand draft or Bankers
Cheque or Fixed Deposit Receipts of/and Bank Guarantee (for balance amount as prescribed)
from any of the Commercial Bank /bank guarantee issued by a Commercial 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.

.
12

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/We shall be debarred for tendering in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived therefrom to any person other than a person to whom I/We am/are authorized
to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated Signature of Contractor


Witness: Postal Address
Address:
Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by
me for an on behalf of the President of India for a sum of Rs. ………#……………………..…….. (Rupees
……………………………………………#………………………………………………………)
The letters referred to below shall form part of this contract agreement:-

a)

b)

c)

d)

For & on behalf of President of India

Signature …………………#………………..
Dated: Designation, EE, PaWD-I, CPWD,
New Delhi,

# to be filled up by EE, PaWD-I


*to be filled up by Contractor

.
13

PROFORMA OF SCHEDULES
CIVIL WORK

PROFORMA OF SCHEDULES
SCHEDULE ‘A’
Schedule of quantities at:- Page No. 42-57

SCHEDULE ‘E’
Reference to General Conditions of contract General condition of contract (Maintenance
Works) for CPWD 2023 incorporating
amendment upto last date of submission of
Tender.
Name of work : A/R & M/o to MPs flats/bungalows under Sub
div-II of PaWD-I during 2025-26
(SH: Renovation work in 9-Ferozshah road and
other bungalows.)
(i) Estimated cost of work:- Rs. 19,83,597/-
(ii) Earnest Money : Rs. 39,672/-
(iii) Performance Guarantee 5% (Five percent) of tendered value
2.5% (Two Point Five Percent) of tendered
(iv) Security Deposit
value.
SCHEDULE `F’: GENERAL RULES & General Conditions of Contract
DIRECTIONS:- (Maintenance Works) for CPWD Works
2023 with upto date of Online receipt of
amendments shall be read with NIT.

Officer Inviting Tender : EE, PaWD-I, CPWD, New Delh.

Definitions:
(i) Engineer-in-charge EE, PaWD-I, CPWD, New Delh.
(ii) Accepting Authority EE, PaWD-I, CPWD, New Delh.
(iii) Percentage on cost of material and labour
to cover all overheads and profits. 15 %
(iv) Standard Schedule of Rates DSR –2023 with up to date correction slips
upto the last date prescribed for
submission of tender.

(v) Department Central Public Works Department


9(ii) Standard CPWD contract Form General condition of contract
(Maintenance Works) for CPWD 2023,
CPWD Form 7/8 as modified& corrected
upto previous day of the last date of
submission of the tender (As per Circular
No. DG/CON/ Maintenance 2023/03
dated18.12.2023)

.
14

Clause 1:-
Time allowed for submission of
Performance Guarantee, programme chart
(Time and progress) and applicable labour
(i) licenses , registration with EPFO, ESIC
07 days
and BOCW welfare board or proof of
applying there offrom the date of issue of
letter of acceptance
Maximum allowable extension with
late fee @ 0.1% per day of 03 days
(ii)
Performance Guarantee amount beyond
the period provided in (i) above
Clause 2:
Authority for fixing compensation under clause Chief Engineer, NDZ-2, CPWD, New Delhi
2.
Clause 2A:
Whether Clause 2A shall be applicable No
Clause 5: Applicable
Number of days from the date of issue of letter of
acceptance for reckoning date of start Mile stone(s) 10 days
as per table given below:-
Sl. No. Description of milestone Time allowed in days Amount to be
(Physical) (From date of start) with-held in case
of Non-
achievement of
Milestone
N.A
Note:- intending tendered may submit physical activities / mile stone on the basis of their
resources and methodology at the time of tendering corresponding to financial mile stones /
stages as indicated in the above table. These shall form part of agreement after approval of the
authority, otherwise it would be assumed that agency agrees with the above mentioned
physical mile stones.
Time allowed for execution of work 02 Months
Authority to decide:
(i) Authority to convey the decision of Executive Engineer, PaWD-I, CPWD, New Delhi
milestone and extension of time

(ii) Authority to decide rescheduling of milestoneChief


and Engineer, NDZ-2,CPWD New Delhi
extension of time
(iii) Shifting of date of start in case of delay in Chief Engineer, NDZ-2,CPWD New Delhi
handing over of site

.
15

Clause 6, 6A Clause - 6 applicable


Electronic Measurement Book (EMB) through
CPWD ERP Portal
Clause 7:
Gross work to be done together with net
payment /adjustment of advances for material
collected, if any, since the last such payment 9.92 Lakh
for being eligible to interim payment
Clause 7A:
Whether clause 7A shall be applicable. Yes.

Clause 10 A:
List of testing equipment to be provided by (Equipment required for field test as per
the contractor at site lab. specification for the Percentage under execution as
per agreement ) - As per site requirement

Clause 10B(ii)
Whether Clause 10 B (ii) shall be applicable Not Applicable

Clause 10 C:- Not Applicable

Clause 10 CC Not Applicable

Clause 11:
Specifications to be followed for CPWD Specification 2019 Vol.1 & 2 with upto date
execution of Civil work correction slips and as per direction of Engineer-in-
charge.

Clause 12:
12.2 Deviation Limit beyond which No Limit
clauses 12.2 shall apply (All deviated quantities shall be Paid on agreement
for Building work rates)

(As per Circular No. DG/CON/Maintenance 2023/03 dated 18.12.2023 and GCC-2023
upto date correction slips)
The completion cost shall, in no case, exceed 1.5 times the contract amount. Contractor will
devise a system to keep a watch on quantum of work taken up vis-a-vis balance items required
to complete defined scope of work and will give the alerts to Engineer-In-Charge before
taking up extra item(s), deviation(s) so that completion cost does not exceed above limit. Work
executed beyond above limit will neither be recorded nor be paid. (As per Circular No.
DG/CON/Maintenance 2023/03 dated 18.12.2023

.
16

Clause 16:-
Competent Authority for deciding Chief Engineer NDZ-2, CPWD Vidyut, Bhawan, New
reduced rates Delhi.
(i) Up to 5% of contract value CE, NDZ
(ii) Full power CE, NDZ
Clause 18:-
List of mandatory machinery, tools & As per requirement of work at site
plants to be deployed by the contractor at
site:
Clause 19C
authority to decide penalty for each default Executive Engineer, PaWD-I
Clause 19D
authority to decide penalty for each default Executive Engineer, PaWD-I
Clause 19G
authority to decide penalty for each default Executive Engineer, PaWD-I
Clause 19K

authority to decide penalty for each default Executive Engineer, PaWD-I


Clause 25:
Conciliator ADG Region Delhi or his successor
Arbitrator appointing authority Chief Engineer NDZ-1, CPWD, New Delhi
Place of Arbitration: New Delhi.
Clause 32
“Requirement of Technical Representative (s) and Recovery Rates”
Rate at which recovery shall
be made from the contractor
Minimum Discipline Designation in the event of not fulfilling
Experience

qualification of for (Major (Principal provision of clause 32(i) (Rs


No.

mb
Nu
Sl.

Minimm

er

Technical + Minor Technical per month


(years)

Representative component) /Technical per person)


Representative
Figures words
1 Graduate Civil (1) Project 2 or 5 1 15,000/- Rupees Fifteen
Engineer or manager cum respectively Thousand only
Diploma planning /
Engineer quality /site
billing
Engineer

Notes:-
1. Cost of work,’ in table above, means the agreement amount of the work.
2. Nothing extra need to be added while preparing market rate justified amount of the work if
stipulation is made as per above recommended scale of requirement of technical staff.
3. Requirement of technical staff and their experience can be varied depending upon nature of
work by NIT approving authority with recorded reasons.
4. The NIT approving authority shall mention the appropriate stage of employment of technical
staff for minor component / specified work, if any at the time of approved of NIT.

.
17

“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 at par with Graduate Engineer for the purpose of such deployment
subject to the condition that such diploma holder should not exceed 50% of requirement of degree
engineers.

Clause 38:
(i) (a) Schedule/statement for determining DSR 2023 with up to date correction slips.
theoretical quantity of cement & bitumen on the
basis of Delhi Schedule of Rates….. Printed by
CPWD.
(iv) Variations permissible on theoretical quantities:
(a) Cement
For works with estimated cost put 3% Plus / minus
to tender not more than Rs. 25 lakh
2% Plus / minus
For works with estimated cost put to
tender more than Rs.25 lakh.
(b) Bitumen All Works 2.5% plus & only & nil on minus side
(c) Steel Reinforcement and structural steel 2% plus/minus
sections for each diametre, section and category
(d) All other materials. Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No. Description of Item Rates in figures and words at which recovery shall be
made from the Contractor
Excess beyond permissible Less use beyond permissible
variation variation
1 Cement N.A. N.A.
2 Structure Steel N.A. N.A.
3. Reinforcement TMT bar, N.A. N.A.
conforming to Fe, 500 D
grade of IS – 1786 : 2008

.
18

1. In case of any variation between different applicable specifications, the following order of
precedence will be followed:-
i) Nomenclature of item
ii) Particular specifications attached with the tender documents.
iii) General specifications attached with the tender documents.
iv) CPWD specifications 2019 Vol. I to II with correction slips upto the date of receipt of tender.
And Indian Standard Specification of B.I.S.
v) Standard acceptable practice as approved by Engineer-in-charge.
2. The contractor shall be required to produce samples of all materials sufficiently in advance to
obtain approval of the Engineer-in-charge. Subsequently the materials to be used in the actual
execution of the work shall strictly conform to the quality of samples approved. In case of
variation, such materials shall be liable to rejection.

3. All materials to be obtained from Govt. stores or otherwise shall be got checked from the
junior Engineer-in-charge of work, on receipt of the same at site before use.

4. The contractor shall get the water tests with regard to its suitability for use in the works and
get written approval from the Engineer-in-charge before he proceeds with the use of same for
execution of work. Nothing extra shall be paid to the contractor on this account.

5. Wherever any reference to any Indian Standard Specifications occur in the documents relating
to this contract, the same shall be inclusive of all amendments issued thereto or revision
thereof, if any, upto the date of receipt of tender

6. The building work shall be carried out in the manner complying in all respects with the
requirement of relevant bye-laws of the local body under the jurisdiction of which the work is
to be executed. The work of water supply and internal sanitary installation, external water
supply & drainage and electrical work shall be carried out as per bye-laws of the local body
and the contractor shall produce necessary completion certificate wherever required from such
authority after completion of work. Nothing extra shall be paid on this account. The contractor
shall associates specialized agencies for sanitary and water supply. The work is to be carried
through licensed plumber and sanitary installation agency. For electrical work special
conditions for electrical work may be seen

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

.
19

8. Guidelines issued by Hon’ble National Green Tribunal shall be complied by the Bidders.

9. During the period of work, if the bungalow is vacant then the security guard will be provided
by the agency/contractor.

10. Sample of Testing:- As per Circular DG/MAN/410 dated 22.10.2021.


All expenditure to be incurred for testing of samples e.g. packaging, sealing, transportation,
loading, unloading etc. including testing charges shall be borne by the contractor. As per list of
approved laboratories for testing as approved by ADG/SDG. As Below

(i) Any govt. engineering collage, govt. testing lab and any private lab duly approved by the
competent authority of CPWD.

(a) In case there is any discrepancy in frequency of testing as given in list of mandatory tests
provided in CPWD Specifications and that in individual sub-heads of work as per CPWD
Specifications higher of the two frequencies of testing shall be followed and nothing shall be
payable.

(b) The contractor has to establish field laboratory at site including all necessary equipment for
field tests at his own cost.

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

1. Set of standard sieves


2. Concrete cube moulds - 24 Nos.
3. Slump cone
4. Weighing equipment
5. Any other equipment required at site as per item of execution

11. Sample of tiles shall be got approved from Engineer-in-charge, before use in work. Necessary
cutting tools will be used for cutting and chamfering the tiles

Technical Specifications for sanitary fittings


1. The following technical specification of CP bath room fittings and other accessories shall be strictly
followed.
a) The minimum wall thickness of the body shall not be less than 2.00mm at any section as per IS: 8931.

b) The operation knob (in full turn items) should made of brass sheet/SWG No.16/casting.
c) The sheet bore at inlet and outlet of the body and internal water passage of the body for 15mm nominal
size should be minimum 11mm to 12mm.
d) Thread size of the bonnet should be M 24 x 1.5 P (minimum 24mm x 1.5 pitch).
e) The valve and spindle used in the cartridge should be made of extruded brass rod as per IS:319 and
should bear ACME threads 10x2 P (10mm x 2 pitch).
f) Rubber seat washer should confirm to following norms.
Shore hardness – 85-900 Elongation % - minimum 200.
Tensile strength Kgf/CM2 – minimum100 Specific gravity – minimum 1.18.

g) Rubber “O”ring of size 12.5.x2.5mm should be provided on the valve used in internal cartridge &
“O”ring of size 6x2.25mm on the spindle with following composition:
Shore hardness – 70-750 Elongation % - minimum 200.
Tensile strength – Kgf/CM2 – minimum100 Specific gravity – minimum 1.18

h) The thread provided for the fitting of the component of the valve fitting should pass through G ½.

.
20

i) The item should be made of brass, confirming to IS:1264 and parts made from brass rod shall confirm
to IS:31

j) The minimum plating thickness at all points of the plated body section and knob should confirm to the
following specifications as per IS:1068.
Nickel – minimum 10 micron Chromium - minimum 0.3 micron.

k) The component should be able to withstand a pressure of 20 kg / CM2 for a minimum period of 5
minutes during which period there should be no sweating or leakage from the item.

l) 10mm dia food grade braided hose shall be used in centre hole basin mixer and it should be able
withstand pressure of 10 kg / CM2 .

m) Finish: The CP bathroom fitting shall be free from all visual defects like pinholes, grinding marks,
scratches etc.

2. The EA or its deployed contractor alongwith the Site Staff/Engineer-in-Charge will obtain a
manufacturer’s certificates confirming that the products have been tested as per above specifications;
and ensure that the product meets all the desired standards. Also, the PM/TA will get a random check
of the sample of the products, so obtained from the contractor/the firm, through a Government/NABL
accredited laboratory, in order to ensure receipt of quality product at site, record of the same shall be
maintained. The performance feedback shall be submitted by the site staff during execution and defect
liability period. Defects/discrepancy, difficulties noticed shall also be promptly reported to Executive
Engineer, PaWD-I for considering continuation of the products.

.
21

1. The contractors are advised to get acquainted with the proposed work and its site
and also study the Architectural Drawings, specification and special conditions
carefully before tendering. No claim of any sort shall be entertained on account of
any site conditions and ignorance of specifications and special conditions.
2. The work shall be carried out as per CPWD specifications 2019 Vol.-I to II with
upto date correction slips unless otherwise specified in the nomenclature of
individual items or in the specification and special conditions, where specification
are silent the decision of Engineer-in-Charge shall be final and binding on
contractors.
3. The rates quoted by the contractor shall be taken as net and nothing extra shall be
paid on any account i.e. cartage, GST and stacking at required place etc.
4. The rates for different items of work shall apply for all heights and depths leads and
lifts unless otherwise specified in the agreement or specifications applicable to the
agreement.
5. Any damage done by the contractor to any existing work structure/services during
the course of execution of the work shall be made good by him at his own cost.
6. Products manufactured by the reputed firms and approved by Engineer-in-Charge
shall only be used. Articles classified, as ‘first quality’ by the manufacturer shall be
used unless otherwise specified. In case articles bearing ISI certification are not
available in the market, quality of samples brought by the contractor shall be judged
by standards laid down in the relevant CPWD specifications. For the items not
covered by CPWD specifications relevant BIS standards shall apply. The sample of
materials to be brought at site for use in work shall be got approved from the
Engineer-in-Charge before actual execution of work.
7. The contractor shall submit a detailed programme of work within 7 days of the date
of award of work. The Engineer-in-Charge can modify the programme and the
contractor shall have to work accordingly.
8. The quantities of each item shall not exceed beyond the agreement quantities
without prior permission of Engineer-in-Charge.
9. Statutory deductions on a/c of G.S.T and surcharge as applicable shall be made from
the gross amount of the bill.
10. The contractor shall make his own arrangements for obtaining electric connection, if
required and make necessary payments directly to the department concerned.
11. All types of mortars to be used in the work shall be mixed in the mechanical mixer
and hand mixing shall not be permitted.
12. The contractor shall make his own arrangement for getting the permission to ply the
trucks from the traffic police.
13. No payment shall be made to the contractor for any damage caused by rain, snow
fall, floods or any other natural causes whatsoever during the execution of work. The
damage caused to work shall have to be made good by the contractor at his own cost
and no claim on this accounts shall be entertained.
14. Other agencies may also simultaneously be executing the work of electrification,
Horticulture or external services and other building works for the same bldg.
alongwith this work. The contractor shall especially co-ordinate and cooperate with
the other agency carrying out this work and no claim in this regard will be
entertained.

.
22

15. Some restrictions may be imposed by the security staff etc. on the working and or
movement of labour and materials, etc, the contractor shall be bound to follow all
such restrictions / instructions and nothing shall be payable on this account.
16. The contractor shall take all precautions to avoid accidents by exhibiting necessary
caution boards. He shall be responsible for all damages and accidents caused due to
negligence on his part. No hindrance shall be caused to traffic during the execution
of the work by storing materials on the road.
17. The contractor shall be fully responsible for the safe custody of the material issued
or brought by him to site for doing the work.
18. The rate for all items of work, shall unless otherwise clearly specified include cost of
all labour, material and other inputs involved in the execution of the items.
19. Regarding liability of arranging water for constructions, the clause 31 of PWD 7/8
will be applicable.
20. The contractor will not have any claim in case of any delay by the Engineer-in-
Charge in removal of trees or shifting, removing of telegraph, telephone or electric
lines (overhead or underground), water and sewer lines and other structure etc., if
any which may come in the way of the work. However, suitable extension of time
can be granted to cover such delay.

21. Due to restriction on driving slow moving vehicles/hand driven rickshaws in NDMC
areas, the contractor has to make his own arrangement of motorised transportation &
nothing extra shall be paid on this account. Legal action shall be taken against
violation.
22. The dismantling wherever required shall be done in a manner so that no other
portion of the building or its fixtures are damaged. If any damage are done to the
building it shall be made good by the contractor at his own cost and no claim what
so ever shall be entertained on this account.
23. The malba/garbage generated at site due to construction activities shall be removed
from the site immediately by the agency & shall be disposed off by the contractor to
the approved dumping site identified by the Engineer-in-charge, failing to which
Engineer-in-charge shall make Rs.500/- per day as deductions per Bungalow/Flat
from payment due to contractor. Moreover the malba is to be brought down through
stair cases and will not be allowed to be thrown directly on the ground. The surplus
soil/earth shall be disposed of as per the directions of Engineer-in-charge separately.
24. The contractor has to work in restricted area and in restricted time due to security
reasons. He shall be bound by the instructions of security staff and Engineer-in-
charge in this respect & no claim shall be entertained due to imposed restrictions of
time.
25. Contractor shall provide name, father’s name, residential address and other details
i/c photo as may be required by the security staff for issue of photo pass to the labour
deployed on work. The Department shall arrange only passes for getting into the
building only, if required.
26. The contractor shall be responsible for behavior and conduct of his worker. No
worker with doubtful integrity or having a bad record shall be engaged at site of
work by the contractor.
27. The contractor shall clean the site thoroughly by removing scaffolding, surplus
materials, rubbish, equipments left out of his work and shall dress the site around the
building to the complete satisfaction of the Engineer-in-charge before the work is
treated as complete.

.
23

28. “Provision for labour camp:


The contractor shall have to make his own arrangement for housing facilities for staff and
labour away from construction site and shall have to transport the labour to and fro between
construction site and labour camp at his own cost. No labour huts will be allowed to be
constructed at the project site except a few temporary sheds for chowkidars and storekeepers.
The decision about how many sheds can be allowed for chowkidars and storekeepers at project
site shall rest with the Engineer-in-charge and the contractor shall have no claim on this
account”.
29. The contractor shall necessarily use the surface vibrator for compaction of concrete in floor
slab etc. for placement of concrete at various levels tower crane of appropriate size, capacity
and boom length or concrete pump shall necessarily be deployed by the contractor. However,
mechanical hoist can be used by the contractor for lifting other construction materials.

30. Factory made materials shall be procured only from reputed & approved manufactures or their
authorized dealers and the decision of Engineer-in-charge shall be final and binding.
31. Wherever work is specified to be done or material procured through specialized agencies, their
names shall be got approved well in advance from Engineer-in-charge. Failure to do so shall
not justify delay in execution of work. It is suggested that immediately after award of work,
contractor should negotiate with concerned specialized agencies and send their names for
approval to Engineer-in-charge. Any material procured without prior approval of Engineer-in-
charge in writing is liable to be rejected. Engineer-in-charge reserved his right to get the
materials tested in laboratories of his choice before final acceptance. Non-Standard material
shall not be accepted.

32. Execution:
Before starting the work the contractor shall chalk out a programme in consultation with the
Junior Engineering/Asstt. Engineer-in-charge so as to inform the occupants at least one week
in advance. The contractor shall have to adhere to this programme failing which he shall be
held responsible for any inconvience caused to the occupants. In order to ensure that the
work is carried out according to the programme drawn, the contractor shall ensure adequate
supply of the material and employ required labour strength for execution of work. In case
contractor fails to arrange/employ adequate labour and stick to the programme, the Engineer-
in-charge may supplement the labour, at the cost of the contractor after issue of one day’s
notice to the contractor. No claims for ideal labour on any account shall be entertained. The
contractor shall put his authorized representatives daily at the site of work and Enquiry Office
for receiving instructions from AE/JE and other inspecting officials from the department. His
name and signature shall be attested by the contractor and kept on the record with the
department.
33. The rooms/sites where the work is to be executed on any day shall be got approved from the
representatives of the Engineer-in-charge at the site of work. No work shall be carried out in
any room site without the approval of the representative of the Engineer-in-charge at the site of
work. Such works carried out without the approvals of the representative of the Engineer-in-
charge shall be rejected and will not be measured and paid for.

34. The contractor shall prepare one sample of all items which should be got approved from the
Engineer-in-charge. Only on acceptance of sample work, contractor will be allowed to
commence the work and (sample is to be preserved by contractor till the whole work is
completed). The quality of work should be as per approved samples.

.
24

35. The contractor should note that all the items of work to be taken up in any room shall be under
taken one after the other and completed, in reasonable time allotted for the same by the
Engineer-in-charge and got noted by Junior Engineer-in-charge from the residents. Any items
left over in any building will be got done at his cost and risk without any further notice (Entry
made in the site order book by JE or AE or EE will be considered as notice to this effect) to the
contractor after days from the date of entry in the site order book.

36. In case of urgency, the work can be get executed anywhere in the jurisdiction of this
division as per the direction of Engineer-in-Charge.
General

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


38. The rates for all items of work shall (Unless clearly specified) include the cost of all labour
material and other aspects involved in the execution of work.
39. In order that the contractor may take daily instructions, a register docuted by Division office
will be maintained at the Enquiry Office. The JE will note down the work in flats/bungalows
to be attended to and the dates of which the work in these flats/bungalows is to be started.
An authorized representative of the contractor will, therefore, have to visit the Enquiry
Office daily and note down the instruction in the register. This register shall also be duly
numbered and shall only be issued through Engineer-in-charge of work.
40. Testing of materials:-
a) In case there is any discrepancy in the frequency of testing as given in the list of
mandatory test and that in the individual sub-head of work as per the CPWD
specification 2019 Vol-I to II with upto date correction slips the higher of the two
frequencies shall be followed and nothing extra shall be payable to the contractor on this
account.
b) Samples of all fittings and fixture to be provided shall be got approved from the
Engineer-in-charge before this is used in the work.
c) The testing may be carried out Government testing laboratory approved by competent
authority subject to its validity on the date of testing. The laboratory testing fees shall
be borne by the contractor.

41. All Sub-Standard material if brought by contractor shall be rejected and shall have to be
removed by him at his cost from the site immediately and this office will not be responsible
for the safe custody of the same. And Engineer-in-charge shall have powers to get it
disposed in case of failure by contractor at the risk and cost of contractor.

Payment
42. The Sub-standard work shall be rejected outright and shall not be measured and no claim
what soever, shall be entertained in this regard. The decision of the Engineer-in-charge shall
be final and binding in this regard.
43. Nothing extra shall be paid to the contractor for excess consumption of materials in case of
the materials arranged by him.
44. Painting brushes, old dhoties, oil etc. and other petty contingencies shall be arranged by the
contractor at his own cost.
45. 1% Water charges shall be recovered on the gross value of work done, if Government water
is used at the work.
46. 1% Electric charges shall be recovered on the gross value of work done, if Government
Electricity is used at the work.

.
25

Finishing

47. Every coat of white or colour wash or paint or any finish shall be done to the satisfaction of
Engineer-in-charge and to be got approved before the next coat is applied.

48. All nails holes etc. shall be repaired with lime plaster or with glazier putty as required
without any extra payments.

49. Every precaution must be taken to see that the tenant’s furniture/furnishings is properly
covered with tarpaulin etc. If necessary, furniture/furnishings shall be removed from the site
while carrying out the repair and white washing work, in that case furniture/furnishing will
be placed back. Any damage done during the course of execution of work, to the tenant’s
property i/c furniture/furnishing by the contractor’s labour shall be compensated at
contractor’s cost.

50. All the items of work in a flat/bungalow shall have to be taken up sequentially i.e. after the
patch repairs are carried out in one quarter, White/colour washing will be taken in the same
flat/bungalow and there after painting shall have to be got completed.

51. All doors, windows, floors, furniture, electrical fittings and other articles shall be cleaned
free from dust, splashes and damages. Sufficient covering for the days work shall be shown
to the representative of the Engineer-in-charge before the contractor is allowed to proceed
with the work. Splashes and droppings of the white washings, colour washing, distempering,
painting etc. on walls, floors, doors and windows, glass panes, down take pipes, furnitures,
shall be removed by the contractor at his own cost and the surface cleaned
simultaneously after the completion of the days work in individual room or bungalow or
premises where the work is done without waiting for the actual completion of all the other
items of work in contract. In case, the contractor fails to comply with the requirement of this
condition the Engineer-in-charge shall have the right to get this work done at the risk and
cost of the contractor either departmentally or through another agency. The representative of
the Engineer-in-charge will mention in the site order book, before employing the labour at
contractor’s cost.
a) For splashes of internal white wash/distemper etc. =Rs.500/- per bungalow/flats.
b) For splashes of paint marks = Rs.5000/- per bungalow/flats
c) For splashes of external white wash/colour wash/water proofing cement paint
= Rs.500/- per bungalow/flat.
Finishing Material

52. a) The contractor shall deposit all the material required for executing the work in advance
alongwith cash memos, the materials like Dry distemper, O.B.D. Varnishes, synthetic
enamel paint, plastic emulsion, water proofing cement paint, primer etc. in full quantity
before start of the work and than after site will be provided by the concerned Junior
Engineer/Assistant Engineer.

b) The material shall be supplied at the concerned office with Junior Engineer-in-charge of
work and will be issued to the contractor for work from Enquiry office bungalows wise.

c) The material is to be purchased from the authorised dealer and cash memos to this effect
is to be produced alongwith material. It should be ensured that the material is taken from
authorised dealers and supported with challans of the manufacture.

.
26

53. The material such as paints, varnish, distempers, water proofing cement paint and primers
etc. as required shall be of approved brand and manufacturers, and of required shade and
confirming in all respects to the relevant I.S. specifications, such materials of either of the
following companies as per list attached shall only be brought to the site of work.

54. Empty containers of the paints primer distemper OBD etc. issued to the contractor in a lot
by the JE in-charge of the work will be returned to the JE by the contractor before the issue
of paints etc. in next lot failing which no further materials will be issued on completion of
the work, the JE-in-charge will return the empty container. However the empty containers
shall be removed from the site of work/store after final bill is passed and paid.

55. Contractor shall not be allowed to set up wooden repairing yard in the campus. Contractor
shall take the measurement form site & shall make the door(s) shutters and chowkhats in his
own workshop outside Campus.

56. Contractor shall has to deposit 100% of the finishing material in advance before the start of
the work.

57. The sample of material like sand, stone aggregate bricks to be used are lying at the CPWD
Service Centre Sub-Div-IV. All contractors are requested to see the samples before quoting
rates in the tender.

58. The contractor shall engage the Civil Engineer before start of work as per clause 36(i)
otherwise recovery @Rs.15000/- per month shall be made.

59. All the field test shall be carried out by the Engineering staff employed by the contractor in
the presence of Jr. Engineer and site staff.

60. All the entries in the registers will be made by the designated Engineering staff of the
contractor and that shall be reviewed by Jr. Engineer/Assistant Engineer/Executive Engineer
and photocopy of all registers to be submitted with all Running Bills.

Condition for cement:


The contractors shall procure 33 grade (confirming to IS : 1489(Part-I)-2015 (confirming to IS:4031)
Portland Pozzolana cement as required in the work, from reputed manufacturers of cement, having a
production capacity of one million tones or more, such as ACC, L&T, J.P. Rewa, Vikram, J.K.
Cement, Shri Cement, Birla Jute and Cement Corporation of India etc. i.e. agencies approved by
Ministry of Industry, Government of India and holding licence to use ISI certification mark for their
product. Samples of cement arranged by the contractor shall be taken by the Engineer-in-charge and
may be got tested in accordance with provisions of relevant BIS codes. In case test results indicate
that the cement arranged by the contractor does not conform to the relevant BIS codes, the same
shall stand rejected and shall be removed from the site by the contractor at his own cost within a
week’s time of written order from the Engineer-in-charge to do so.
The cement shall be brought at site in bulk supply of approximately 5 tonnes or as decided
by the Engineer-in charge.
The cement godown of the capacity to store a minimum of 200 bags of cement shall be
constructed by the contractor at site of work for which no extra payment shall be made. Double lock
provision shall be made to the door of the cement godown. The keys of one lock shall remain with
the Engineer-in-charge or his uthorized representative and the key of the other lock shall remain
with the contractor. The contractor shall be responsible for the watch & ward and safety of the
cement godown. The contractor shall be responsible for the watch & ward and safety of the cement
.
27

godown. The contractor shall facilitate the inspection of the cement godown by the engineer-in-
charge at any time.

The contractor shall supply free of charge the cement required for testing. The cost of tests
shall be borne by the contractor/Department in the manner indicated below:-
i) By the contractor, if the results show that the cement does not conforms the relevant BIS
codes.
ii) By the Department, if the results show that the cement conforms to relevant BIS codes.

The actual issue and consumption of cement on work shall be regulated and proper accounts
maintained as provided in clauses 10 of the contract. The theoretical consumption of cement shall
be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by
conditions laid therein.
Cement brought to site and cement remaining unused after completion of work shall not be removed
from site without written permission of the Engineer-in-charge.

Condition for steel:

The contractor shall procure steel reinforcement bars confirming to relevant BIS codes form
main producers approved by Ministry of steel and secondary producers or re-rollers having valid
BIS licence. For TMT bars confirming to relevant BIS code, procurement shall be made from main
producers and secondary producers having valid BIS licence. The contractor shall have to obtain
and furnish test certificates to the Engineer-in-charge in respect of all supplies of steel brought by
him to the site of work. Samples shall also be taken and got tested by the Engineer-in-charge as per
the provisions in this regard in relevant BIS codes. In case the test results indicate that the steel
arranged by the contractor does not conform to BIS codes, the same shall stand rejected and shall be
removed from the site of work by the contractor at his cost within a week’s time from written orders
from the Engineer-in-charge to do so.

.
28

1. The work shall be carried out according to C.P.W.D. specifications for works, 2019
Volume I to II, including up to date correction slips and as per additional conditions and
specifications given below. Whenever there is any difference between the C.P.W.D.
specifications for works 2019 (as mentioned above) and the Additional conditions and
specifications given below, the latter shall prevail. If both the C.P.W.D. specifications
and the additional conditions and specifications are silent the clauses/specifications as per
relevant, I.S. code shall apply. In case the relevant I.S. Codes are also silent the decision of the
Engineer-in-Charge shall be final.

a) The rates for all items of work shall apply for all heights and depths unless otherwise
specified.

b) The contractor shall quote their rates inclusive of G.S.T , cartage, etc. complete.

c) The Executive Engineer has got the right to accept or reject the tender as whole or part of it
and no claims what so ever will be entertained on this account.

5. Before starting the work the contractor shall chalk out a programme in consultation with
the Junior Engineer/Asstt. Engineer-in-charge so as to inform the occupants at least one
week in advance. The contractor shall have to adhere to this programme failing which he
shall be held responsible for any inconvenience caused to the occupants. In order to ensure
that the work is carried out according to the programme drawn, the contractor shall ensure
adequate supply of the material and employ required labour strength for execution of work.
In case contractor fails to arrange/employ adequate labour and stick to the programme, the
Engineer-in-charge may supplement the labour, at the cost of the contractor after issue of
one day’s notice to the contractor. No claims for ideal labour on any account shall be
entertained. The contractor shall put his uthorized representatives daily at the site of work
and Enquiry Office for receiving instructions from AE/JE and other inspecting officials from
the department. His name and signature shall be attested by the contractor and kept on the
record with the department.

6. The rooms/sites where the work is to be executed on any day shall be got approved from the
representatives of the Engineer-in-charge at the site of work. No work shall be carried out in
any room site without the approval of the representative of the Engineer-in-charge at the
site of work. Such works carried out without the approvals of the representative of the
Engineer-in- Charge shall be rejected and will not be measured and paid for.

d) The contractor shall prepare one sample of all items which should be got approved from
the Engineer-in-charge. Only on acceptance of sample work, contractor will be allowed to
commence the work and sample is to be preserved by contractor till the whole work is
completed. The quality of work should be as per approved samples.

8. The contractor should note that all the items of work to be taken up in any room shall be
under taken one after the other and completed, in reasonable time allotted for the same by
the Engineer-in-charge and got noted by Junior Engineer-in-charge from the residents. Any
items left over in any building will be got done at his cost and risk without any further notice
(Entry made in the site order book by JE or AE or EE will be considered as notice to this
effect) to the contractor after days from the date of entry in the site order book.

.
29

9. The contractor and/or his authorized representative should inspect the site order book
every day and got the compliance noted by the JE./AE./Engineer-in-charge.

10. 1% Water charges shall be recovered on the gross value of work done, if Deptt. supply water
for the work.
11. No T & P shall be supplied by the Department.

e) The dismantling wherever required shall be done in a manner so that no other portion of the
building or its fixtures are damaged. If any damage are done to the building it will be made
good by the contractor at his own cost and no claim what so ever will be entertained on this
account.

f) The rates for all items of work shall (Unless clearly specified) include the cost of all labour
material and other aspects involved in the execution of work.

14. Due to Security reason the contractor shall have to arrange time table of labour according to
the security requirement staff and Engineer-in-charge instructions. The contractor should see
the site before tendering.

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

h) Entry passes shall be arranged by the Department for inside the building only.

i) The contractor shall be responsible for behavior and conduct of his worker. No worker with
doubtful integrity or having a bad record shall be engaged by the contractor.

18. All nails holes etc. shall be repaired with lime plaster or with glazier putty as required without
any extra payments.

19. Every precaution must be taken to see that the tenant’s furniture/furnishings is properly
covered with tarpaulin etc. If necessary furniture\furnishings shall be removed from the site
while carrying out the repair and white washing work in that case furniture/furnishing will be
placed back. Any damage done during the course of work to the tenant’s property i/c
furniture/furnishing by the contractor’s labour shall be compensated at contractor’s cost.

20. In order that the contractor may take daily instructions, a register will be maintained at the
Enquiry Office. The JE will note down the work in flats/bungalows to be attended to and the
dates of which the work in these flats/bungalows is to be started. An uthorized
representative of the contractor will, therefore, have to visit the Enquiry Office daily and note
down the instruction in the register.

21. All the items of work in a flat/bungalow shall have to be taken up sequentially i.e. after the
patch repairs are carried out in one quarter. White/colour washing will be taken in the same
flat/bungalow and there after painting shall have to be got completed.
22. All doors, windows, floors, furniture, electrical fittings and other articles shall be cleaned
free from dust, splashes and damages. Sufficient covering for the days work shall be shown to
the representative of the Engineer-in-charge before the contractor is allowed to proceed
with the work. Splashes and droppings from the white washings, colour washing,
distempering, painting etc. on walls, floors, doors and windows, glass panes down take pipes,
furnitures, shall be removed by the contractor at his own cost and the surface cleaned
simultaneously after the completion of the days work in individual room or bungalow or
.
30

premises where the work is done without waiting for the actual completion of all the other
items of work in contract. In case, the contractor fails to comply with the requirement of
this clause, the Engineer-in-charge shall have the right to get this work done at the risk and
cost of the contractor either departmentally or through another agency. The representative of
the Engineer-in-charge will mention in the site order book, before employing the labour at
contractor’s cost.

23. Full quantity of materials purchased from authorized dealers with their cash memos like
paint/distemper of the firm indicated in the items or elsewhere shall be deposited with the J.E.
concerned before & starting execution.

24. 100% of total material shall be supplied by the contractor to J.E. in-charge of the work before
start of the work & shall be kept in double lock & key system.

25. As desired by the Engineer-in-charge samples at random shall be collected and sent for the
laboratory test required as per relevant C.P.W.D. specifications or ISI Standard at National
test House approved laboratory and all incidental charges in connection with the tests
including cost of samples shall be borne by the contractor. The laboratory testing fees, shall
be borne by the department if samples passes the test.

26. All Sub-Standard material if brought by contractor shall be rejected and shall have to be
removed by him at his cost from the site immediately and this office will not be responsible for
the safe custody of the same.

27. (a) The material shall be issued from the concerned Enquiry/office by Junior Engineer-in-
charge of work.

28. (b) The material is to be purchased from the authorized dealer and cash memos to this
effect is to be produced along with material. It should be ensured that the material is taken
from authorized dealers and supported with challans of the manufacture.

29. The Sub-standard work shall be rejected outright and shall not be measured and nothing extra
shall be paid for it. The decision of the Engineer-in-charge shall be final and binding in this
regard.

30. Nothing extra shall be paid to the contractor for excess consumption of materials in case
of the materials arranged by him.

31. Against the labour rate items the material shall be issued as per theoretical consumption as per
coefficient given in the special conditions of works and variation of 2% will be acceptable.
Quantities in excess beyond the permissible variation will be recovered at double the cost of material.
32. In case material consumed is less than the permissible variation then the work beyond theoretical
consumption i/c variation shall be treated as substandard and quantity for payment purpose will be
restricted to as per material actually consumed.

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

34. The material like Varnishes, Dry distemper, OBD, Synthetic enamel paint, Plastic emulsion, Water
proofing cement paint, Primer etc. shall be deposited in full quantity in one lot before commencing the
work.

.
31

35. The material such as paints, varnish, distempers, water proofing cement paint and primers etc. as
required shall be of approved brand and manufacturers, and of required shade and confirming in all
respects to the relevant I.S. specifications, such materials of either of the following companies shall only
be brought to the site of work.

36. (a) The contractor shall produce samples of all the brands in advance so that there is sufficient time for
testing and approving the brand before use on work. The contractor has to supply full material of the
brand as approved by the Engineer-in-charge to J.E. in-charge of the work before the start of work.

37. The contractor shall have to remove all splashes after completing the work. In case the splashes
are not removed by the contractor the same shall be got removed by the Engineer-in-charge
and necessary recovery for the cost of removal of splashes shall be made from the contractor
as below :

a) For splashes of internal white wash/distemper etc. = Rs.5000/- per bungalow/flat.


b) For splashes of paint marks = Rs.5000/- per bungalow/flats
c) For splashes of external white wash/colour wash/water proofing cement paint. = Rs.5000/- per
bungalow/flat.

38. The Co-efficients for working out theoretical consumption are as below:-

(A) Oil bound washable distemper/dry distemper.


(i) Two or more coats on New Work @ 1.50 kg/10 sqm.
(ii) One or more coats on old work @ 1 kg./Per 10 sqm.
(iii) Two or more coats on old work @ 1.29 kg./per 10 sqm.

(B) Cement primer @ 0.70 ltr. per 10 sqm.

I Water proofing cement paint.


(i) One or more coats on old work @ 2.2 kg. per 10 sqm.
(ii) Two or more coats on new work @ 3.84 Kg. per 10 sqm.
(iii) Three or more coats on new work @ 5.47 Kg. per 10 sqm.

(D) Plastic emulsion paint.


(i) One or more coats on old work @ 0.73 Ltrs. per 10 sqm.
(ii) Two or more coats on new work @ 1.21 Ltrs. per 10 sqm.
(iii) Two or more coats on old work @ 1.04 Ltrs. per 10 sqm.

(E) Synthetic enamel paint


(i) Two or more coats on new work @ 1.16 Ltrs. per 10 sqm.
(ii) Two or more coats on old work @ 0.93 Ltrs. per 10 sqm.
(iii) One or more coats on old work @ 0.70 Ltrs. per 10 sqm.

39. The contractor shall be issued materials for day to day work according to the number of men
employed by him. All type of material shall be issued by JE-in-charge of the work by
breaking open the seal in the presence of contractor or his authorized representative The
unused materials should be returned by him at the end of the days work along with the
empty containers etc. In the event of non-return of empty containers and material the cost of
the same shall be recovered at the rates fixed by the Engineer-in-charge as per condition
No.31.

.
32

40. a) The manufacturing date and batch No. will be inscribed or printed on packs/containers
by manufacturers are acceptable for all the above said materials. Fresh material shall be
brought at site as far as possible and materials more than 02 Monthsss old from the date of
manufacturing will be rejected.

e) The contractor shall have to get the shades of all types of paints, distempers, water proofing
cement paint etc. approved from the Engineer-in-charge before procurement of materials.

41. Defective work, sub-standard work or work not done according to the specifications of the
contract shall be liable for summarily rejection and shall not be measured and paid for. This
shall be without prejudice to taking any other action against the contractor in
accordance with the terms and conditions of the contract.

42. In case any work is rejected, the cost of the material will be recovered from the contractor for
the items for which material is supplied by the department. Material consumed in rejected
work will also be worked out on the basis of approved C.P.W.D. Co-efficient for the purpose
of recovery.

43. The theoretical consumption of materials like, Satna lime, distemper, paint, water proof
cement paint etc. shall be computed, as per the consumption co-efficient attached
separately. In case of variation between the actual and the theoretical calculations action shall
be taken as below:-

44. For the materials to be arranged by the contractor:-


In case the materials used are less the theoretical requirements the cost for the material
used less shall be recovered from the contractor at the basic rate as given in D.S.R. 2023
plus carriage plus 1% W.C. plus 15% contractor profit and over heads plus contractors
enhancement/abatement as per the clause 12 of the Agreement. For all excess use of materials
over the theoretical consumption no extra payment shall be made to the contractor, for the
items for which the materials is to be issued by the department/arranged by the contractor.

45. If the materials used are in excess of the theoretical calculations, recovery for the excess
Qty. shall be made at twice the issue rate, as mentioned in the agreement elsewhere.
46. Empty containers against the material issued departmentally shall have to be returned to the
Junior Engineer and contractor will be responsible for the lost containers. Payment shall be
made only for the material for which empty containers have been returned by the contractor.
47. All the malba or rubbish obtained from dismantlement or otherwise during the execution of the
work shall be brought down through the staircase and shall not be thrown to the ground
directly from first floor or second floor etc.

a) All dismantled materials/building rubbish/malba and other such materials received and
collected by the contractor during the course of execution of work will be removed from the
site of work on the same day positively. All payments including running bills will be released
on a certificate to this effect by the Engineer-in-charge.

48. All malba or rubbish shall be removed by the contractor to the Municipal dumping ground. The
building rubbish is to be removed side by side in the progress of work and the site properly
cleaned after completion of work In case of any deficiency on the part of contractor on this
account, a recovery of Rs. 1000/- per day per bungalow/flat will be recovered.

.
33

49. WHITE WASH:-


a) Preparation of surface.

b) Wherever one coat of white wash is to be done, the surface shall be rubbed with old gunny
bags or with hessian cloth and/or broom well to remove the dust and loose flakes of old white
wash etc.
c) Under the item of preparation of old distempered or lime washed surface by scrapping, the
old scales should be removed by scrapping with a steel strip and emery paper to get a fairly
uniform plain surface. The scrapping shall be paid for separately.
d) Each coat shall be allowed to dry before the next one is applied. Further each coat shall be
inspected and approved by the Engineer-in-charge before the subsequent coat is applied. No
portion of the surface shall be left out to be patched up later on.

e) The white and colour washed surface should present a uniform finish and finished dry surface
shall not easily come off on hand when rubbed.
f) Residual carbide lime will not be used on work in place of lime.

50. Water proofing cement paint:-


a) Before applying cement primer/water proofing cement paint the scrapped surface should be
got approved from the Engineer-in-charge.
b) Water proof cement paint coat shall only be applied when the Engineer-in-charge approves
the surfaces.
c) A register shall be maintained at site of work showing the dates of scarifying the surface,
application of cement primer and each coat of water proof cement paint duly signed by the
representatives of the Engineer-in-charge and the contractor.

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

.
34

PERFORMA OF VERIFICATION OF CPWD CONTRACTOR WORKERS

Name of work: -

Agreement No.: -

Agency Name of Worker: -

Father’s / Husband Name: -

Age: -

Present Address: -

Permanent Address: -

Period of Duty in Delhi: -

Two references in Delhi


With Present & Permanent
Address (with one other than
Contractor with telephone Nos.)

(Signature of Worker) (Signature of Contractor)

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

.
35

NOTE: - SL. NO………..

WORKER IDENTITY CARD


This Contractor is valid only for
specified working place / place of duty. Name of Agency
with Address :-

This Contractor is fully responsible for


any misuse of this card beyond duty hours / Telephone No. / Mobile: -
days.

The contractor bears responsibility for


the character card holder worker. Registration No: -

VALID UPTO: -
………………….

Name of worker: -

Present Address: -

Permanent Address: -

Identification Mark: -
Signature of Worker: -

Place of Duty: -
Signature of Contractor: -

.
36

LIST OF PREFERRED MAKE OF MATERIALS (FOR CIVIL WORKS)


Specification/brands names of materials (Refer materials, whichever are applicable for the scope of
work) and finishes approved by the Architect/Engineer-in-Charge are listed below. However
approved equivalent materials and finishes of any other specialized firms may be used, in case it is
established that the brands specified below are not available in the market and subject to approval of
the alternate brand by the Architect/Engineer-in-Charge, (See also conditions of contract)

Sl. Item /Material Manufacturer and Trade Names


No.
1 Ceramic tiles and Glazed tiles (all Johnson, Kajaria, RAK &Varmora
sizes)
2 Chequered CC tiles Nitco, K.K Manhole & Grating Co Pvt. Ltd,
Ultra &Unistone, ABC.
3 Vitreous china (WC and wash basin) Cera, Hindware, Parryware, Jaquar
4 PVC/Vitreous Cistern, European WC Cera, Hindware, Parryware, Jaquar
with seat cover
5 PVC/Vitreous China flushing cistern Hindware, Parryware, Jaquar
6 Vitrified/GVT tiles (all sizes) Johnson, Kajaria, RAK &Varmora
7 Precast Cement Concrete Tiles K.K Manhole & Grating Co Pvt. Ltd, Dalal
Tile Industries, ABC
8 Chequred Tile Nitco, Ultra, Unistone, Modern &Dalal Tile
Industries, ABC
9 Interlocking Paver Block, Grass Paver, K.K. Manhole & Grating Co Pvt. Ltd.,
Precast CC Slab, Kerbstone Unistone, Nitco&Dalal tiles Ind, ABC.
10 RMC ACC, Ahlcon and Grasim, Ultra Tech,
Nidcon, M/s Shri Ram Ready Mix Concrete
Pvt. Ltd.
11 C.I. Cover RIF, HIND, BIS, BIC, NECO, SKF
12 Block Board & Ply Wood Green ply, Century, Kitply, Duro, Bhutan
tuff
13 Laminated Wooden Flooring Vista/Virgin, Action Tesa, Pergo,
Armstrong
14 Lamination sheet (Mica) Greenlam, Marino, Action Tesa
15 Door/Cupboard locks Godrej, Dorset (Model ML-12L), Kich,
Harrison,
16 Flush Door Century Ply board, Duro, Alpro, Greenply,
Jain door, Archid, Bhutan tuff
17 Ball valve/Gate Valve non return Zoloto, IBP, ARCO
valve
18 CP Bathroom Fittings Jaquar, Kohler, Hindware, Marc
19 SS door/window/ Cupboard fittings Hettich, Godrej, Dorset, Harrison, Dorma,
Kich
20 Modular kitchen accessories Stallion, Hettich, Kaff& Ozone, Hafele
21 Kitchen Sink (Stainless Steel) Neelkanth, Jayna &Nirali
22 Structural M.S. Sections viz, I & Tisco, Jindal & SAIL
Channels
.
37

23 Structural Extruded Sections viz. Tee SAIL, TATA, Rana & Capital with ISI
Iron, Angle iron, Flats etc. mark
24 Hot finished welded , seamless and TATA , Jindal (Hisar), Wellspun, TTT
ERW type tubes
25 Steel Fibre Reinforced Concrete, K.K. Manholes, Gratings, Nitco&Dalal
Manhole covers with frame and Tiles Ind.
grating
26 Steel Reinforcement Bars RINL, TATA, SAIL & JINDAL
27 Aluminium Sections Jindal, Hindalco, Indal&Mahavirs
28 Aluminium Door & Window Fittings Classic, Global, Nulite, Argent
29 UPVC pipe Kisan, Supreme, Prince, finolex& Prakash
30 UPVC window/doors FENESTA, ALUPLAST, DUROPLAST,
ENCRAFT, Koemmerling, ADWIN, Rehau.
31 PVC Tank Sintex, Polycon, Rotax, Fusion & Sheetal
32 PVC doors Jaindoors& Rajshri Plastiwood
33 Kitchen loft tank Sintex, Tirupati Structural limited, Planet
Plasic
34 G.I. Sheet of all patterns SAIL, Tata & Jindal (Hisar)
35 G.I. Pipe Jindal (Hisar) and Tata
36 G.I. Fittings UNIK, R Brand, KS Brand, Zoloto, R.R,
S.S.S. & NMC
37 Gun Metal Valve Leader, Zoloto, Sant &Pidilite
38 Centrifugally cast iron pipes & Neco, Hepco, BIC, RIF & SKF, Raj Pattern
accessories/fittings Makers & Founders Pvt. Ltd.
39 Stoneware pipes & gully traps Perfect & Parry
40 PTMT fittings Prayag, Polytuf, Cera&Parryware
41 Hydraulic door closer tubular type Hardwyn make (model classic queen),
aluminium die cast body Dorma, Dorset (Model DC 60 SM), Godrej
42 Synthetic enamel paint having VOC Luxol Hi-Gloss of Berger, Apcoliteiustre
finish white of Asian Paints, Kamdhenu
Kemolite, Dulux gloss of ICI make, Jenson
& Nicholson Brolac Hi-Gloss Polyurethane
Enamel
43 Cement Primer B.P. (alkali resistant) water thinable of
Berger paint make, Primolite water
thinableGoodlassNerolac paint make,
Cemprover of Snowcem paint, Cement
primer of Asian paint make, Jenson &
Nicholson Water Thinable Cement Primer
(Ext & Int). Primoxx of J&K White cement.
44 Ist quality acrylic distemper having Bison Acrylic distemper of Berger, Nerolac
VOC premium washable of KNPL, Acrylic
washable tractor brand of Asian paints
make. Maxilite of ICI paints, Kamdhenu
Bunty/Kyson Acrylic Distemper, Jenson &
Nicholson (Jensolin Acrylic Distemper)

.
38

45 acrylic emulsion paint having VOC Silk Glamour of Berger Paint, Kamdhenu
Velvety Luxury Emulsion, Velvet touch of
ICI/akzonobel, Royale of Asian Paint
46 Acrylic exterior paint with silicone Apex of Asian Paints, Kamdhenu Weather
additives Classic, Weather Coat Berger Paint, Dulux
Professional Weather Shield of
AXZONOBEL
47 Wall Putty J.K. Laxmi, Sakarni, Sri Ram, Nirman&
Aadhar Shree
48 APP Water Proofing Treatment Bitumat, Apex & STP Ltd., Torch tar
membrance & Bitumen Product Pvt. Ltd.,
M.K. Petro Product India Ltd.
49 Water proofing compound CICO, Pidilite, Accoproof&Impermo
50 Anti-corrosive epoxy coating (NITOZINC PRIMER) of FOSROC or
equivalent
51 Acrylic Shelf Admiral & Alpina
52 Tile Adhesive Somany, Latticrete, Pidilite, Ferous , Cico&
Home Pride
53 Cement O.P.C./P.P.C. confirming to IS : 1489 –
ACC, Birla, Ambuja, Jaypee, J.K. Cement.,
Ultratech, JP Rewa, Lafarge, CCI
54 Float Glass Saint Gobin, Modi & ASHAI INDIA
55 Bevelled Edge Mirror Modi Guard & Atul
56 White Cement J.K. & Birla
57 Reinforcement cleaning agents (REEBAKLENS R.R.) of FOSROC or
equivalent
58 Non-re-emulsifying latex bonding NITOBOND SBR (LATEX) of FOSROC
or equivalent
59 Monkey deterrent spikes Make- parry moulding, Indolite Devices,
Vision Engineering, Monkey king
60 Frosted decorative sparkle film LLUMAR, 3M or equivalent.
61 Glazed GRC Tiles – 22-25 mm thick Unistone, Nitco, Dazzle
62 FRP door, frame & shutter Jain door, Ashoo model Arts, Salectual
Product Co.
63 GRC Jali Unistone, Birla White, Sanderson
64 Silicon Sealant Pidilite, Forsoc, Tuffseal, Choksey
Chemical
65 Dash Fastner Hilti, Fisher, Bosch, Canon, Wurth
66 Fibre Glass sheet Simcry1, Simba
67 GRG False Ceiling Diamond international, Metacil of Mancot
Industries, Vans Gypsum Pvt. Ltd.
68 False Ceiling (Tile/Grid)
(i) Metal False Ceiling Armstrong, Hunter douglas, Ram Metal,
Metroc, Dexune
(ii) Gypsum False Ceiling/Calcium USG Boral, Saint Gobain, Aerolite,
Silicate/GRG Ceiling Interarch, Dexune, Gyptech

.
39

69 Low viscosity high Molecular weight CBEX 100 of FOSROC or equivalent


thermosetting polymer
70 Drapery Rods & Vertical Blinds Mac, Vista &Levlor
71 Chloropyriphos HILBAN, DURSBANTCT, PEST Control,
SARUPS
72 Polycarbonate Sheet MG Polyplast, GE LeXon, Danpalon,
Polygal.
73 Melamine Polish Asain Paints, Melamine Gold wudfin,
Timber Tone of ICI dulux, Pidilite
74 PVC door frames & shutters Rajshri Plastiwood, Jain wood industries,
Sintex
75 R.C matteress, P.U. foam sheet, Plastic
dustbin & PVC doormat:-
(a) R.C matteress Pearl Rupa Super Ortho Model, New Ortho
of Kurlon model
(b) P.U. foam (for sofa) Sleepwell, Kurlon (Heera Brand)
(c) P.U. foam sheet Sleepwell, Kurlon (Heera Brand), M.M.
foam
(d) Plastic dustbin Nayasa Make, equivalent model of Cello
(e) PVC doormat Durosoft premium quality
76 Partical Board Action Tesa, Marino

77 Wood Plastic Composite Board Alstone, Century, ECOCELL, D ’spaze’

78 Acoustical Wall panelling Gyptech

79 Hybrid Polyuria based Elastmeric Asian Paints, Fosroc, Pidilite, Sika


water proofing material
80 PUF (Poly Urethane Foam) insulated JSW, TATA, RINL, SAIL
roof sheet/panel
81 Stainless steel Over Head water Paqos Enjoy Water, Nector, Atlas, Sun
storage Tank Steller, Neropure
82 Fire Rated Smoke Check Doors ASES (Agni Suraksha)
(Wooden, MS Fire and Glazed) , IS:
3614(Pt-II & bs: 476(Pt-20& 22)
Note:-
1. All other material/make to be approved by the Engineer-in-Charge confirming to
specifications and nomenclature of item and latest IS codes and samples to be
kept in safe custody for inspection of senior officers.

2. Contractor has to bring samples as per above preferred brands only and Engineer
in Charge shall approve one sample out of the samples brought by the contractor.
The contractor has to use material of that approved sample only. No claim in this
regard shall be entertained.

.
40

.
41

.
42

SCHEDULE OF QUANTITY

Name of Work:- A/R & M/o to MPs flats/bungalows under Sub div-II of PaWD-I during 2025-26
(SH: Renovation work in 9-Ferozshah road and other bungalows.)

S.No. Description Qty. Unit Rate Amount

1 Providing and laying in position cement concrete


of specified grade excluding the cost of centering and
shuttering - All work up to plinth level :
1.1 1:5:10 (1 cement : 5 coarse sand (zone-Ill) derived
from natural sources : 10 graded stone aggregate
40 mm nominal size derived from natural sources)
5.00 cum 6518.60 32593.00
2 Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in foundation
and plinth in:
2.1 Cement mortar 1:6(1 cement :6 coarse sand) 3.00 cum 7132.25 21397.00
3 Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in
superstructure above plinth level up to floor V level in
all shapes and sizes in :
3.1 Cement mortar 1:6(1 cement : 6 coarse sand) 2.00 cum 9105.95 18212.00
4 Providing and fixing 18 mm thick gang saw cut,
mirror polished, premoulded and prepolished,
machine cut for kitchen platforms, vanity counters,
window sills, facias and similar locations of required
size, approved shade, colour and texture laid over 20
mm thick base cement mortar 1:4 (1 cement : 4 coarse
sand), joints treated with white cement, mixed with
matching pigment, epoxy touch ups, including
rubbing, curing, moulding and polishing of edges to
give high gloss finish etc. complete at all levels.
4.1 Granite stone slab of colour black, Cherry/Ruby red
4.1.1 Area of slab over 0.50 sqm 7.00 sqm 5136.30 35954.00
5 Extra for fixing marble /granite stone, over and above
corresponding basic item, in facia and drops of width
upto 150 mm with epoxy resin based adhesive,
including cleaning etc. complete.
3.00 metre 568.55 1706.00
6 Extra for providing opening of required size & shape
for wash basin/ kitchen sink in kitchen platform,
vanity counter and similar location in marble/
Granite/ stone work, including necessary holes for
pillar taps etc. including moulding, rubbing and
polishing of cut edges etc. complete. 2.00 each 978.70 1957.00
7 Providing and fixing ISI marked flush door shutters
conforming to IS : 2202 (Part I) decorative type,
core of block board construction with frame of 1st
class hard wood and well matched teak 3 ply
veneering with vertical grains or cross bands and face
veneers on both faces of shutters.

.
43

7.1 35 mm thick including ISI marked Stainless Steel butt


hinges with necessary screws 5.00 sqm 3473.85 17369.00
8 Providing & Fixing decorative high pressure
laminated sheet of plain / wood grain in gloss / matt/
suede finish with high density protective surface layer
and reverse side of adhesive bonding quality
conforming to IS : 2046 Type S, including cost of
adhesive of approved quality.
8.1 1.0 mm thick 20.00 sqm 897.30 17946.00
9 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.
9.1 Hot finished welded type tubes 2500.00 kg 194.40 486000.00
10 Steel work welded in built up sections/ framed work,
including cutting, hoisting, fixing in position and
applying a priming coat of approved steel primer
using structural steel etc. as required.

10.1 In gratings, frames, guard bar, ladder, railings,


brackets, gates and similar works 500.00 kg 172.60 86300.00
11 Providing and laying Vitrified tiles in floor in diferent
sizes (thickness to be specified by the manufacturer)
with water absorption less than 0.08% and
conforming to IS:15622, of approved brand &
manufacturer, in all colours and shade, laid on 20 mm
thick cement mortar 1:4 (1 cement: 4 coarse sand)
jointing with grey cement slurry @3.3 kg/sqm
including grouting the joints with white cement and
matching pigments etc. The tiles must be cut with the
zero chipping diamond cutter only . Laying of tiles
will be done with the notch trowel, plier, wedge, clips
of required thickness, leveling system and rubber
mallet for placing the tiles gently and easily.

11.1 Glazed vitrified floor tiles polished finish of size


11.1.1 Size of Tile 600 x 1200 mm 40.00 sqm 1798.80 71952.00
11.2 Glazed Vitrified tiles Matt/Antiskid finish of size
11.2.1 Size of Tile 600 x 600 mm 20.00 sqm 1464.85 29297.00
12 Providing sand stone slab for roofing and laying them
in cement mortar 1 : 4 (1 cement: 4 coarse sand) over
wooden karries or R.C.C. battens or structural steel
sections (Karries or battens or structural steel sections
to be paid separately), including pointing the ceiling
joints with cement mortar 1:3 (1 cement: 3 fine sand )
complete:
12.1 Red sand stone slab
12.1.1 40 to 50 mm thick 2.00 sqm 1138.20 2276.00

.
44

13 Providing and fixing precoated galvanised iron profile


sheets (size, shape and pitch of corrugation as
approved by Engineer-in-Charge) of total coated
thickness 0.50 mm (base metal of minimum 0.45 mm
thickness with total coating thickness of 0.05mm)
with zinc coating 120 grams per sqm 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 during
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 55 mm) 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.
70.00 sqm 738.65 51706.00
14 Painting with synthetic enamel paint of approved
brand and manufacture to give an even shade :
14.1 Two or more coats on new work 200.00 sqm 155.90 31180.00
15 Providing and fixing wash basin with C.I. brackets,
15 mm C.P. brass pillar taps, 32 mm C.P. brass waste
of standard pattern, including painting of fittings and
brackets, cutting and making good the walls wherever
require:
15.1 White Vitreous China Flat back wash basin size 550x
400 mm with single 15 mm C.P. brass pillar tap 1.00 each 1879.20 1879.00
16 Providing and fixing soil, waste and vent pipes :
16.1 100 mm dia
16.1.1 Centrifugally cast (spun) iron socket & spigot (S&S)
pipe as per IS: 3989 10.00 metre 1180.75 11808.00
17 Providing and filling the joints with spun yarn,
cement slurry and cement mortar 1:2 ( 1 cement : 2
fine sand) in S.C.I./ C.I. Pipes :
17.1 100 mm dia pipe 4.00 each 198.15 793.00
18 Providing and fixing bend of required degree with
access door, insertion rubber washer 3 mm thick,
bolts and nuts complete.
18.1 100 mm dia
18.1.1 Sand cast iron S&S as per IS - 3989 1.00 each 705.20 705.00
19 Providing and fixing collar :
19.1 100 mm
19.1.1 Sand cast iron S&S as per IS - 3989 1.00 each 513.15 513.00
20 Providing and fixing trap of self cleansing design
with screwed down or hinged grating with or without
vent arm complete, including cost of cutting and
making good the walls and floors :

20.1 100 mm inlet and 100 mm outlet


20.1.1 Sand cast iron S&S as per IS: 3989 2.00 each 1996.50 3993.00
.
45

21 Providing and fixing floor mounted, white vitreous


china single piece, double traps syphonic water closet
of approved brand/make, shape, size and pattern
including integrated white vitreous china cistern of
capacity 10 litre with dual flushing system, including
all fittings and fixtures with seat cover, cistern
fittings, nuts, bolts and gasket etc including making
connection with the existing P/S trap, complete in all
respect as per directions of Engineer-in-Charge.
1.00 each 18212.90 18213.00
22 Providing and fixing G.I. pipes complete with G.I.
fittings and clamps, including cutting and making
good the walls etc. Internal work - Exposed on wall
22.1 15 mm dia nominal bore 10.00 metre 366.40 3664.00
22.2 20 mm dia nominal bore 5.00 metre 437.30 2187.00
23 Providing and fixing G.I. Pipes complete with G.I.
fittings and clamps, including making good the walls
etc. concealed pipe, including painting with anti
corrosive bitumastic paint, cutting chases and making
good the wall :
23.1 15 mm dia nominal bore 10.00 metre 580.45 5805.00
24 Providing and fixing G.I. Union in G.I. pipe including
cutting and threading the pipe and making long
screws etc. complete (New work) :
24.1 15 mm nominal bore 2.00 each 318.35 637.00
24.2 20 mm nominal bore 2.00 each 346.80 694.00
25 Providing, laying and jointing glazed stoneware pipes
class SP-1 with stiff mixture of cement mortar in the
proportion of 1:1 (1 cement : 1 fine sand) including
testing of joints etc. complete :

25.1 150 mm diameter 10.00 metre 695.80 6958.00


26 Providing and laying cement concrete 1:5:10 (1
cement : 5 coarse sand : 10 graded stone aggregate 40
mm nominal size) up to haunches of S.W. pipes
including bed concrete as per standard design :

26.1 150 mm diameter S.W. pipe 10.00 metre 743.10 7431.00


27 Providing and fixing square-mouth S.W. gully trap
class SP-1 complete with C.I. grating brick masonry
chamber with water tight C.I. cover with frame of 300
x 300 mm size (inside) the weight of cover to be not
less than 4.50 kg and frame to be not less than 2.70 kg
as per standard design:
27.1 100x100 mm size P type
27.1.1 With common burnt clay F.P.S. (non modular) bricks
of class designation 7.5 2.00 each 2707.65 5415.00
28 Supplying and installation of moisture resistant/fire
resistant cement board as per standard sizes fixed
with self-drilling / taping screws. Screws shall be of
counter sunk rib head of 1.60 mm to 4 mm thick or 8
to 10 gauge of length varying from 25 to 45 mm.

.
46

28.1 Cement Bonded particle board 8 mm thick (Termite,


Fire & Moisture Resistance), as per IS:14276 : 1995 100.00 sqm 991.95 99195.00
Total :- 1075735.00
Correction factor on DSR-2023 on A/C of GST @ 0.973 :- 1046690.00
Add 3% Cost Index :- 31401.00
Total :- 1078091.00
Non-Schedule Items
29 Providing and fixing Premium quality HD polished
ceremic wall tiles conforming to IS : 15622
(thickness to be specified by the manufacturer) of
approved make in all colours, shades except
burgundy, bottle green, black of size as approved
by Engineer -in-Charge in skirting, risers of steps
and dados over 12 mm thick bed of cement
Mortar 1:3 (1 cement : 3 coarse sand) and
jointing with grey cement slurry @ 3.3kg per
sqm including pointing in white cement mixed with
pigment of matching shade complete.

a) 300x600mm 20.00 sqm 1608.45 32169.00


30 Providing and laying vitrified floor tiles matt finish
of sizes 600x600x15mm of Kajaria, Varmora,
Somany with water absorption's less than 0.08% and
conforming to IS : 15622 of approved make in all
colours and shades, laid on 20mm thick cement
mortar 1:4 (1 cement : 4 coarse sand) jointing with
grey cement slurry @ 3.3kg/sqm including grouting
the joints with white cement and matching pigments
etc., complete. 50.00 sqm 1514.75 75738.00
31 Providing and fixing at site and on position wall hung
stainless steel (Grade 304) vanity counter of size
800x470mm of Toyo (Model no TOYO 5298-F 32")
or equivalent having vitreous china basin on top with
SS cabinet with mirror & side cabinet and soft close
door & drawers of approved pattern and design with
necessary fixing arrangement complete as per
direction of Eng-in-Charge. 1.00 each 35245.25 35245.00
32 Providing and fixing Jaquar designer range table top
wash basin Cat No.JDS-WHT-25931 (size
595x445x135 mm) or equivalent make including
making all connections but excluding the cost of
fittings complete as per directions of Engineer-in-
charge. 1.00 each 10961.80 10962.00
33 Providing and fixing Stainless steel Towel rack 600
mm long with flap hangers CAT No. AKP-CHR-
35781PS of JAQUAR make or equivalent as
approved by Engineer-in-Charge.
1.00 each 4096.00 4096.00
34 Providing and fixing Stainless steel spare Toilet Roll
Holder continental Series CAT No. ACN-CHR-
1155S of JAQUAR make or equivalent as approved
by Engineer-in-Charge. 1.00 each 692.55 693.00

.
47

35 Providing and fixing Towel ring square with round


flange CAT No. -ACN-CHR-1121N of JAQUAR
make or equivalent as approved by Engineer-in-
Charge. 1.00 each 1325.10 1325.00
36 Providing and fixing C.P. Brass Single Lever Basin
mixer without popup waste system with 450mm long
Barided Hoses Cat No. VGP-CHR-81011B of Jaquar
make or eqvivalent as approved by Engineer in-
charge. 1.00 each 4811.60 4812.00
37 Providing and Fixing Glass shelf 600 mm long of
JAQUAR make cat No. ACN-CHR-1171N as per
direction of Engineer-in-charge.
1.00 each 1450.20 1450.00
38 Providing and fixing Soap dish holder Cat No. ACN-
CHR-1131N of JAQUAR make or equivalent as
approved by Engineer-in-Charge.
2.00 each 762.90 1526.00
39 Providing and fixing C.P. Brass kitchen single lever
Sink mixer with swining spout on upper side (Wall
mounted model) with connecting legs & wall flanges
of vignette prime series Cat No. VGP-CHR-81165 of
JAGUAR make or equivalent as approved by
Engineer-in-Charge. 1.00 each 4905.50 4906.00
40 Providing and fixing CP brass corner glass self with
bracket of JAQUAR Make (Cat no ACN-CHR-1173)
or equivalent complete as per direction of engineer-
in-charge. 1.00 each 1567.50 1568.00
41 Providing and fixing single lever 3 inlet diverter
exposed part kit consisting of pertaining lever wall
flange & button cat no. VGP-ABR-81193K including
concealed body for 3 inlet single lever diverter with
button cat no. ALD-193 of JAQUAR make or
equivalent as approved by Engineer-in-Charge.
1.00 each 6876.30 6876.00
42 Providing and fixing vignette prime bath tub spout
with button attachment for hand showers with wall
flange cat no.SPJ-ABR-81463 of JAQUAR make or
equivalent as approved by Engineer-in-Charge.
1.00 each 2373.85 2374.00
43 Providing and fixing Shower ARM CASTED
190MM LONG light body round shape for wall
mounted shower with flange of Contiental series of
JAQUAR Make or equivalent (Cat no SHA-CHR-
477) approved make complete as per direction of
engineer-in-charge. 1.00 each 678.20 678.00
44 Providing and fixing Two way bib cock with wall
flange vignette prime series Cat No. VGP-CHR-
81041 of JAQUAR make or equivalent as approved
by Engineer-in-Charge.
1.00 each 2326.90 2327.00
45 Providing and fixing Hand shower 95mm dia CAT
No. HSH-CHR-1737 of JAQUAR make or equivalent
as approved by Engineer-in-Charge.
1.00 each 1458.80 1459.00

.
48

46 Providing and fixing Hand shower (Health faucet)


8mm dia 1.2 meter long Allied Series CAT No. ALD-
CHR-573 of JAQUAR make or equivalent to as
approved by Engineer-in-Charge.
1.00 each 1561.40 1561.00
47 Providing and fixing Overhead shower 100mm dia
round shape single flow (ABS Body chrome plated
with grey face plate with rubit cleaning system Cat.
No. OHS-CHR-1989 of JAQUAR make or equivalent
as approved by Engineer-in-Charge.
1.00 each 1475.90 1476.00
48 Providing and fixing CP brass bib cock with wall
flange of approved quality vignette prime series (CAT
No. -VGP-CHR-81037) of JAQUAR make or
equivalent and as per direction of Engineer-in-
Charge. 2.00 each 1960.25 3921.00
49 Providing and fixing Hand shower flexible tube 1.5
metre long with nuts in chrome finish of Jaquar make
or equivalent (CAT No. SHA-CHR-549D8) as per
direction of Engineer-in-Charge.
1.00 each 959.75 960.00
50 P/F C.P. brass Angular stop cock vignette series Cat
No. VGP-CHR-81053 of JAQUAR make or
equivalent as approved by Engineerin- Charge.
5.00 each 1161.70 5809.00
51 Providing and fixing 9mm thick WPC (Wood plastic
composite) board with L & T profile (WPC louvery
panel) of D'Spaze make or equvalent of approved
colour & design in false ceiling/wall panel /facias
over aluminium frame with necessary screws and
adhesive etc. all complete as per direction of
Engineer-in-Charge. ( Payment of aluminium frame
shall be made seperately) 400.00 sqm 1560.35 624140.00
52 Providing and fixing 19mm thick BWP block board
(Duro or equivalent make) in shelves/ partations/
sides/ bottams & tops with M.S screws fevicol
completed in modular kitchen as per the direction of
Engineer-in-charge. 20.00 Sqm. 1974.95 39499.00
53 Providing and fixing 6mm thick Plywood (Duro,
centuary, Greenply or equivalent make) in
shelves/partations/sides/bootam & tops with screws
and iron or wooden brackete wherever required.
15.00 sqm 1062.35 15935.00
54 Providing and fixing 0.8 mm thick Aluminium sheet
on existing door & Almirah etc. i/c cutting hoisting
and fixing with nails complete as per direction of
Engineer-in-charge. 15.00 sqm 497.20 7458.00
55 Providing and fixing stainless steel Door jack 300
mm long (Hydraulic shoker) of approved make
with stainless steel bracket, nails,screws etc.
complete as per the direction of Engineer-in-charge.
10.00 each 394.70 3947.00
56 Providing and fixing Stainless steel adjustable legs
load bearing capacity 350 kg/each wide foot diametre
80mm in a black plastic finish etc. complete as per
direction of Engineer-in-charge.
30.00 each 131.60 3948.00
.
49

57 Providing and fixing Double fold Auto closed


hings of Hattich make, nails, S.S. screws etc.
complete as per direction of Engineer-in-charge.
(Intermat-9956 hinge- TH42 16-24 mm thick
doors, opening angle 95°) 20.00 each 432.40 8648.00
Total:- 1983597.00

Assistant Engineer (P) Executive Engineer


Parliament Works Division-I, Parliament Works Division-I,
CPWD, New Delhi CPWD, New Delhi

You might also like