0% found this document useful (0 votes)
42 views57 pages

NIT for Civil Works at CGO Complex Kolkata

Uploaded by

vprp.jalorenh325
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)
42 views57 pages

NIT for Civil Works at CGO Complex Kolkata

Uploaded by

vprp.jalorenh325
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

भारतसरकार
Government of India
के यलोक नमाण बभाग
Central Public Works Department
****************************************
INDEX
Name of Work: A/R & M/O CGO complex at DF block, Salt Lake, Kolkata during 2024-25.
SH: Miscellaneous civil works.

NIT NO.: 329/NIT/EE-KOL-III/CPWD/2024-2025

Sl. No. Description Page No.


1 Index 0
2 PART – A General Condition 1
3 Information and Instruction for Bidders for e-Tendering forming part of
2-4
Bid Document and to be uploaded on e-Tenders Web Site.
4 CPWD-6 for e-tendering 5-8
5 Proforma for Receipt Earnest Money Deposit 9
6 CPWD-7 10-11
7 Proforma of Schedules (A to F) for Civil works 12-17
8 On non-judicial stamp paper of minimum Rs. 100 (Guarantee offered by
Bank to CPWD in connection with the execution of contracts) Form of
18-19
Bank Guarantee for Earnest Money Deposit /Performance Guarantee/Security
Deposit/Mobilization Advance.
9 Form of Earnest Money (Bank Guarantee) 20
10 Form of Performance Security (Guarantee) 21-22
11 Proforma for Integrity Agreement 23-27
12 Guarantee bond to be executed by contractors for removal of defects
after completion in respect of water proofing works/Removal of defects 28-31
works etc.
13 PART –B: Civil Work 32
14 Special Conditions 33-40
15 Particular Specifications & Modification for GST compliance 41-52
16 Approved Make of Materials (For Civil Works) 53-55
17 Proforma for Quoting the Rates 56
18 Schedule of Quantity for Civil Work SOQ-1 – SOQ-8
Certified that this Tender contains Page No. 01 to 56 (excluding this index page) and Schedule of Quantity
from Page No. SOQ- 1 to SOQ-8.

This NIT is approved for 38,52,364/- (Rupees Thirty-Eight Lakh Fifty-Two Thousand
Three Hundred Sixty-Four) only.

Sd/- Sd/- Sd/-

Senior Draughtsman Assistant Engineer(P) Executive Engineer


Kolkata-III, CPWD Kolkata-III, CPWD Kolkata-III, CPWD
Salt Lake, Kolkata-64 Salt Lake, Kolkata-64 Salt Lake, Kolkata-64
1

PART – A : General Information

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


2
Information and Instruction for Bidders for e-Tendering forming part of Bid
Document and to be uploaded on e-Tenders Web Site.

The Executive Engineer, Kolkata-III, CPWD, Salt Lake, Kolkata on behalf of President of India invites
on line percentage rate tenders from CPWD Enlisted Contractors of appropriate class in
composite category for the following work mentioned below: -

Last date & time of

Estimated Cost put to

Period of Completion
submission of bid,

Earnest Money
original EMD,
N.I.T No.

Name of work & Location copy of receipt or


Sl. No.

Time & date of


opening of bid
deposition of
original EMD and
other documents
as specified in the

bid
Press Notice.
1 2 3 4 5 6 7 8

A/R & M/O CGO complex at DF


1 block, Salt Lake, Kolkata during
329/NIT/EE-KOL-III/CPWD/2024-2025

2024-25. SH: Miscellaneous civil

Up to 03:00 PM on 27.12.2024
works.

At 3.30 PM on 27.12.2024
38,52,364.00

06 (Six) Months
77,047.00

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession of all
the documents required.

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

3. The bid document consisting of plans, specifications, the schedule of quantities of


various types of items to be executed and the set of terms and conditions of the contract
to be complied with and other necessary documents can be seen and downloaded from
website [Link] or [Link] or
[Link] free of cost.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


3
4. But the bid can only be submitted after depositing processing fee in favour of ITI Limited
and uploading the mandatory documents such as Demand Draft or Pay order or
Banker`s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank
Guarantee of any Scheduled Bank towards EMD in favour of respective Executive
Engineer and other documents as specified.

5. Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding process
as per details available on the website.

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

7. On opening date, the contractor can login and see the bid opening process. After opening
of bids he will receive the competitor bid sheets.

8. Contractors can upload documents in the form of JPG format and PDF format.

9. Contractor must ensure to quote rate of each item. The column meant for quoting rate
in figures appears in pink colour and the moment rate is entered, it turns sky blue. In
addition to this, while selecting any of the cells a warning appears that if any cell is left
blank the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is
quoted by the bidder, rate of such item shall be treated as “0” (ZERO).

10. The EMD can be paid in the form of Demand Draft or Pay Order or Banker’s Cheque or
Deposit at call receipt or Fixed Deposit Receipts along with Bank Guarantee of any
Scheduled Bank wherever applicable. The intending bidder has to fill all the details such
as Banker’s name, Demand Draft/Fixed Deposit Receipt/Pay Order/Banker’s
Cheque/Bank Guarantee number, amount and date. As per the new system, the amount
of EMD can be paid by multiple Demand Draft/Pay Order/Banker’s Cheque/Deposit at
Call receipt/Fixed Deposit Receipts along with multiple Bank Guarantee of any Scheduled
Bank if EMD is also acceptable in the form of Bank Guarantee.

11. It is mandatory to upload scanned copies of all the documents including GST
Registration as stipulated in the bid document. If such document is not uploaded the bid
will become invalid and processing fee shall not be refunded.

12. If the contractor is found in eligible after opening of his bids, his bid shall become invalid
and processing fee shall not be refunded.
I f any discrepancy is noticed between the documents as uploaded at the time of submission
of bid and hard copies as submitted physically by the contractor, the bid shall become invalid
and processing fee shall not be refunded.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


4
13. List of Documents to be scanned and uploaded within the period
of bid submission:

1 Enlistment Order of the Contractor.

2 Treasury Challan/Demand Draft/Pay Order or Banker’s Cheque/ Deposit


At Call Receipt/FDR/Bank Guarantee of any Scheduled Bank against EMD.
(Drawn in favour of Executive Engineer, KCD-III, CPWD, Kolkata)
(Short name shall not be accepted).

3 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).

4 Contact details of the Contractor in separate sheet:


a) Mailing Address –

b) Contact phone/mobile No. –

c) E-mail ID No. -

5 GST registration certificate with up-to-date Return Certificate, if


already obtained by the bidder.
lf the bidder has not obtained GST registration as applicable, then he shall scan
and upload following undertaking along with bid documents.
“lf work is awarded to me, l/we shall obtain GST registration certificate, as
applicable, within one month from the date of receipt of award letter or before
release of any Payment by CPWD, whichever is earlier, failing which l/we shall
be responsible for any delay in payments which will be due towards me/us on
account of the work executed and/or for any action taken by CPWD or GST
department in this regard.”

6 ERP (Enterprise Resource Planning) training certificate issued by the CPWD


Regional Training Institutes (RTIs) of the contractor or his authorized
representative.

7 An affidavit on Rs.100.00(One hundred) rupees stamp paper duly attested


by notary is to be uploaded as regard to that “I/we have not been
debarred/suspended for tendering in CPWD till the last date of submission
of bid” With NIT No.

Note: If the above-mentioned documents are not scanned and uploaded within
the period of bid submission the bid shall be treated as invalid and cancelled.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


5

CPWD-6 FOR e-TENDERING

1.1 Percentage rate bids are invited on behalf of President of India from CPWD Enlisted
Contractors of appropriate class in composite category for the following work mentioned
below :-
A/R & M/O CGO complex at DF block, Salt Lake, Kolkata during 2024-25. SH:
Miscellaneous civil works.

1.2 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.

1.3 The work is estimated to cost 38,52,364.00. This estimate, however, is given
merely as a rough guide.

1.4 The authority competent to approve NIT for the combined cost and belonging to the major
discipline will consolidate NITs for calling the bids. He will also nominate Division which will
deal with all matters relating to the invitation of bids. For composite bid, besides indicating
the combined estimated cost put to bid, should clearly indicate the estimated cost of each
component separately. The eligibility of bidders will correspond to the combined estimated
cost of different components put to bid.

2. Agreement shall be drawn with the successful bidder on prescribed Form CPWD-7, which
is available as a Govt. of India Publication and also available on website
[Link] or [Link] or [Link]
.Bidders shall quote their 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 06 (Six) Months from the date of
start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever
is later, in accordance with the phasing, if any, indicated in the bid documents.

4. The site for the work shall be made available in phased manner.

5. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and set of terms and conditions of the contract to be
complied with and other necessary documents except Standard General Conditions of
Contract Form can be seen on website [Link] or
[Link] or [Link] free of cost.

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

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any
number of times (he need not re-enter rate of all the items) but before last time and date
of submission of bid as notified.

8. Earnest money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s
Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (Drawn in favour of
Executive Engineer, KCD-III, CPWD, Kolkata) (Short name shall not be
accepted) shall be scanned and uploaded to the e-tendering website within the period
of Bid submission.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


6

A part of earnest money is acceptable in the form of bank guarantee also. In such case,
50% of earnest money or Rs. 20 lac, whichever is less, will have to be deposited in shape
prescribed above, and balance in shape of Bank Guarantee of any scheduled bank which
is to be scanned and uploaded by the intending bidders.

The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest
tenderer within a week after opening of financial bid failing which the tender shall be
rejected and enlistment of the agency shall be withdrawn by the enlisting authority.
The following undertaking in this regard shall also be uploaded by the intending bidders
:-
Interested contractor who wish to participate in the bid has also to make following
payments within the period of bid submission.
Copy of Enlistment Order and certificate of work experience and other documents as
specified in the press notice shall be scanned and uploaded to the e-Tendering website
within the period of bid submission. However, certified copy of all the scanned and
uploaded documents as specified in press notice shall have to be submitted by the lowest
bidder only along with physical EMD of the scanned copy of EMD uploaded within a week
physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, who has deposited e-Tender Processing Fee with M/s ITI Limited and Earnest
Money Deposit and other documents scanned and uploaded are found in order.

The bid submitted shall be opened at 03:30 PM on 27.12.2024.

9. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded
if :
(i) The bidder is found ineligible.
(ii) The bidder does not upload all the documents (including service tax
registration/VAT/GST registration or proof of applying for obtaining GST
registration/Sales Tax registration) as stipulated in the bid document.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest tenderer
in the office of tender opening authority.
(iv) The lowest bidder does not deposit physical EMD within a week of opening of
tender.
11. The contractor whose bid is accepted will be required to furnish performance guarantee of
5% (Five Percent) of the bided amount within the period specified in Schedule F. This
guarantee shall be in the form of cash or Deposit at Call receipt of any scheduled
bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay
order of any Scheduled Bank (in Case guarantee amount is less than Rs. 1, 00,000/-) or
Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled
Bank or the State Bank of India in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as indicated
in Schedule ‘F’, including the extended period if any, the Earnest Money deposited by the
contractor shall be forfeited automatically without any notice to the contractor. The
earnest money deposited along with bid shall be returned after receiving the
aforesaid performance guarantee. The contractor whose bid is accepted will
also be required to furnish either copy of applicable licenses/registrations or
proof of applying for obtaining labour licenses registration with EPFO, ESIC &
BOCW Welfare Board and Programme chart (time & progress) within the period
specified in schedule F.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


7
12. Intending Bidders are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their bids as to the nature of the ground and sub-soil
(so far as is practicable), the form and nature of the site, the means of access to the site,
the accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or
affect their bid. A bidder shall be deemed to have full knowledge of the site whether he
inspects it or not and no extra charge consequent on any misunderstanding or otherwise
shall be allowed. The bidders shall be responsible for arranging and maintaining at his own
cost all materials, tools & plants, water, electricity access, facilities for workers and all other
services required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of a bid by a bidder implies that he has read this notice
and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools and
plant, etc. will be issued to him by the Government and local conditions and other factors
having a bearing on the execution of the work.

13. The competent authority on behalf of the President of India does not bind itself to accept
the lowest or any other bid and reserves to itself the authority to reject any or all the bids
received without the assignment of any reason. All bids in which any of the prescribed
condition is not fulfilled or any condition including that of conditional rebate is put forth by
the bidders shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited
and the bids submitted by the contractors who resort to canvassing will be liable for
rejection.

15. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the bid and the bidders shall be bound to perform the
same at the rate quoted.

16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case
of contractors of Horticulture/Nursery category) responsible for award and execution of
contracts, in which his near relative is posted a Divisional Accountant or as an officer in
any capacity between the grades of Superintending Engineer and Junior Engineer (both
inclusive). He shall also intimate the names of persons who are working with him in any
capacity or are subsequently employed by him and who are near relatives to any gazette
officer in the Central Public Works Department or in the Ministry of Urban Development.
Any breach of this condition by the contractor would render him liable to be removed from
the approved list of contractors of this Department.

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


Administrative duties in an Engineering Department of the Government of India is allowed
to work as a contractor for a period of one year after his retirement from Government
service, without the prior permission of the Government of India in writing. This contract
is liable to be cancelled if either the contractor or any of his employees is found any time
to be such a person who had not obtained the permission of the Government of India as
aforesaid before submission of the bid or engagement in the contractor’s service.

18. The bid for the works shall remain open for acceptance for a period of 30 (Thirty) days from
the date of opening of bids. If any bidder withdraws his bid before the said period or issue of
letter of acceptance, whichever is earlier, or makes any Modifications in the terms and
conditions of the bid which are not acceptable to the department, then the Government shall,
without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest
money as aforesaid. Further the bidder shall not be allowed to participate in the rebidding
process of the work.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


8
19. This notice inviting Bid shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from
the stipulated date of start of the work, sign the contract consisting of:-

a) The Notice Inviting Bid, all the documents including additional conditions, specifications
and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid
and the rates quoted online at the time of submission of bid and acceptance thereof
together with any correspondence leading thereto.

b) Standard C.P.W.D. Form 7.

20. Sales Tax, Purchase Tax, Turnover Tax/VAT/GST on Works Contract tax, VAT/GST or any
other tax on materials, statutory charges (except Service Tax), duties, West Bengal
construction Worker’s Welfare Cess, Education Cess, etc. shall be payable by the contractor
and Government will not entertain any claim whatsoever in respect of the same.

21. 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 Integrity Pact is a part of bid document
no separate physical submission is required with other documents to be submitted at the office
of tender opening authority. In addition to other component of bid document, the Integrity
Pact along shall also be signed between Executive Engineer and successful bidder after
acceptance of bid.

22. G S T o r a n y o t h e r T a x a p p l i c a b l e i n r e s p e c t o f inputs procured by the


contractor for this contract shall be payable by the contractor & Government will not entertain
any claim whatsoever in respect of the same. However, component of GST at time of supply
of service (as provided in CGST Act 2017) provided by the contractor shall be valid if different
from that applicable on the last date of receipt of tender including extension if any.

For and on behalf of President of India


Executive Engineer,
Kolkata-III, C.P.W.D.
Salt Lake, Kolkata – 700064

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


9

Receipt of Deposition of Original EMD


(Receipt No. ............................................................... Date ..........................)

1. Name of work : A/R & M/O CGO complex at DF block, Salt


Lake, Kolkata during 2024-25. SH:
Miscellaneous civil works.

2. NIT NO. : 329/NIT/EE-KOL-III/CPWD/2024-2025


3. Estimated Cost : 38,52,364.00

4. Amount of Earnest Money : 77,047.00


deposit
5. Last date of submission of bid :

(* To be filled by Executive Engineer)

6. Name of contractor :
......................................................................

7. Form of EMD : ......................................................................


8. Amount of Earnest Money :
deposit
......................................................................

9. Date of submission of EMD :

Signature, Name and Designation


of EMD receiving officer (EE/AE/AAO)
along with Office stamp.

Contact details of the Contractor:


c) Mailing Address –

d) Contact phone/mobile No. –


c) E-mail ID No. –

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


10
CPWD-7
CENTRAL PUBLIC WORKS DEPARTMENT

STATE: West Bengal ZONE: CE, KOLKATA Division: EE-KOL-III


BRANCH: B & R Sub-Division: AE-II

Percentage Rate e-Tender & Contract for Works

Tender for the work of:-


A/R & M/O CGO complex at DF block, Salt Lake, Kolkata during 2024-25. SH: Miscellaneous civil
works.

TENDER

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

I / We hereby tender for the execution of the work specified for the President of India within the
time specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respects with the
specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules
and Directions and in Clause-11 of the Conditions of contract and with such materials as are provided
for, by, and in respects in accordance with, such conditions so far as applicable.

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

A sum of 77,047.00 is hereby forwarded in cash / in Receipt Treasury Challan/Deposit at Call


Receipt of a Scheduled Bank / Fixed Deposit Receipt of a Scheduled Bank/Demand Draft of a
Scheduled Bank / Bank Guarantee issued by a Scheduled Bank as Earnest Money. If I/We fail to
furnish the prescribed Performance Guarantee within prescribed period, I/We agree that the said
President of India or his successors in office shall without prejudice to any other right or remedy,
be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as
specified, I/We agree that President of India or his successors in office shall without prejudice to
any other right or remedy available in law, be at liberty to forfeit the said Performance Guarantee
absolutely. The said performance guarantee shall be guarantee to execute all the works referred to
in the tender documents upon the terms and conditions contained or referred to those in excess of
that limit at the rates to be determined in accordance with the provision contained in Clause 12.2
and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of earnest money or
Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering
process of the work.

I/We 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 there from to any person other than a person to whom I/We am/are authorized

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


11
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 and on behalf of the President of India for a sum of Rs *………………..
(Rupees…*………………………………….……..……….………………………….…………………).

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

For & on behalf of the President of India.

*
Signature:
Dated: * Designation:

* To be filled by EE
# To be filled by the contractor

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


12
PROFORMA OF SCHEDULES (Civil)
(Separate proforma for Civil, Elect. & Hort. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE ‘A’
Schedule of quantities (as per PWD-3) attached from page No. SOQ- 1 to 8.
Schedule of materials to be issued to the contractor
Rates in figures & words at
[Link]. Description of item Quantity
which the material will be Place of issue
Charged to the contractor
1. 2 3 4 5
…………………………….NIL………………………………
SCHEDULE ‘C’
Tools and plants to be hired to the contractor.
[Link]. Description Hire charges per day Place of issue
1. 2 3 4
…………………………………………………..NIL…………………………………………………

SCHEDULE ‘D’
Extra schedule for specific : Special Conditions, Particular Specifications conditions
requirements/documents for the and /documents for the work, if any, attached herewith
work, if any. vide Page No. 33-52.

SCHEDULE ‘E’
Reference to General Conditions of contract. : GCC 2023 For MAINTANCE WORKS
(As modified & corrected up to date).

NAME OF WORK: A/R & M/O CGO complex at DF block, Salt Lake, Kolkata during 2024-25.
SH: Miscellaneous civil works.

Estimated cost of work: : 38,52,364.00

i) Earnest money : 77,047.00

ii) Performance Guarantee : 5% of tendered value.

iii) Security Deposit : 2.5% of tendered value.


OR
2.5% of tendered value plus 50% of PG for contracts
involving Maintenance of the building and services/
other work after Construction of same building and
services/other work.
The person/persons whose tender(s) may be
accepted (hereinafter called the contractor) shall
permit Govt. at the time of making any payment to
him for work done under the contract to deduct a
sum at the rate of 2.5% of the gross amount of each
running &final bill till the sum deducted will amount
to security deposit of 2.5% of the tendered value of
the work.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


13
SCHEDULE ‘F’
GENERAL RULES & DIRECTIONS:

Officer inviting tender : Executive Engineer, Kolkata-III, CPWD,


Salt Lake, Kolkata – 700064.

Maximum percentage for quantity of : See below


items of work to be executed beyond
which rates are to be determined in
accordance with Clauses 12.2 & 12.3
Definition
i) Engineer-in-Charge : Executive Engineer, Kolkata- III, CPWD,
Salt Lake, Kolkata – 700064.

ii) Accepting Authority : Executive Engineer, Kolkata-III, CPWD,


Salt Lake, Kolkata – 700064.

iii) Percentage on cost of material : 15%


and labour to cover all
overheads and profits.

iv) Standard Schedule of Rates : with up-to-date correction slips

v) Department : Central Public Works Department.

vi) Standard CPWD contract Form : C.P.W.D. FORM 7/8 GCC 2023 For
MAINTENANCE WORKS (as modified &
corrected up to date).
Clause 1
i) Time allowed for submission of : 7 (Seven) days
Performance Guarantee
Programme Chart (Time&
progress) and applicable labour
licenses, registration with
EPFO, ESIC & BOCW Welfare
Board or proof of applying
thereof from the date of issue
of letter of acceptance, in days.

ii) Maximum allowable extension : 3 (Three) days


with late fee @ 0.1% per day
of Performance Guarantee
amount beyond the period
provided in (i) above in days.

Clause 2
Authority for fixing compensation : Chief Engineer, Kolkata
under clause-2
Clause 2A
Whether Clause 2A shall be : No
applicable

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


14
Clause 5
Number of days from the date of : 10 (Ten) days
issue of letter of acceptance for
reckoning date of start.
Mile stone(s) of the work as per table given below :

Sl. Description of Mile Stone(s) Time allowed Amount to be withheld in


No (Physical) (from date of start) case of non-achievement
of milestones

--------------- Not applicable ------------------

Time allowed for execution of work : 06 (Six) Months

Authority to decide :

i) Extension of time : Executive Engineer, In-charge of work.

ii) Rescheduling of milestones : Not applicable.

iii) Shifting of Date of Start in case of : Executive Engineer, In-charge of work.


delay in handing over of site
Clause 6 : Applicable
[Electronic Measurement Book (EMB) through
CPWD ERP portal]
Clause 7
Gross work to be done together with net : 3.21 Lac.
payment/adjustment of advances for
material collected if any, since the last such
payment for being eligible to interim
payment.

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

Clause 10A
List of testing equipment to be provided by the contractor at site Lab :

----------------As required during execution of work.----------------------

Clause 10B(ii)
Whether Clause 10B (ii) shall be
applicable : Not applicable.
Clause 10 C : Not applicable.

Clause 10 CA : Not applicable.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


15

Sl. Materials Covered under Nearest Materials (other than Base Price of all the materials
No. this clause : cement, reinforcement bars covered under clause 10 CA
and structural steel)for which (w.e.f. November,2023)
All India Wholesale Price (Rate without GST)
Index to be followed:
1 Cement a) PPC
2 Reinforcement TMT Bars
(Fe-500D)
a) (Primary Producer)
3 a) Structural Steel

Clause 10 CC: Not Applicable.


Clause 11 Specifications to be followed for : C.P.W.D. Specifications 2019 Vol-I to II with
execution of work. up-to-date Correction Slips issued up to the
last date of receipt of tender and additional
conditions and Specifications as attached in
the Tender.
Clause 12 Type of Work: : A/R & M/O civil work

Clause: Deviation limit beyond which : For Maintenance Works:


12.2 & 12.3 clause 12.2 and 12.3 shall apply
for building work excluding
foundation.

Clause 12.5 (i) Deviation Limit beyond which : --- do ---


clauses 12.2 & 12.3 shall apply
for foundation work (except
earth work)
(ii) Deviation Limit for items in : --- do ---
earth work subhead on DSR or
related items.

Gross Value of work done : As per GCC’ 2023 with up to date correction
slip.

Clause 16 Competent Authority for deciding reduced rates.


Sub-standard work must be got rectified and if necessary, may be redone.
Acceptance of sub-standard work at reduced rate should be done only under
exceptional circumstances. Total value of items of agreement rate for which the
Superintending Engineer accepts sub-standard work in a contract shall not exceed
5% of the Contract value. In case, total value of such items exceeds 5%, prior
approval of Chief Engineer Concerned will be necessary.

Clause 19 As per GCC 2023 Maintenance works amended with up-to-date correction slips.
For this purpose, as laid down in Rule 4(3) of the Building and other Construction
Workers Welfare Cess Rule 1998, the contractor shall have to pay Cess @ 1% of
the gross value of work done by him, which shall be recovered from each running
bill including final bill of the work by the Engineer-in-charge. The amount so
deducted shall be transferred to the West Bengal Building and other Construction
Workers Welfare Board or any other designated office.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


16

Clause 19L The ESI and EPF contributions on the part of employer in respect of this contract
shall be paid by the contractor. These contributions on the part of the employer paid
by the contractor shall be reimbursed by the Engineer-in-charge to the contractor
on actual basis. The verification of deployment labour will be done through biometric
attendance system or any other suitable method by the Engineer in Charge. The
applicable and eligible amount of EPF & ESI shall be reimbursed preferably within 7
days but not later than 30 days of submission of documentary proof of payment
provided same are in order.

Clause 25 - Constitution of Dispute Redressal Committee (DRC):

Sl. For total Claims in dispute For total Claims in dispute


Constitution
no. more than 25.00 lakh up to 25.00 lakh
1 Chairman Chief Engineer, Kolkata, CPWD Director (TLCQA) / Director (Works),
(Other than under whose CPWD, Kolkata
jurisdiction the work falls)

2 Member Director (TLQA) / Director Two Executive Engineer other than EE


(Works), CPWD, Kolkata who is the under whose jurisdiction the work
Member Secretary. falls; one of whom is Executive
Engineer (Planning/HQ) who is also
the Member Secretary.
The Engineer in-charge of the work
presents the case, as a party to the
dispute, before DRC.

3 Member Superintending Engineer (Other


than under whose jurisdiction the
work falls). .…..
The SE in-charge of the work
presents the case, as a party to the
dispute, before DRC.

Clause 32 : Requirement of Technical Representative(s) and recovery Rate

Sl. Minimum Designation of Minimum Number Rate at which recovery


No Qualification of Technical Staff experience (of Major shall be made from the
Technical + Minor contractor in the event
Representative component) of not fulfilling provision
of Clause 36(i)
1 Graduate Project Manager 2 years 1 No Rs. 15,000/- per
Engineer cum Planning/ or month per person.
(Civil) Or Quality/Site/Billing 5 years
Diploma Engineer respectively
Engineer
(Civil)
Assistant Engineers retired from Government services who are holding Diploma will be treated at par
with Graduate Engineers.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


17

Clause 38 (i) (a) Schedule/statement for determining : As per additional


theoretical quantity of cement and specifications attached
bitumen on the basis of Delhi Schedule with NIT.
of Rates 2023 printed by C.P.W.D.

(ii) (ii) Variations permissible on theoretical


quantities:

a) Cement
For works with estimated cost put to
tender not more than Rs. 25 lakh. : 3% plus/minus.

For works with estimated cost put to : 2% plus/minus.


tender more than Rs. 25 lakh.

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


Nil on minus side.

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


sections for each diameter, section and
Category.

d) All other materials : NIL

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which recovery shall be made


Sl. Description of item from the Contractor Base Price in Schedule ‘F’ plus 10%.
No.

Excess beyond Less use beyond the permissible


Permissible variation variation

---------- Not Applicable ----------

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


18

On non-judicial stamp paper of minimum Rs. 100


(Guarantee offered by Bank to CPWD in connection with the
execution of contracts)
Form of Bank Guarantee for Earnest Money Deposit
/Performance Guarantee/Security
Deposit/Mobilization Advance
As per DG/CON/311 Dated 20.10.2020

1 Where as the Executive Engineer, ………………… (name of division)


……………………, CPWD on behalf of the President of India (hereinafter
called “The Government”) has invited bids under
...........................(NIT number). dated ..................... . for (name of work)
…………………………………………. The Government has further agreed to accept
Irrevocable Bank Guarantee for Rs............................ (Rupees.........................only)
valid upto .(date)* ........................ as Earnest Money Deposit ......................
(name and address of contractor) .....................(hereinafter called “the contractor”)
for compliance of his obligations in accordance with the terms and conditions of the
said NIT.
OR’*

Whereas the Executive Engineer ............. (name of division) ............., CPWD on


behalf of the President of India (hereinafter called “The Government”) has entered
into an agreement bearing number ......................... with ......................(name and
address of the contractor) ....................................................
(hereinafter called “the Contractor”) for execution of work . .... .................................
(name of
work) ...................................................... The Government has further agreed to
accept an irrevocable Bank Guarantee for Rs. ....................... (Rupees
................................. only) valid upto ........ (date) ............as Performance
Guarantee/Security Deposit/Mobilization Advance from the said Contractor for
compliance of his obligations in accordance with the terms and conditions of the
agreement.
2 We, ………………………………………………………………………………………..……
(indicate the name of the bank) ……………… (herein after referred to as “the
Bank”), hereby undertake to pay to the Government an amount not exceeding
Rs……………………(Rupees................... only) on demand by the Government within
10 days of the demand.
3 We, ……………… (indicate the name of the Bank) ………………, do here by undertake to
pay the amount due and payable under this guarantee without any demur, merely on a
demand from the Government stating that the amount claimed is required to meet the
recoveries due or likely to be due from the said Contractor. Any such demand made on the
Bank shall be conclusive as regards the amount due and payable by the Bank under this
Guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs……………… (Rupees………………only)
4 We, ……………… (indicate the name of the Bank) ………………, further undertake to
pay the Government any money so demanded notwithstanding any dispute or disputes
raised by the contractor in any suit or proceeding pending before any Court or Tribunal, our
liability under this Bank Guarantee being absolute and unequivocal. The payment so made
by us under this Bank Guarantee shall be a valid discharge of our liability for payment there
under and the Contractor shall have no claim against us for making such payment.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


19
5 We, …………………………………………….(indicate the name of the Bank)
………………further agree that the Government shall have the fullest liberty without our
consent and without affecting in any manner our obligation here under to vary any of the
terms and conditions of the said agreement or to extend time of performance by the said
Contractor from time to time or to postpone for any time or from time to time any of the
powers exercisable by the Government against the said contractor and to forbear or enforce
any of the terms and conditions relating to the said agreement and we shall not be relieved
from our liability by reason of any such variation or extension being granted to the said
Contractor or for any forbearance, act of omission on the part of the Government or any
indulgence by the Government to the said Contractor or by any such matter or thing
whatsoever which under the law relating to sureties would, but for this provision, have
effect of so relieving us.
6 We, ..................... (indicate the name of the Bank) .........................., further agree
that the Government at its option shall be entitled to enforce this Guarantee against
the Bank as a principal debtor at the first instance without proceeding against the
Contractor and notwithstanding any security or other guarantee the Government may
have in relation to the Contractor‘s liabilities.
7 This guarantee will not be discharged due to the change in the constitution of the Bank
or the Contractor.
8 We, ...................... (indicate the name of the Bank) ............................, undertake
not to revoke this guarantee except with the consent of the Government in writing.

9 This Bank Guarantee shall be valid up to ............................... unless extended on


demand by the Government. Notwithstanding anything mentioned above, our liability
against this guarantee is restricted to Rs. ........................ (Rupees ....................
only) and unless a claim in writing is lodged with us within the date of expiry or
extended date of expiry of this guarantee, all our liabilities under this guarantee shall
stand discharged.

Date:-. ……….

Witnesses:-

1. Signature……………………….. Authorized signatory


Name of address Name
Designation
Staff code no.
Bank seal

2. Signature……………………..
3. Name and address

*Date to be worked out on the basis of validity period of 90 days where only financial bids are
invited and 180 days for two/'three bid system from the date of submission of tender.

**In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for performance guarantee/security deposit/mobilization advance, as the case
may be.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


20

FORM OF EARNEST MONEY (BANK GUARANTEE)

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


submitted his tender dated ............. (date) for the construction of ..............................................
(name of work) (Hereinafter called "the Tender")
KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having
our registered office at ................................... (Hereinafter called "the Bank") are bound unto
................................................... (Name and division of Executive Engineer) (Hereinafter called
"the Engineer-in-Charge") in the sum of `. ......................... (Rs. in words
.................................................) for which payment well and truly to be made to the said
Engineer-in-Charge the Bank binds itself, his successors and assigns by these presents.

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

THE CONDITIONS of this obligation are:

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

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

(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of
tender document and Instructions to contractor, OR

(c) Fails or refuses to start the work, in accordance with the provisions of the contract and
Instructions to contractor, OR

(d) Fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee,
against Security Deposit after award of contract.

We undertake to pay to the Engineer-in-Charge up to the above amount upon receipt of his first
written demand, without the Engineer-in-Charge having to substantiates his demand, provided that
in his demand the Engineer-in-Charge will note that the amount claimed by his is due to him owing
to the occurrence of one or any of the above conditions, specifying the occurred condition or
conditions.

This Guarantee will remain in force up to and including the date * ……………….. after the deadline
for submission of tender as such deadline is stated in the Instructions to contractor or as it may be
extended by the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby waived.
Any demand in respect of this Guarantee should reach the Bank not later than the above date.

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

WITNESS .................. SEAL


(SIGNATURE, NAME AND ADDRESS)

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

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


21
FORM OF PERFORMANCE SECURITY (GUARANTEE)

BANK GUARANTEE BOND

1. In consideration of the President of India (hereinafter called "the Government") having


offered to accept the terms and conditions of the proposed agreement
between………………………………………and…...…..…………………………….. (Hereinafter called "the said
contractor(s)") for the work ……………………………………………………………………………. (Hereinafter
called "the said agreement') having agreed, to production of an irrevocable Bank Guarantee for
Rs……………….. (Rupees………………………………………..only) as a security/ guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and conditions in the
said agreement.

We ………………………………………...............……………….(hereinafter referred to as "as Bank")


(Indicate the name of Bank)

hereby undertake to pay to the Government an amount not exceeding Rs……………………….

(Rupees……………………………………………..…………………….only) on demand by the Government.

2. We…………………………………………………………………………do hereby (indicate the name of Bank)


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

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

4. We……………………..………………..…………………………………..…………further agree that


the(indicate the name of the Bank)

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

5. We……………………………………………..…………………………………….…… further agree with


(indicate the name of Bank)the Government that the Government shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder to vary any of
the terms and conditions of the said Agreement or to extend time of performance by the said
contractor(s) from time to time or to postpone for any time or from time to time any of the powers
exercisable by the Government against the said contractor(s) and to forebear or enforce any of the
terms and conditions relating to the said agreement and we shall not be relieved from our liability
by reason of any such variation, or extension being granted to the said contractor(s) or for any

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


22
forbearance, act of omission on the part of the Government or any indulgence by the Government
to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to
sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s).

7. We……………………………………………………………………………………….……………lastly undertake not


(indicate the name of bank)to revoke this guarantee except with the previous consent of the
Government in writing.

8. This guarantee shall be valid up to………………………………………………..unless extended on demand


by Government. Notwithstanding anything mentioned above, our liability against this Guarantee is
restricted to Rs. ……………………(Rupees………………………………………………………only) and unless a
claim in writing is lodged with us within six months of the date of expiry or the extended date of
expiry of this guarantee, all our liabilities under this guarantee, shall stand discharged.

Dated, the …………Day of…………………………….

For………………………………………………

(Indicate the name of the Bank).

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

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


23

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

BETWEEN

President of India represented through Executive Engineer, .....................................................


(Name of Division)

CPWD, ......................................................................., (Hereinafter referred as the


(Address of Division)

‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)

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

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


through ........................................................................................ (Hereinafter referred to as the
(Details of duly authorized signatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context
hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No. ................................) (hereinafter
referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure,
contract for…………………………………………………………..
.........................................................................................................................................
(Name of work)

Hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s)
and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and
Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesses as under:

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


24

Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family members, will
in connection with the Tender, or the execution of the Contract, demand, take a promise for or
accept, for self or third person, any material or immaterial benefit which the person is not legally
entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason.
The Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s)
the same information and will not provide to any Bidder(s) confidential / additional information
through which the Bidder(s) could obtain an advantage in relation to the Tender process or the
Contract execution.

(c) The Principal/Owner shall endeavor to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or
is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard,
the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary
actions as per its internal laid down policies and procedures.

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

1) It is required that each Bidder/Contractor (including their respective officers, employees and
agents) adhere to the highest ethical standards, and report to the Government / Department all
suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or
becomes aware, during the tendering process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption.
He commits himself to observe the following principles during his participation in the Tender process
and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise
or give to any of the Principal/Owner’s employees involved in the Tender process or execution of
the Contract or to any third person any material or
other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage
of any kind whatsoever during the Tender process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement
or understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further
the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain),
or pass on to others, any information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business details, including
information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(s)/ Contractor(s) of Indian Nationality shall
disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


25
behalf of the foreign principal or the foreign principal directly could bid in a tender but not both.
Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not
be allowed to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.

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

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

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in
fraudulent practice means a willful misrepresentation or omission of facts or submission of
fake/forged documents in order to induce public official to act in reliance thereof, with the purpose
of obtaining unjust advantage by or causing damage to justified interest of others and/or to influence
the procurement process to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision
through intimidation, threat or the use of force directly or indirectly, where potential or actual injury
may befall upon a person, his/ her reputation or property to influence their participation in the
tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have the
following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/
Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absolute right:

1)If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed
a transgression through a violation of Article 2 above or in any other form, such as to put his
reliability or credibility in question, the Principal/ Owner after giving 14 days’ notice to the contractor
shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or
terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future
contract award processes. The imposition and duration of the exclusion will be determined by the
severity of transgression and determined by the Principal/Owner. Such exclusion may be forever or
for a limited period as decided by the Principal/Owner.

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


disqualified the Bidder(s) from the Tender process prior to the award of the Contract or
terminated/determined the Contract or has accrued the right to terminate/determine the Contract
according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have
accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest
Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

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


Contractor, or of an employee or a representative or an associate of a Bidder or Contractor which
constitutes corruption within the meaning of Indian Penal code (IPC)/Prevention of Corruption Act,
or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform
the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


26

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government or
State Government or any other Central/State Public Sector Enterprises in India that could justify his
exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/ holiday listing of the
Bidder/Contractor as deemed fit by the Principal/ Owner.

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

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

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


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

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

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

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor
12 months after the completion of work under the contract or till the continuation of defect liability
period, whichever is more and for all other bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the
Competent Authority, CPWD.

Article 7- Other Provisions

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

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

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all he partners or
by one or more partner holding power of attorney signed by all partners and consortium members.
In case of a Company, the Pact must be signed by a representative duly authorized by board
resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this
Pact remains valid. In this case, the parties will strive to come to an agreement to their original
intensions.
5) It is agreed term and condition that any dispute or difference arising between the parties
with regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal
in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject
to arbitration.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


27
Article 8- LEGAL AND PRIOR RIGHTS

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

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and
date first above mentioned in the presence of following witnesses:

.................................................................
(For and on behalf of Principal/Owner)

.................................................................
(For and on behalf of Bidder/Contractor)

WITNESSES:

1..............................................................
(signature, name and address)

2. .............................................................
(signature, name and address)

Place:

Dated :

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


28

ANNEXURE - 38
(Refer SOP No. 5/30)
GUARANTEE BOND TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS
AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS

The Agreement made this ....................... day of ....................... two thousand .......................
between ....................... son of ....................... of ....................... (hereinafter called the
Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called Government of the
other part).

WHEREAS this agreement is supplementary to a contract (hereinafter called the Contract) dated
............. and made between the GUARANTOR of the one part and the Government of the other
part, whereby the Contractor, inter alia, undertook to render the buildings and structures in the said
contract recited completely water and leak-proof.

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

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will render
the structures completely leak-proof and the minimum life of such water proofing treatment shall
be five years to be reckoned from the date after the maintenance period prescribed in the contract.

Provided that the guarantor will not be responsible for leakage caused by earthquake or structural
defects or misuse of roof or alteration and for such purpose:
(a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of
firewood and things of the same nature which might cause damage to the roof;
(b) Alteration shall mean construction of an additional storey or a part of the roof or construction
adjoining to existing roof whereby proofing treatment is removed in parts;
(c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.

During this period of guarantee the guarantor shall make good all defects and in case of any defect
being found, render the building water-proof to the satisfaction of the Engineer-in-Charge at his
cost, and shall commence the work for such rectification within seven days from the date of issue
of the notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which the
work shall be got done by the Department by some other contractor at the GUARANTOR'S cost and
risk. The decision of the Engineer- in-Charge as to the cost, payable by the Guarantor shall be final
and binding.

That if GUARANTOR fails to execute the water proofing or commits breach thereunder then the
GUARANTOR will indemnify the Principal and his successors against all loss, damage, cost, expense
or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR
in performance and observance of this supplementary agreement. As to the amount of loss and/or
damage and/or cost incurred by the Government the decision of the Engineer-in-Charge will be final
and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the Obligor .............and by .............
and for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

Signed, sealed and delivered by OBLIGOR in the presence of-


1.
2.

Signed for and on behalf of THE PRESIDENT OF INDIA by ....................... in the presence of
1.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


29
TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER
COMPLETION IN RESPECT OF WATER SUPPLY AND SANITARY INSTALLATIONS
The agreement made this ___________________ day of __________ Two Thousand and
_________ between __________________________________ son of ______________________
(hereinafter called the GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter
called the Government of the other part.)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract)
dated _____________ and made between the GUARANTOR OF THE ONE PART AND the
Government of the other part, whereby the contractor inter alia, undertook to render the work in the
said contract recited structurally stable workmanship, finishing and use of sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said
work will remain structurally stable and guaranteed against faulty workmanship, finishing,
manufacturing defects of materials and leakages, etc.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable after expiry of maintenance period prescribed in the contract for the minimum
life of 02 (Two) year to be reckoned from the date after the expiry of maintenance period prescribed
in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect shall be
final.
During this period of guarantee, the guarantor shall make good all defects to the satisfaction
of the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got
done by the Department by some other contractor at the Guarantor’s cost and risk. The decision of
the Engineer-in-Charge as to the cost, payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects commit breach thereunder, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost expense or
otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR
in performance and observance of this supplementary agreement. As to the amount of loss and/or
damage and or cost incurred by the Government, the decision of the Engineer-in-charge will be final
and binding on both the parties.

IN WITNESS WHEREOF these presents, have been executed by the obligator


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

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

1. __________________________

2. __________________________
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY
_______________________________________
in the presence of:

1. __________________________

2. __________________________

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


30
TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER
COMPLETION IN RESPECT OF ALUMINIUM DOORS, WINDOWS VENTILATORS,
STRUCTURAL GLAZING & ALUMINIUM COMPOSITE PANEL WORKS

The agreement made this ___________________ day of __________ Two Thousand and
______________ between _____________________________ son of ______________________
(hereinafter called the GURANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter
called the Government of the other part.)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract)
dated _____________ and made between the GUARANTOR OF THE ONE PART AND the
Government of the other part, whereby the contractor inter alia, undertook to render the work in the
said contract recited structurally stable, leak proof and sound material, workmanship, anodizing,
colouring, sealing.
AND WHEREAS THE GURANTOR agreed to give a guarantee to the affect that the said work
will remain structurally stable, leak proof and guaranteed against faulty material and workmanship,
defective anodizing, colouring, sealing and finishing for two years to be reckoned from the date after
the expiry of maintenance period prescribed in the contract.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable, leak proof and guaranteed against faulty material and workmanship, defective
anodizing, colouring, sealing and finishing for two years to be reckoned from the date after the
expiry of maintenance period prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defects shall be
final.
During this period of guarantee, the guarantor shall make good all defects to the satisfaction
of the Engineer-in-charge at his cost and shall commence the work for such rectification within
seven days from the date of issue of the notice from the Engineer-in-charge calling upon him to
rectify the defects failing which the work shall be got done by the Department by some other
contractor at the Guarantor’s risk and cost without limited liability. The decision of the Engineer-
in-Charge as to the cost, payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects or commits breach thereunder, then
the guarantor will indemnify the principal and his successor against all loss, damage, cost expense
or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR
in performance and observance of this supplementary agreement. As to the amount of loss and/or
damage and/or cost incurred by the Government, the decision of the Engineer-in-charge will be final
and binding on both the parties.
IN WITNESS WHEREOF these presents, have been executed by the obligator
_______________________________ and _________________________ by

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


31
_____________________ for and on behalf of the PRESIDENT OF INDIA on the day, month and
year first above written.

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

1. __________________________

2. __________________________
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY
_______________________________________
in the presence of:

1. __________________________

2. __________________________

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


32

PART –B : Civil Work

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


33
SPECIAL CONDITIONS

The agency is advised to inspect the site before tendering.

1. Unless otherwise provided in the Schedule of quantities the rates tendered by the contractor
shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing
extra shall be payable to him on this account. Payment for centring, shuttering, however if required
to be done for floor-to-floor heights greater than 3.5 m. shall be admissible at rates arrived at in
accordance with clause-12 of the agreement if not already specified.

2. The contractor shall make his own arrangements for obtaining electrical service connection if
required and make necessary payments directly to the department concerned.

[Link] agencies doing works related with this project will also simultaneously execute the works
and the contractor shall afford necessary facilities for the same. The contractor shall leave such
necessary holes, openings etc. for laying/burying in the work pipes, cables, conduits, clamps, boxes
and hooks for fan clamps etc. as may be required for other agencies. Conduits for electrical
wiring/cables will be laid in a way that they leave enough space for concreting and do not adversely
affect the structural members. Nothing extra over the agreement rates shall be paid for the same.

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

(a) The building work will be carried out in the manner complying in all respects with the
requirements of relevant by-laws of the local body under the jurisdiction of which the work is to be
executed or as directed by the Engineer-in-Charge and nothing extra will be paid on this account.

(b) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should
conform to bye-laws and specifications of the Municipal Body/Corporation where C.P.W.D.
specifications are not available. The contractor should engage licensed plumbers for the work and
get the materials (fixtures/fittings) tested by the Municipal Body/Corporation Authorities wherever
required at his own cost.

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

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

[Link] cement slurry added over base surface (or) for continuation of concreting for better bond is
deemed to have been in built in the items and nothing extra shall be payable (or) extra cement
considered in consumption on this account.

[Link] of materials:
(a) Samples of various materials required for testing shall be provided free of charge by the
contractor. Testing charges, if any, shall be borne by the department. However in case samples fail
in testing, the testing charges if any shall be borne by the contractor. All other expenditure required
to be incurred for taking the samples; conveyance, packing etc. shall be borne by the contractor
himself.
[Link] structural and architectural drawings shall at all times be properly co-related before executing
any work. Any discrepancy noticed shall be brought to the notice of Engineer-in-Charge for his
decision. However, in case of any discrepancy in the item given in the schedule of quantities

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


34
appended with the tender and Architectural drawings relating to the relevant item, the former shall
prevail unless and otherwise given in writing by the Engineer-in-charge.

[Link] contractor shall bear all incidental charges for cartage, storage and safe custody of materials
issued by department or procured by the contractor and nothing extra shall be payable to the
contractor on their accounts.

[Link] full nomenclature of items shall be adopted in preparing abstract of final bill in the
measurement book and also in the bill form for final bill.

[Link] compliance of Clause 5.1 of GCC The contractor shall be responsible for any activity authorized
or unauthorized going on within the site area handed over to him by the department for construction,
development/maintenance or for any other purpose.

[Link] 15 days of award of work, the agency shall submit the method statement as how he
proposes to execute the work with quality and specification, sequencing of Item including Quality
assurance plan for approval of Engineer-in Charge.

13.A detailed program in the form of precedence network diagram is to be submitted to the Engineer
–in-Charge within 15 days of award of work. The programme chart should comply the milestone
given in Schedule F

14. (i) The contractor shall submit shop drawings of staging and shuttering arrangement and fire-
fighting works for approval of Engineer-in-Charge. The contractor shall also submit bar bending
schedule for approval of Engineer-in-Charge before execution and the Engineer-in-Charge shall be
competent to approve bar bending schedule.

The contractor, through his engineer, shall ensure quality construction in a planned and time bound
manner. Any sub-standard Material/Work beyond set out tolerance limits shall be summarily rejected
by the Engineer-in-Charge.

[Link] work shall be executed as per the programme approved by the Engineer –in- Charge and it
shall be so arranged as to have full co-ordination with other agencies executing building work. No
claim for idle labour shall be entertained, nor, any claim on account of the delay in completion of
the building work shall be liable.

[Link] shall be allowed 15 days mobilization from the date of issue of letter of award for the
work. During this period contractor will mobilize plant & equipment and complete other preliminaries
like approval of quarry, mix design, trial mix etc. No concreting shall be done until the mix-design is
approved by the Engineer –in-Charge. In case of change of source or characteristic properties of
the ingredients used in the concrete mix-design during the work, a revised concrete mix-design
conducted by laboratory approved &shall be submitted by the contractor as per the direction of the
Engineer –in-Charge. Nothing extra shall be paid on this account.

17. The contractor or his authorized representative should always be available at the site of work to
take instructions from department officers, and ensure proper execution of work.

[Link] work shall commence in the absence of contractor’s Engineers and they shall certifying writing
about the correctness of layout alignment of structure.
19. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid by the
contractor on all the boulders, metas, shingle, earth sand, bajri etc. collected by him for the
execution of the work directly to the concerned Revenue Authority of the State or Central
Government. His rates are deemed to include all such expenditure and nothing extra shall be paid.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


35
[Link] payment will be made to the contractor for damage caused by rains, or other natural calamity
during the execution of the works and no such claim on this account will be entertained.

21. The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to
the owners, tenants of adjacent properties and to the public in general and to prevent any damage
to such properties.

[Link] materials which are specified to be tested at the manufacture’s works shall satisfactorily pass
the test in presence of the authorized representative of Engineer-in-Charge before being used in the
work.

23. The work of electrification, horticulture and other internal and external services may be carried
out simultaneously by other agencies with the work being tendered for against the enclosed contract
documents. The contractor shall afford necessary facilities for the same.

[Link] of work :
All construction work shall be supervised by the contractor including his duly authorized
engineers/representatives. Contractor shall provide materials and workmanship to the best of
their representative kind, and shall be fully responsible for executing the work as per prescribed
specifications, latest BIS Codes of Practice and Drawings

25. Quality Control :


(a) Contractor shall be fully responsible for quality of work be executed as per prescribed
specification, relevant BIS codes and drawings.

(b) The Engineer-in-Charge will examine the work executed from the point of view of scope of work,
inventory of fittings and fixtures and specifications for the various items before the work is finalized.
If during any of the visit, use of sub-standard material or improper workmanship is noted by the
Engineer-in-Charge or his superiors, the same shall also be promptly rectified on getting a written
notice to do so.

26. Should there be any discrepancy due to incomplete description/ambiguity or omission in the
drawings and other documents, whether original or supplementary, forming the contract either
found on completion or during currency of the installation work, the contractor shall immediately,
on discovering the same, draw the attention of the Engineer-in-Charge, whose decision shall be final
and binding on the contractor.

27. The contractor will not have any claim in case of any delay by the Engineer-in-Charge for removal
of trees, shifting, raising, removing of telegraph, telephone or electrical lines overhead or
underground, water and sewer line and other structures etc. if any, which may come in the way of
the work. However, suitable extension of time can be granted to cover such delays.

28. Factory made materials & Items shall be procured only from reputed &approved manufacturer
or their authorized dealers.

29. The contractor will have to work according to the programme of the work, decided by the
Engineer-in-Charge. The contractor shall also construct a sample unit complete in all respect
within time specified by the Engineer-in- charge and this sample unit shall be got approved
from the Engineer-in-charge before mass construction is taken up. No extra claim what so
ever beyond the payments due at agreement rates will be entertained from the Contractor
on this account.

30. The contractor shall take instructions from the Engineer-in-Charge for stacking of materials
in any place. No excavated earth or building material shall be stacked over areas where
other buildings, roads, services of compound walls are to be constructed.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


36
31. If as per municipal rules the huts for labour are not to be erected at the site of work by the
contractors, the contractors are required to provide such accommodation as is acceptable to
local bodies and nothing extra shall be paid on this account.

32. Cement bags shall be stored in separate godown to be constructed by contractor at his own
cost as per sketch which is only indicative and actual size will depend on the site
requirements as per CPWD Specification 2009 (Vol.I to II). With up to date C.S and revised
CPWD Specification 2002 for cement concrete, cement mortar and R.C.C. work in pursuance
(IS: 456-2000) with weather proof roof and walls. Each go down shall be provided with a
single door with two locks. The keys of one lock shall remain with CPWD Engineer-in-Charge
of work and that of the other lock with the authorized agent of the contractor at the site of
work so that the cement is removed from the go down according to the daily requirement
with the knowledge of both the parties and proper account maintained in standard proforma.

33. The contractor shall be fully responsible for the safe custody of the materials even if the
materials are under double lock system.

34. The contractor shall bear all incidental charges for cartage, storage and safe custody of
materials and shall construct suitable go downs, yards at the site of work for storing all other
materials so as to be safe against damage by sun, rain, damages, fire, theft etc. at his own
cost and also employ necessary watch and ward establishment for the purpose at his cost.

35. All materials shall be got checked by the Junior Engineer-in-Charge of the works on receipt
of the same at site before use.

36. The agency has to follow up time frame for attending the complaints:

Sl. No. Complaint Description Time

1 Emergency (blocked drains, no power, no water, etc.) 06 hours.

2 Minor (cleaning of drains, water overflow, faulty switches, etc.) 03 days.

3 Major (repairs to doors, windows, plumbing, internal wiring, etc) 30 days.

4 Periodical (white washing, painting, cleaning water tanks, etc.) 60 days.

5 Upgradation (Type-I, II, III, and IV quarters) 60 days.

6 Upgradation (Type-V and higher type quarters) 75 days.

37. The agency has to execute the work in following sequences

1. Work out the quantity of dismantling, Bricks, Tiles, Wood, Plumbing,


painting/colour, plastering, work etc. should be intimate the Engineer-in-
charge.

2. Shade of the colour has to be get approved from the Engineer-in-charge.

3. Agency has to submit the drawing of pattern of different shaded tiles as per
choice of client department and as per direction of Engineer-in-charge after
taken over the site

4. 60% of theoretical quantity of the required materials including colour of


approved shade has to be brought at site after taken over the site.

The actual dismantling of Brick/Tiles/rubbing of old colour/plastering etc have to be


started duly after the compliance of above-mentioned para.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


37
CONDITIONS FOR CEMENT

(a) The contractor shall procure Portland Pozzolona Cement (PPC) (conforming to IS 1489 (Part 1)
1991), as required in the work, from reputed manufacturer of cement having a production capacity
of one million tons per annum or more, such as Ultra tech, ACC, Vikram, Shree Cement, Ambuja,
Jaypee Cement, J. K. Cement, Century Cement etc. as approved by Ministry of Industry, Government
of India, and holding license to use ISI certification mark for their product whose name shall be got
approved from Engineer-in-Charge. Supply of cement shall be taken in 50 Kg bags bearing
manufacturer’s name and ISI marking. Samples of cement arranged by the contractor shall be
taken by the Engineer-in-Charge and got tested in accordance with provisions of relevant BIS Codes.
In case test results indicate that the cement arranged by the contractor does not conform to the
relevant BIS codes, the same shall stand rejected and 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.

(b) In addition to Portland Pozzolona cement(PPC) as specified above, use of Portland slag cement
conforming to IS: 455 (Latest edition) is permitted for foundation work. Portland slag cement will
also be permitted for super structure works subjected to enhancement of striping time of " form
work" as per provision of para 11.3.1 of IS: 456-2000 vis-à-vis the curing time as per the decision
of the Engineer-in-Charge which shall be final and binding on the contractor. However, no extra
payment will be made on this account.

Portland Pozzolona Cement (PPC)conforming to IS 1489 (Part 1) 1991 is permitted for foundation
work and super structure works subjected to enhancement of striping time of “form work" as per
provision of para 11.3.1 of IS: 456-2000 vis-à-vis the curing time as per the decision of the Engineer-
in-Charge which shall be final and binding on the contractor.

The cement shall be brought at site in bulk supply as decided by the Engineer-in-Charge. The cement
godown of the capacity to store a minimum of 800 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 go down. The keys of one lock shall
remain with the Engineer-in-Charge or his authorized representative and the key of the other lock
shall remain with the contractor. The contractor shall be responsible for the watch & ward and
safety of the cement go down. The contractor shall facilitate for the inspection of the cement go
down by the Engineer-in-Charge at any time.

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

(i) By the contractor, if the results show that the cement does not conform to 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 clause 10 of the contract. The theoretical consumption of cement
shall be worked out as per procedure prescribed in clause 42 of the contract and shall be
governed by the conditions laid therein. In case the cement consumption is less than
theoretical consumption including permissible variation, recovery at the rate so prescribed
shall be made. In case of excess consumption no adjustment need to be made.

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.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


38

The damaged cement shall be removed from the site immediately by the contractor on
receipt of a notice in writing from the Engineer-in-charge. If he does not do so within 3 days
of receipt of such notice, the Engineer-in-charge shall get it removed at the cost of the
contractor.

The change of the brand of cement depending upon availability in local market, if needed
shall be got approved by competent authority prior to use.

CONDITIONS FOR USING PORTLAND POZZOLONA CEMENT (PPC)

1.0 General:

1.1 IS:456-2000 Code of Practice for Plain and Reinforced Concrete (as amended up to date) shall
be followed in regard to Concrete Mix Proportion and its production as under:

The concrete mix design shall be done as "Design Mix Concrete" as prescribed inclause-9 of IS: 456
mentioned above.

1.1.2 Concrete shall be manufactured in accordance with clause 10 of above mentioned IS:456
covering quality assurance measures both technical and organizational, which shall also necessarily
require a qualified Concrete Technologist to be available during manufacture of concrete for
certification of quality of concrete.

1.2 Minimum M25 grade of concrete shall be used in all structural elements made with RCC both
in load bearing and framed structure.

1.3 The mechanical properties such as modulus of elasticity, tensile strength, creep and
shrinkage of flyash mixed concrete or concrete using flyash blended cements (PPCs) are not likely
to be significantly different and their values are to be taken same as those used for concrete made
with OPC.

1.4 To control higher rate of carbonation in early ages of concrete both in flyash admixed as well
as PPC based concrete, water/ binder ratio shall be kept as low as possible, which shall be closely
monitored during concrete manufacture.

If necessitated due to low water/ binder ratio, required workability shall be achieved by use of
chloride free chemical admixtures conforming to IS: 9103. The compatibility of chemical admixtures
and super plasticizers with each set OPC, fly ash and/ or PPC received from different sources shall
be ensured by trials.

1.5 In environment subjected to aggressive chloride or sulphate attack in particular, use of flyash
admixed or PPC based concrete is recommended. In cases, where structural concrete is exposed to
excessive magnesium sulphate, flyash substitution content shall be limited to 18% by weight. Special
type of cement with low C3A content may also be alternatively used. Durability criteria like minimum
binder content and maximum water/binder ratio also need to be given due consideration in such
environment.

1.6 Wet curing period shall be a minimum of 10 days.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


39
CONDITIONS FOR STEEL

The contractor shall procure TMT bars of Fe 500D grade from primary producers such as SAIL, Tata
Steel Ltd, RINL, Jindal Steel & Power Ltd. And JSW Steel Ltd or any other producer as approved by
CPWD who are using iron ore as the basic raw material/input and having crude steel capacity of 2.0
Million tonnes per annum and above.

In case of non-availability of steel from primary producers the NIT approving authority may permit
use of TMT reinforcement bars procured from steel producers having Integrated Steel Plants(ISPs)
using iron ore as the basic raw material for production of crude steel which is further rolled into
finished shapes in-house having crude steel capacity of 0.5 Million tonnes per annum and more. A
separate list of producers for this category shall be approved by the ADG concerned for their sub
region under intimation to the Directorate, CPWD/CE, CSQ.

In case of non-availability of steel from Primary producers as well as ISPs then the NIT approving
authority may also permit use of TMT reinforcement bars procured from secondary producers. In
such cases following conditions should be followed-

a) The grade of the steel Fe500 to be procured shall be specified as per BIS 1786-2008.

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

c) The TMT bars procured from primary producers and ISPs shall conform to manufacture’s
specifications.

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

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

[Link] contractor shall have obtained and furnish test certificate to the Engineer-in-Charge in respect
of all supplies of steel brought by him to the site of work.

[Link] shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this
regard in relevant BIS codes. In case the test results indicate that the steel arranged by the
contractor does not conform to the specifications as defined under para (1) (d) & (1)(e) above, the
same shall stand rejected, and it shall be removed from the site of work by the contractor at his
cost within a week time or written orders from the Engineer-in-Charge to do so.

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

[Link] reinforcement (TMT bars) shall be stored by the contractor at site of work in such a way as
to prevent distortion and corrosion and nothing extra shall be paid on this account. Bar of different
sizes and length shall be store separately to facilitate easy counting and checking.

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

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


40
Size of bar For consignment below For consignment over
100 tonnes 100 tonnes
Under 10 mm dia bars One sample for each 25 One sample for each 40
Tonnes or part thereof Tonnes or part thereof
10mm to 16 mm dia bars One sample for each 35 One sample for each 45
Tonnes or part thereof Tonnes or part thereof
Over 16 mm dia bars One sample for each 45 One sample for each 50
Tonnes or part thereof Tonnes or part thereof

[Link] contractor shall supply free of charge the steel required for testing including its transporting
cost to testing laboratories. The cost of tests shall be borne by the contractor.

[Link] actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be
worked out as per procedure prescribed in clause 42 of the contract and shall be governed by
condition laid therein.

[Link] brought to site and steel remaining unused shall not be removed from site without the
written permission of the Engineer-in-Charge.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


41
PARTICULAR SPECIFICATIONS

1.0 GENERAL

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

The following modifications in the above specifications and some additional specifications shall
however apply:
All stone aggregate and stone ballast shall be of hard stone variety to be obtained from quarries
approved by the Engineer-in-Charge.

Sand to be used for cement concrete work, mortar for masonry and plaster work shall be of standard
quality. Sand shall be obtained from the source to be got approved from the Engineer-in-Charge
and screened as required. The same shall consist of hard siliceous material. It shall be clean sand.

Wherever any reference to any Indian Standard Specification occurs in the documents relating to
this contract the same shall be inclusive of all amendments issued their to revision thereof if, any,
up to the date of receipt of tenders.

Unless otherwise specified in the schedule of quantities the rates for all items of the work shall be
considered as inclusive of pumping out or bailing out water if required for which no extra payment
will be made. This will include water encountered from any source, such as rains, floods, and sub-
soil water label being high due to any other cause whatsoever. However, payment for
pumping/bailing out of water for one time will made as per Agreement item if ponding of water is
found at site at the time of start of work.

3.1 BRICK WORK.


Bricks shall be obtained from kilns approved by the Engineer-in-Charge and shall be of size 10”x5”x3”
instead of 22.9 cmx11. 4cm.x7.00cm. nominal mentioned in CPWD specification for works 2009 Vol.-
I to II with correction slips. Consequently, the thickness of brick walls will be measured in multiple
of 5” or 125 mm.

4.0 R.C.C. WORK.


4.1In respect of projected balconies, projected slabs at roof level and projected verandah, the
payment for the RCC work shall be made under the item of RCC Slabs, the payment for centering
and shuttering of such, items shall similarly be paid under the item of centering and shuttering of
RCC slab. Nothing extra shall be paid for the side shuttering at the edges of these projected
balconies and projected verandah. All the edges shall however be finished as per specifications and
nothing extra shall be paid for this.

4.2 FORM WORK

Basically, only steel shuttering shall be adopted in general. However, a combination of steel and
shuttering ply conforming to I.S: 848-1974 and I.S: 5539 may be allowed by the Engineer-in-Charge
in consideration of the special request of the contractor to maintain quality and speed of the work.
In such cases the use of shuttering ply shall be permitted only for circular columns, beam sides and
bottom and in other locations wherever it is felt necessary on account of difficulty in using steel
shuttering in such locations. But in other areas like slab, rectangular/square columns etc. steel
shuttering shall be invariably used. However, no extra payment or deduction will be admissible or
made for use of shuttering ply.

4.2.1 To maintain the quality and speed the contractors have to arrange and bring the shuttering
materials at site for execution of the works of one floor at a time.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


42
5.0 WOOD WORK
The samples of species of timber to be used shall be deposited by the contractor with the E.E.
before commencement of the work. The contractor shall produce cash vouchers and certificate
from standard kiln seasoning chemically pressure treatment plant operators about the timber
section to be used on the work having been kiln seasoned chemically pressure treated by them,
failing which it would not be to accept as kiln seasoned & chemically pressure treated.

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

6.0 STEEL WORK:

6.1 The steel doors, windows, ventilators and composite units shall be got fabricated in
workshop approved by the Chief Engineer concerned.

6.2 The M.S. plate clamps 15x6mm. thick for holding arrangements are to be provided and
added as per site conditions. The rate is inclusive of the cost of such clamps.

6.3 All welded steel work shall be tested for quality of weld as laid down in IS: 822 1970 before
actual erection, unless otherwise specified in the nomenclature of the item.

7.0 WATER SUPPLY SANITARY INSTALLATION

7.1 The S.C.I pipe and G.I pipe wherever necessary shall be fixed to RCC columns, beams etc.
with rawl plugs and nothing extra shall be paid for this.

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

7.3 Sunken Flooring: The rate of items of flooring is inclusive of providing sunk flooring in W.C,
bathrooms, kitchen etc. and nothing extra on this account is admissible.
VARIATION IN CONSUMPTION OF MATERIALS:
The variation in consumption of material shall be governed as per CPWD specification
and clauses of the contract to the extent applicable. The following specific clauses
shall govern the variation in consumption of pig lead.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


43
VARIATION IN CONSUMPTION OF PIG LEAD :

9.1 The pig lead for caulking of joints of SCI pipes shall be issued as per theoretical
consumption for SCI pipes of size 100mm, 75mm, 50mm at 0.98kg, 0.88kg, and
0.77 kg. per joint respectively. Over and above the theoretical quantities of lead as worked
out, variation of 5% shall be allowed for wastage etc. Any difference between the actual
consumption of pig lead and theoretical consumption worked out on the above basis i/c the
authorized variation shall be recovered at rates in schedule ‘B’ plus 10% in case material
issued by department. Where the pig lead is arranged by the contractor, in case variation
is on higher side 5% will be allowed. In case the variation is on lower side, the quantity of
pig lead used less shall be recovered from the contractor at market rate to be determined
by Engineer-in-Charge whose decision in the matter will be final.

The theoretical quantity of cement to be utilized in item of concrete involving use of single
aggregate and mixed by volume batching shall be computed on the basis of the co-efficient
for cement to be used in different items of the work provided in DSR 2012 reducing each of
the co-efficient by 5%. However, where the concrete is mixed by weight batching no such
reduction shall be made from theoretical co-efficient given in DSR -2014 for concrete with
crushed stone aggregate.

10. TESTING OF MATERIAL:


(a) The contractor shall procure all the materials in advance so that there is sufficient
time for testing and approving of the material and clearance of the same before
use in work.
(b) In case of concrete and reinforced concrete work, the contractor shall be required
to make arrangement for carrying out compression strength tests at his own cost.
He shall render all assistance for the preparation of cubes, safe custody of the
same proper curing and carriage up to the laboratory where the test is to be
performed. The cube tests can be performed at any laboratory approved by the
Engineer-in-Charge.

(c) Time allowed for execution of the work provided in clause 5 of Schedule ‘F’ is
inclusive of the time required for any kind of testing of materials and preparation
of Design mix of cement concrete for all R.C.C. work, time required for initial load
testing / routine load testing of piles and time required for testing of weld etc.

11.0 WARRANTY CARD WHEREVER APPLICABLE:


11.1 Wherever applicable, the product which comes with manufacturer’s warranty/guarantee shall
be availed by the agency and such warranty / guarantee should be handed over to the
Engineer – in – Charge.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


44

12.0 INTEGRAL WATER PROOF FINISHING:

12.1 The contractor must associate himself with the specialised firm to be approved by the
Engineer-in-Charge in writing, for integral cement-based water proofing treatment for sunken
floors and on roofs. 10 years guarantee in prescribed proforma to be supplied by the Engineer-
in-Charge must be given by the specialised firm, which shall be countersigned by the
contractor, in token of his overall responsibility. In addition, 10% (ten percentages) of the
cost of these items would be retained as guarantee to watch the performance of the work
done. However, half of this amount (withhold) would be released after five years. If the
performance of the work done is satisfactory. If any defect is noticed during the guarantee
period, it should be rectified by the contractor within seven days and if not attended to the
same will be got done by another agency at the risk and cost of the contractor. However, this
security deposit can be released in full, if bank guarantee of equivalent amount valid for 10
years is produced and deposited with the department. Before execution of the items of integral
water proofing treatment/finishing work, the contractor must submit the following details and
get the same approved by the Engineer-in-charge.

a) The name of the specialised firm


b) The trade names of the product which could be used.
c) List of works where this treatment has been used.
d) Quantity of chlorides and sulphides used in the product.
e) Rate/Rates quoted by the contractor shall include for all leads & lifts.

13.0 Condition by Water Proofing Treatment (APP)

(a) Laying of APP membrane shall be got done through authorized applicator of the
manufacturer of membrane duly approved by the Engineer-in-Charge in writing and as per
direction of the Engineer in Charge.

(b) The contractor must produce 5 years guarantee in prescribed proforma, and must be signed
by the contractor in token of his overall responsibility. In addition, 10% (Ten percentages) of
the cost of item No. – would be retained as guarantee to watch the performance of the
work done.

(c) However, half of this amount (withhold) would be released after 3 years, if the
Performance of the work done is satisfactory. If any defect is noticed during the
guarantee period, it should be rectified by the contractor within seven days and if not
attended to, the same will be got done by another agency at the risk and cost of the
contractor.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


45

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


46

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


47

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


48

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


49

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


50

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


51

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


52

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


53
LIST OF PREFERRED MAKES FOR CIVIL WORKS

Approved makes of materials to be used in the work are as under. In case of non-availability of these
makes, the Engineer-in-charge may allow use of alternative BIS makes of materials in the work.
Non-BIS marked materials may be permitted by the Engineer-in-charge if BIS make is not available.

No. Material description Approved Manufacturer / Brand Name


1 Ready Mix Concrete Plant. Ultratech Ready Mix Concrete Plant, ACC Ready Mix Concrete Plant.

2 Cement (PPC) ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee Cement,
Century Cement & J.K. Cement.
3 White Cement Birla White, J.K. White.
4 TMT bars – Fe 500D or more SAIL, Tata Steel Ltd, RINL, Jindal Steel & Power Ltd. and JSW Steel
Ltd
5 Water proofing compounds, Fosroc, ROFF/Dr. Fixit (Pidilite Industries), Garware, STP Ltd., Sika,
admixtures, plasticizer, super BASF, Ardex Endura & Perma Construction Aids Pvt. Ltd.
plasticizer, curing compounds
6 Integral water proofing Fosroc: Conplast 421, Dr. Fixit: LW+, Sika: Sikacim, Asian Paint:
compound with cement (for SmartCare Vitalia & equivalent product of BASF, Garware, STP Ltd.,
plaster & mortar) Ardex Endura & Perma Construction Aids Pvt. Ltd.
7 Water proofing compound for Fosroc: Bush Bond, STP Ltd.: Shalicrete, CICO: Tapecrete, Dr. Fixit:
bathroom/ toilet /balcony & Pidifine 2K, Garware, Sika: Topseal 107, Asian Paints: Damp Block
other wet areas 2K & equivalent product of BASF, Ardex Endura & Perma
Construction Aids Pvt. Ltd.
8 Crystalline water proofing Fosroc: Bushbond TGP, Dr. Fixit: Dr. Fixit Krystalline, Sika: Sika
compound 101h, Garware, Asian Paints: SmartCare & equivalent product of
BASF, Ardex Endura, STP Ltd., Perma Construction Aids Pvt. Ltd.
9 Grouts, Tile Adhesive Laticrete, STP Ltd., Kajaria, Garware, BASF, Perma, Ardex Endura,
Wurth, JK White.
10 Structural steel SAIL, Tata Steel, Rashtriya Ispat Nigam Ltd. (RINL), JSW Steel Ltd.,
Jindal Steel & Power Ltd.
11 Polycarbonate sheet GE Plastic, LEXAN & MG Polyplast, DPI Daylighting.
12 Profile steel sheet Ezydeck of TATA, Lloyd Superdeck, JSW, Jindal
13 Particle board Action TESA, Merino, Archidply & Orion Doors
14 Laminates Action TESA, Vibrant Laminate Pvt. Ltd., Greenlam, Century Ply,
Merino, Archidply, Virgo & Orion Doors
15 Flush door shutters Duro, Century, Durian, Archidply, GreenPly, JAYNA (Jain Wood
Industries), Jain Doors Pvt. Ltd., GREENPANEL. Note: Only ISI
marked flush door shutters to be used.
16 Fire rated doors Signum fire protection, ASES (Agni Suraksha), Saint Gobain, Shakti
Metdoor, NAVAIR, Promat, Thrislington, Pacific, Sukri & Bhawani. If
fire rated glass is integral part of fire rated door than it should be of
one of the following makes: Pyroguard, Saint Gobain, Asahi India,
Pilkington & Schott.
17 False ceiling system Armstrong, USG Boral, Saint Gobain, Aerolite, Diamond ceilings,
Interarch, Hi-steel of PR Ceiling Products, Hunter Douglas.
18 Plywood / Veneer GreenPly, Century, Merino, Durian, Archidply, GREENPANEL &
Orion Doors
19 Melamine polish Asian Paints melamine gold, Garware, Wudfin of Pidilite &
Timbertone of ICI Dulux.
20 Floor spring & door closer Godrej, Dormakaba, Dorset & Kich.
21 Aluminium section Hindalco, Jindal & Indian Aluminium Co.
22 Anodized aluminium hardware Kilong, Alualpha, Classic & Ebco.
(Heavy Duty)
23 Clear/Float/Frosted/Toughen Saint Gobain, AIS, Gold Plus & Modiguard
Glass/ Refractive Glass

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


54
24 Stainless steel railing, Jindal, Dormakaba, Kich, GEZE, Godrej & Hardwyn.
Accessories etc.
25 SS fittings for doors & window Jindal, Dormakaba, Kich, Dorset, Godrej, Ozone & Define
26 Silicon based water GE Plastics, Wurth, STP Ltd., Dow Corning, Waker, BASF & Pidilite
repellant/weather sealant (Dr. Fixit/Roff).
27 Poly-Sulphide Sealant Fosroc, STP Ltd., Pidilite (Dr. Fixit/Roff), Sika & BASF
28 Mosaic tiles/Chequered Tiles Ultra Tiles, NITCO, Hyper, Mayur & Pavcon
29 Glazed Ceramic Tiles Kajaria, NITCO, Orient Bell, RAK & AGL.
30 Glazed Vitrified Tiles (Antiskid / Kajaria, NITCO, Orient Bell, RAK, Adicon & AGL.
Matt / Polished)
31 Paver block & Kerb stone Instone, Pavcon, Hyper, Mayur, KK, Power, Sharda & Navya
32 Cement Based wall putty Asian Paints, Birla Wall Care, JK White.
33 Oil bound washable distemper / Asian Paints (Professional Acrylic Distemper), Nerolac: Beauty
dry distemper Acrylic Distemper, Berger: Bison Acrylic Distemper, Garware &
Dulux ICI: Maxilite
34 1st quality acrylic distemper ICI-Dulux, Asian Paints, Garware, Berger & Nerolac.
(washable/ ready mix / Low
VOC)
35 Acrylic emulsion paints Asian Paints: (Professional Premium Interior Emulsion Paint),
Garware, Nerolac: Beauty Gold, Berger: Rangoli Total Care & ICI
Dulux: Super Cover
36 Plastic emulsion paint Asian Paints: (Apcolite Heavy Duty Premium Emulsion Paint),
Garware, Nerolac: Impression, Berger: Easy Clean & ICI Dulux: 3 in
1
37 Premium acrylic emulsion paints Asian Paints : (Royale Luxury Emulsion), Garware, Nerolac :
(Interior) Impression, Berger : Silk & ICI Dulux : Velvet Touch
38 Textured exterior paint Asian Paints, Nerolac, Garware, Berger Paints, Ultratech Paints &
Luxture
39 Acrylic smooth exterior paint Asian Paints: (Apex/Professional Premium Exterior Emulsion),
Nerolac: XL, Berger: Weather Coat, Garware & ICI Dulux: Weather
Shield,
40 Premium acrylic smooth exterior Asian Paints: Apex Ultima, Nerolac: XL total, Garware, Berger:
paint with silicon additive Weather Coat all Guard & ICI Dulux: Weather Shield Max
41 Synthetic Enamel Paint Asian Paints: Apcolite Premium Gloss Enamel, Nerolac: Synthetic Hi
gloss, Garware Berger: Luxol Hi gloss & ICI Dulux: Gloss Synthtic
enamel.
42 Cement Primer Nerolac, Berger (BP white), Garware, STP Ltd., Asian (Decoprime
WT) & ICI (White primer).
43 Steel primer (Red Oxide Zinc Asian Paints, Nerolac, Garware, Berger & ICI
Chromate Primer)
44 Wood primer Asian Paints (wood primer – White/Pink), Garware, Berger, ICI &
Nerolac
45 Epoxy paint Asian Paints, STP Ltd., Nerolac, Berger, ICI, Kansai & Akzo Nobel

46 Fire paint Asian Paints, STP Ltd., Akzo Nobel, Wurth PROMAT & JOTUN
47 GI/MS Pipe Tata, Jindal, Jindal (Hisar) & Prakash Surya
48 GI Fittings Unik, AVR, HB & Zoloto
49 HDPE Pipes Reliance, Jain Pipes, ORIPLAST & Supreme
50 DI Pipes & fittings Electrosteel, Jindal, TATA DUCTURA & Kesoram
51 uPVC pipe and fittings Astral, Supreme, Prince, M/s Skipper Ltd., Ashirwad & Prayag
Polymers Pvt. Ltd., Hindware.
52 SW Pipes (BIS approved) Anand, Parry & Perfect
53 Centrifugally Cast (Spun) Iron Hepco, NECO, BIC, SKF, Raj Pattern Makers & Founders Pvt. Ltd.
Pipes & Fittings /Hubless pipes or any other ISI marked make.
& fittings
54 CI Manhole covers, frames & GI Hepco, NECO, BIC, SKF or any other ISI marked make
Gratings

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


55
55 SFRC Manhole covers & Hepco, NECO, KK, JAIN & PARGATI
gratings
56 CP brass fittings (Superior Jaquar, Groh, PLATO, Prima, Roka, Player & Kingston.
Range)
57 CP brass fittings (Normal ESSCO (by Jaquar), PLATO, Prima, Parryware, CERA, Kerovit
Range) (Kajaria), Johnson, Prayag Polymers Pvt. Ltd., Player & Kingston.
58 Sanitary ware, fittings & Kerovit (Kajaria), Prima, CERA, PLATO, Jaquar, Parryware,
accessories Hindware & Prayag Polymers Pvt. Ltd.
59 Mirror glass Atul, Modi Guard, Gold Plus & Golden Fish
60 CPVC Pipe & fitting Astral, Supreme, Prince, M/s Skipper Ltd., Ashirwad & Prayag
Polymers Pvt. Ltd., Hindware.
61 Stainless steel sink Silver Shine (Bluestar Sanitary Industries Pvt. Ltd.), Prima, PLATO,
Neelkanth, Niralli, AMC, Jyna & Prayag Polymers Pvt. Ltd.

62 FRP doors shutters & frame Jayna, Fiberways, Jain Doors Pvt. Ltd. & Selected Product Co.
63 Extruded polystyrene insulation Dowcorning, Supreme, Texas & Analco
board
64 Gypsum plaster Ferrous Crete, Gyproc Saint Gobain, Ultra Tech & JK White
65 Floor hardener Ironite, Perma, STP Ltd., Ferrok & Hardonate
66 Modular Expansion Joint Herculus, Sanfield India Ltd & Vexcolt
67 Glass Wool Dow Corning, UP Twiga & Isover
68 uPVC door/window/ventilator Fenesta, Komerling, Rheau, Veka, Duroplast, Aluplast & Advika
Profiles Pvt. Ltd. (Advika Fenster) (Fabrication and installation will
be done by profile manufacturer or his authorized fabricator).
69 uPVC doors and window Roto, Dorset, DNV Accado & Kinlong
hardware
70 AAC block Adhesive UltraTech, Perma, Ardex Endura, Home sure/Build well & Ferrous
Crete, MYK Latcrete.
71 PVC Water Tank Sintex, Patton & Vectus
72 AAC Block TATA, Excel, MAX Blocks, UltraTech, HIL, BILTECH ACE & Gravit.

73 Modular Kitchen Godrej, Evok by Hindware


74 Aluminum shuttering Knest, S-form, Durand Forms (India) Pvt. Ltd. & Mivan
75 Dash fasteners /Anchors Wurth, Hilti, Bosch & Fischer
76 MBBR reactor, Multi grade Degremont, OSDPL, Thermax & ION Exchange
Filter & Activated Carbon Filter
77 MBBR media Cooldeck, MM Aqua, Eco Aqua & Ion Exehange
78 Solid PVC Door Frames & Polyline, Sintex, Plasto Green, Duroplast & Rajshri Plastiwood
Shutters
79 Aluminium Composite Panel Alstrong, Aludecor & Timex
80 Toilet Cubical with HPL board Merino Industries Limited, Greenlam Industries Ltd.
& SS fittings of grade SS-316

All fitting shall have ISI marked on its body wherever applicable.
Note :- Chief Engineer, Kolkata, CPWD, Kolkata reserves the right to add or delete any
materials and Brands in the list of approved materials/brands. Unless otherwise
specified in the tender document, all the materials which are ISI marked shall be used
in the work and if the ISI marked materials are not available, materials confirming to
ISI shall be used, and for materials which are neither BIS marked nor confirm to BIS,
the manufacturer’s specification shall be used with prior approval of Engineer-in-
charge.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III


56

Proforma for Quoting The Rates

Central Public Works Department

NIT No.: 329/NIT/EE-KOL-III/CPWD/2024-2025

Name of work: - A/R & M/O CGO complex at DF block, Salt Lake, Kolkata during 2024-
25. SH: Miscellaneous civil works.

Estimated Cost put to tender ( ) 38,52,364.00

Proforma for Quoting the Rates

Name of the Contractor


Sr. Name of Estimated Cost in Percentage % in Total Cost
No. component above or Figures in
below the
estimated
cost

1 Civil Work 38,52,364.00

Total Cost 38,52,364.00

1. Only one of the options is to be filled. More than one option shall be rejected.
2. Rate filled in any form shall be considered only in % age.
3. Rate filled at any other place in the document shall not be considered
4. No condition shall be accepted.

Correction = Nil, Insertion Nil, Omission = Nil. EE-KOL-III

You might also like