[go: up one dir, main page]

0% found this document useful (0 votes)
177 views56 pages

NIT-06, - SPL

Uploaded by

jjayakumar_vj
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)
177 views56 pages

NIT-06, - SPL

Uploaded by

jjayakumar_vj
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 56

CENTRAL PUBLIC WORKS DEPARTMENT

OFFICE OF THE ASSISTANT ENGINEER 3


CHENNAI 1 DIVISION, CHENNAI

NOTICE INVITING E-TENDER

NIT NO: - 06/EE/C1D/AE(C)-3/CPWD/CHENNAI/2024-2025

Name of Work : Annual Repair and Maintenance of Office Building and


other premises of Special Bureau Campus at Kallikuppam,
During 2024 – 2025.

Estimated Cost : 5,67,768/-

Time Limit : 12 (Twelve) Months

Performance Guarantee : 5% of Tendered Amount

Security Deposit : 2.5% of Tendered Amount

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[1]
INDEX

NIT NO: - 06/EE/C1D/AE(C)-3/CPWD/CHENNAI/2024-2025

NAME OF WORK: Annual Repair and Maintenance of Office Building and other
premises of Special Bureau Campus at Kallikuppam, During 2024 –
2025.

Sr. No. Description Page No.


1 Percentage Rate NIT 01
2 Index 02
3 Press notice 03
4 Part – A 04
5 Information & instruction for bidders for e- tendering 05
6 Instruction to contractor 06
7 List of documents to be scanned and uploaded within the period of
07
tender submission
8 EMD Receipt 08
9 Notice inviting tender for e- tendering- CPWD- 6 09
10 Percentage rate tender & contract for work- CPWD- 7 17
11 Proforma of schedule for civil component 19
12 ANNEXURE- I Equipments for testing of materials & concrete at site
24
laboratory
13 ANNEXURE- II Plant & equipment required to be owning / taking
26
on lease by the contractor
14 Form of bank guarantee for earnest money deposit / performance
27
guarantee/ security deposit/ mobilization advance
15 Form J 29
16 Part- B 30
17 General conditions (civil) 31
18 Additional conditions for civil work 35
19 Special conditions for steel reinforcement bars 39
20 Additional conditions and particular specification for CC/ RCC Work
42
(design mix concrete)
21 Particular Specification And Additional Conditions For Water
48
Proofing Work
22 Guarantee to be executed by contractor for removal of defects
49
after completion of work in respect of water proofing works
23 Part – C 51
24 Schedule of quantity (CIVIL) 52-55
25 Percentage schedule for vendors 56
This NIT contains From Pg. No.01 to Pg. No. 56 Only
Assistant Engineer- 3/1,
C1D, CPWD, Chennai- 40

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[2]
PRESS NOTICE
CENTRAL PUBLIC WORKS DEPARTMENT
(162 YEARS OF Engineering Excellence)
NOTICE INVITING e-TENDERS

The Assistant Engineer (C), Sub Division 3, Chennai 1 Division, CPWD, Chennai, (Phone: +04426158593,
Email ID- ae3thirumangalam@gmail.com) on behalf of the President of India invites online percentage
rate e-tenders from CPWD enlisted contractors of appropriate class in composite category in Single bid
system (Financial) for the following work:-

NIT No. 06/EE/C1D/AE(C)-3/CPWD/CHENNAI/2024-2025

Name of Work Annual Repair and Maintenance of Office Building and other premises
of Special Bureau Campus at Kallikuppam, During 2024 – 2025.
Estimated Cost Rs.5,67,768/-

Earnest money Rs. 11,355/-

Time of completion 12 (Twelve) Months

Last time & date of Upto 03:00 PM on 09/08/2024


submission of Bid

The tender forms and other details can be obtained/downloaded from the website
www.tenderwizard.com/CPWD or
www.cpwd.gov.in. The Press Notice is also available on www.eprocure.gov.in

* To be filled by the Assistant Engineer

Assistant Engineer (C)


CSD 3, C1D, CPWD, Chennai.

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[3]
PART-A

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[4]
INFORMATION & INSTRUCTIONS FOR BIDDERS FOR e-TENDERING
FORMING PART OF BID DOCUMENT & TO BE POSTED ON WEBSITE

The Assistant Engineer (C), Sub Division 3, Chennai 1 Division, CPWD, Chennai, (Phone: +04426158593,
Email ID- ae3thirumangalam@gmail.com) on behalf of the President of India invites online percentage
rate e-tenders from CPWD enlisted contractors of appropriate class in composite category in Single bid
system (Financial) for the following work:-

bid, copy of Declaration of EMD in


Last date of online submission of

Form F1and other documents as


work(in
of

Date and Time of opening of bid


specified in the bid document
Period
Estimated cost

Earnest Money
Sl. NIT Name of Work & location

of
No No

Completion
Stipulated

months)
Annual Repair and Maintenance of Office
Building and other premises of Special Bureau
06/EE/C1D/AE(C)-3/CPWD/CHENNAI/2024-2025

Campus at Kallikuppam, During 2024 – 2025.

09/08/2024 up to 15.00Hrs

09/08/2024 - 15.30Hrs
12 (Twelve) Months
Rs. 11,355/-
Rs.5,67,768/-

* To be filled by the Assistant Engineer.

Assistant Engineer (C)


CSD 3, C1D, CPWD, Chennai.

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[5]
INSTRUCTIONS TO CONTRACTOR
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 is in possession of all the documents required.
2. Information & Instructions for bidders posted on website shall form part of bid document.

3. Bid document consisting of plans, specifications, SOQ of various types of items to be executed and
set of terms and conditions of contract to be complied with & other necessary documents can be
seen & downloaded from website www.tenderwizard.com/CPWD or www.cpwd.gov.in at free of
cost.
4. The bid can only be submitted after deposition of original EMD either in office of Assistant
/Executive Engineer inviting bids or Subdivision/ Division office of any Assistant/ Executive
Engineer, CPWD within the period of bid submission and uploading the mandatory scanned
documents such as Demand Draft or Pay order or Bankers Cheque or Deposit at call Receipt or
Fixed Deposit Receipts and Bank Guarantee of any scheduled Bank towards EMD in favour of
Executive Engineer, Chennai 1 Division, CPWD, Chennai, receipt for deposition of original EMD to
Subdivision/ Division office of any Assistant/ Executive Engineer (including NIT issuing EE/AE),
CPWD and other documents as specified.
5. Those contractors not registered on website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process.
6. 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. Contractor can upload documents in the form of JPG format and PDF format.
9. Contractor must ensure to quote rate in prescribed column(s) meant for quoting rate in figures
appears in yellow colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of cells a warning appears that if any cell is left blank same
shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by bidder, rate of
such item shall be treated as “0” (ZERO).
However, If a tenderer quotes nil rates against each item in item rate tender or does not quote any
% above/below on the total amount of the tender or any section/ sub head in percentage rate
tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.
10. The Department reserves right to reject any prospective application without assigning any reason
& to restrict list of qualified contractors to any number deemed suitable by it, if too many bids are
received satisfying laid down criterion

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[6]
List of Documents to be submitted by the tenders in various forms to be scanned and uploaded in JPG
format or PDF format within the period of tender submission:
a. Enlistment Order of the Contractor
b. Copy of receipt for deposition of original Earnest Money Deposit (EMD) to division office of any
Executive Engineer, CPWD (Annexure I).
c. Copy of Earnest Money Deposit (EMD)

d. GST Registration Certificate of the State in which the work is to be taken up, if already obtained
by the bidder.

 If the bidder has not obtained GST registration in the State in which the work is to be taken up, or
as required by GST authorities then in such a case the bidder shall scan and upload following
undertaking along with other bid documents.

 “lf work is awarded to me, I/we shall obtain GST registration Certificate of the State, in which
work is to be taken up, within one month from the date of receipt of award letter or before
release of any payment by CPWD, whichever is earlier, failing which I/We shall be responsible for
any delay in payments which will be due towards me/us on account of the work executed and/or
for any action taken by CPWD or GST department in this regard.”

e. Notarized Affidavit of ‘Non-black listing’ by CPWD/State/Central departments/PSU/Autonomous


bodies as per Form “J” Not older than two months from the date of Notice inviting tender).

f. The bidders have to submit an undertaking that “I/we will either obtain valid electrical license at
the time of execution of electrical work or associate contractors having valid electrical license of
eligible class.

Document to be submitted after acceptance of bid:

a) Licenses/Registrations or proof of applying for labour licenses, registration with EPFO, ESIC

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[7]
PRESCRIBED FORMAT OF RECEIPT OF DEPOSITION OF ORIGINAL EMD

Receipt of deposition of original EMD ( Receipt No ---------------/ Date ----------------------------- )

1.Name of Work: Annual Repair and Maintenance of Office Building and other of
Special Bureau Campus at Kallikuppam, During 2024 – 2025.

3. NIT No: 06/EE/C1D/AE(C)-3/CPWD/CHENNAI/2024-2025


4. Estimated Cost : Rs. 5,67,768/-
5. Amount of EMD : Rs. 11,355/-
6. Last Date of Submission of bid : 09/08/2024 at 15.00hrs

PRESCRIBED FORMAT TO BE FILLED BY EMD RECEIVING EE

1. Name of Contractor :

2. Form Of EMD :

3. Amount of EMD :

4. Date of Submission of EMD :

Signature of: Name and Designation of EMD Receiving officer

CPWD-6
Corrections- Nil Omissions- Nil Insertions- Nil
AE (C), CSD 3, C1D, CPWD
[8]
Government of India
Notice Inviting Tender for e-Tendering

1. Percentage rate tenders are invited on behalf of President of India from approved and eligible
contractors of CPWD for the following work:

Name of Work: Annual Repair and Maintenance of Office Building and other premises
of Special Bureau Campus at Kallikuppam, During 2024 – 2025.

The enlistment of the contractors should be valid on the last date of submission of bids.

In case the last date of submission/opening of bid is extended, the enlistment of contractor should
be valid on the original date of submission of bids.

1.1 The work is estimated to cost Rs.5,67,768/- This estimate, however, is given merely as a
rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major
discipline will consolidate NITs for calling the bids. He will also nominate Division which
will deal with all matters relating to the invitation 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.

1.2 Intending bidders is eligible to submit the bid provided he has definite proof from the
appropriate authority, which shall be to the satisfaction of the competent authority, of
having satisfactorily completed similar works of magnitude specified below:-

1.2.1 Conditions for Non-CPWD registered contractors only, if bids are also open to non-CPWD
Contractors.
For works estimated cost upto tendering limit of class -I Buildings & Roads (erstwhile
Composite/ Building/ infrastructure) category Contractor (However, for Horticulture
category, it may be modified as per bidding limit of CPWD class I contractors of
Horticulture category).

i) Three similar works each of value not less than Rs...................... or two similar
works each of value not less than Rs...................... or one similar work of value
not less than Rs...................... (all figures rounded to nearest convenient figure)
during the last 7 years ending last day of the month previous to the one in which
tenders are invited.

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[9]
ii) For EPC tender under Mode- l/ll only (Applicable for CPWD enlisted contractors of
appropriate class also).

One completed work costing not less than Rs. …. executed with the structural
system technology as proposed by bidder in the letter of transmittal during the
last 7 years ending last day of the month previous to the one in which tenders are
invited. This work can be part of eligible work at 1.2.1 (i) above or as a separate
work.

Note:-
For works costing above tendering limit of class -II Buildings & Roads(erstwhile
Composite/ Building/ infrastructure)category contractors but upto tendering limit
of Class-I Buildings & Roads(erstwhile Composite/ Building/
infrastructure)category Contractor ( However, for Horticulture category, it may
be modified as per bidding limit of CPWD class II and CPWD Class I contractors
respectively of Horticulture Category) when bids are open to non-CPWD
contractors also, then class II contractors of CPWD registered shall also be eligible
if they satisfy the eligibility criteria specified in 1.2.1 above.

1.2.2 Criteria of eligibility for CPWD as well as non-CPWD contractors, For works estimated to
cost above the tendering limit of class -I (Super) Buildings & Roads (erstwhile Composite/
Building/ infrastructure) category Contractor (However for Horticulture category, it may
be modified as per bidding limit of CPWD class I contractors of Horticulture Category).

(a) Three similar works each of value not less than Rs..................... or two similar works
each of value not less than Rs..................or one similar work of value not less than
Rs.......................(all figures rounded to nearest convenient figure ) during the last 7
years ending last day of the month previous to the one in which tenders are invited.

(b) For EPC tender under Mode- l/ll only (Applicable for CPWD enlisted contractors of
appropriate class also).

One completed work costing not less than Rs …………..executed with the structural
system technology as proposed by bidder in letter of transmittal during the last 7
years ending last day of the month previous to the one in which tenders are invited.
This work can be part of eligible work at 1.2.2 (i) above or as a separate work.

The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum, calculated from the date of
completion to the last date of submission of bid. This is applicable for 1.2.1 as well as
1.2.2 (Para 1.2.1(i) and Para 1.2.2(i) are not applicable for CPWD enlisted contractors of
appropriate class. Para 1.2.1(ii) and Para 1.2.2(ii) are also applicable for CPWD enlisted
contractors of appropriate class).

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[10]
To become eligible for issue of bid, the bidders shall have to furnish an affidavit as
under:-
I/We undertake and confirm that eligible similar works(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 bidding 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. (Scanned copy to be
uploaded at the time of submission of bid)

1.2.3 When bids are invited from non CPWD contractors and CPWD class II contractors as per
provisions of clause 1.2.1 above, it will be mandatory for non CPWD contractors and
CPWD class-II contractors to upload the work experience certificate(s) and the affidavit as
per the provisions of clause 1.2.2.

But for such bids, Class-I contractors of CPWD are eligible to submit the bids without
submission of work experience certificate and affidavit. Therefore, CPWD class-I
contractors shall upload two separate letters for experience certificate and affidavit that
these documents are not required to be submitted by them. Uploading of these two
letters is mandatory otherwise system will not clear mandatory fields.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 7 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also available
on website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of
the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 12 (Twelve) 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 is available


OR

The site for the work shall be made available in parts as specified below:-
…………………………………………………………………………………….
5. The architectural and structural drawings shall be made available in phased manner, as per
requirement of the same as per approved programme of completion submitted by the contractor
after award of work. The bid document consisting of plans, specifications, the schedule of
quantities of various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents except Standard General Conditions
of Contract Form can be seen from the web Site www.tenderwizard.com/CPWD
orwww.cpwd.gov.in free of cost.

6. After submission of the bid the contractor can re-submit revised bid any number of times but
before last time and date of submission of tender as notified.
Corrections- Nil Omissions- Nil Insertions- Nil
AE (C), CSD 3, C1D, CPWD
[11]
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 components) but before last time and date of
submission of tender as notified.

8. When bids are invited in three stage system and if it is desired to submit revised financial bid then
it shall be mandatory to submit revised financial bid. If not submitted then the bid submitted
earlier shall become invalid.

9. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker's Cheque or Bank Guarantee (for balance amount as prescribed) from any of the
Commercial Banks(drawn in favour of Executive Engineer, Chennai 1 Division, CPWD, Chennai)
shall be scanned and uploaded on the e-Tendering website within the period of bid submission.
The original EMD should be deposited either in the office of Executive/ Assistant Engineer inviting
bids or division/ Sub division office of any Executive/ Assistant Engineer, CPWD within the period of
bid submission. The EMD receiving Executive/ Assistant Engineer (including NIT issuing EE/AE) shall
issue a receipt of deposition of earnest money deposit to the bidder in a prescribed format
(enclosed) uploaded by tender inviting EE in the NIT.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum
50% of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape
prescribed above, and balance may be deposited in shape of Bank Guarantee of any Commercial
bank having validity for a period of 90 days for single bid works and 180 days for two bid system or
more from the last date of receipt of bids which is to be scanned and uploaded by the intending
bidders.
The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of
the successful bidder, whichever is earlier. However, in case of two/ three bid system, earnest
money deposit of bidders unsuccessful during technical bid evaluation etc. should be returned
within 30 days of declaration of result of technical bid evaluation.
Copy of Enlistment Order and certificate of work experience and other documents as specified in
the notice inviting e- tender shall be scanned and uploaded on the e-Tendering website within the
period of bid submission. However, certified copy of all the scanned and uploaded documents as
specified in e- tender notice shall have to be submitted by the lowest bidder within a week
physically in the office of tender opening authority. Online bid documents submitted by intending
bidders shall be opened only of those bidders, whose original EMD deposited with any division of
CPWD and other documents scanned and uploaded are found in order.

The bid submitted shall be opened at 03:30 PM on 09/08/2024

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[12]
10. The bid submitted shall become invalid and e-Tender processing fee (if applicable) shall not be
refunded, if:
 The bidder is found ineligible.
 The bidder does not upload scanned copies of all the documents stipulated in the bid document.
 If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hard copies as submitted physically by the lowest bidder in the office of tender opening
authority.
 If a tenderers quote nil rates against each item in item rate tender or does not quote any
percentage above/ below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as
lowest tender.

11. The contractor whose bid is accepted will be required to furnish performance guarantee 5% of the
tendered amount as mentioned in schedule E and within the period specified in Schedule F. This
guarantee shall be in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed
Deposit Receipt or Bank Guarantee from any of the Commercial Banks in accordance with the
prescribed form.. In case the contractor fails to deposit the said performance guarantee within the
period as indicated in Schedule 'F', including the extended period if any, the Earnest Money
deposited by the contractor shall be forfeited automatically without any notice to the contractor.
The 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 and BOCW Welfare Board including Provident Fund Code No. If
applicable and also ensure the compliance of aforesaid provisions by the subcontractors, if any
engaged by the contractor for the said work within the period specified in Schedule F.

12. The description of the work is as follows:


Annual Repair and Maintenance of Office Building and other premises of Special Bureau Campus
at Kallikuppam, During 2024 – 2025.
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation
they may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidders shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of a bid by a bidders
implies that he has read this notice and all other contract documents and has made himself aware
of the scope and specifications of the work to be done and of conditions and rates at which stores,
tools and plant, etc. will be issued to him by the Government and local conditions and other factors
having a bearing on the execution of the work.
Corrections- Nil Omissions- Nil Insertions- Nil
AE (C), CSD 3, C1D, CPWD
[13]
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 bidder 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 as Divisional Accountant or as an officer in any capacity between
the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate
the names of persons who are working with him in any capacity or are subsequently employed by
him and who are near relatives to any 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 gazette rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is allowed to work
as a contractor for a period of one year after his retirement from Government service, without the
prior permission of the Government of India in writing. This contract is liable to be cancelled if
either contractor or any of his employees is found any time to be such a person who had not
obtained permission of Government of India as afore said before submission of tender/
engagement in contractor’s service.
18. The bids for the work shall remain open for acceptance for a period of 30 (Thirty) days from the
date of opening of bids in case of single bid system. Further,
i) If any tenderer withdraws his tender or makes any modification in the terms &
conditions of the tender which is not acceptable to the department within 7 days after
last date of submission of bids, then the Government shall without prejudice to any other
right or remedy, be at liberty to forfeit 50% of the earnest money absolutely irrespective
of letter of acceptance for the work is issued or not.
ii) If any tenderer withdraws his tender or makes any modification in the terms &
conditions of the tender which is not acceptable to the department after expiry of 7 days
after last date of submission of bids, then the Government shall without prejudice to any
other right or remedy, be at liberty to forfeit 100% of the earnest money absolutely
irrespective of letter of acceptance for the work is issued or not.
iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders
shall not be allowed to participate in the rebidding process of the same work.

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[14]
19. This NIT shall form a part of 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 hereto.

b) Standard C.P.W.D. Form7/8 or other standard CPWD Form as applicable.

20. For Composite Bids

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

20.1.2 The bid document will include following three components:

Part A:- CPWD-6, CPWD-7/8 including schedule A to F for the major component of the work,
Standard General Conditions of Contract for CPWD 2020 ‘’ Maintenance Works’, as
amended/ modified upto 07.08.2024

Part B:- General/ specific conditions, specifications and Architectural Drawings, schedule of
quantities applicable to major component of the work.

Part C:- Schedule A to F for minor component of the work. (SE/EE in charge of major component
shall also be competent authority under clause 2 and clause 5 shall be same authority
as mentioned in schedule A to F for major components), General/specific conditions,
specifications and schedule of quantities applicable to minor component(s) of the work.

20.1.3 The bidders must associate himself, with agencies as per NIT conditions.

20.1.4 The eligible bidders shall quote rates for all items of major component as well as for all
items of minor components of work.

20.1.5 After acceptance of the bid by competent authority, the EE in charge of major
component of the work shall issue letter of award on behalf of the President of India.
After the work is awarded, the main contractor will have to enter into one agreement
with EE in charge of major component and has also to sign two or more copies of
agreement depending upon number of EE in-charge of minor components. One such
signed set of agreement shall be handed over to EE in charge of minor component(s).
EE of major component will operate Part A and Part B of the agreement. EE in charge of
minor component(s) shall operate Part C along with Part A of the agreement.

20.1.6 Entire work under the scope of composite bid including major and all minor components
shall be executed under one agreement.

20.1.7 Security Deposit will be worked out separately for each component corresponding to the
estimated cost of the respective component of works.

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[15]
20.1.8 The main contractor has to associate agency(s) for specialized component(s) conforming
to eligibility criteria as defined in the bid document and has to submit detail of such
agency(s) to Engineer-in-charge of relevant component(s) within prescribed time. Name
of the agency(s) to be associated shall be approved by Engineer-in-charge of relevant
component(s).

20.1.9 In case the main contractor intends to change any of the above agency/agencies during
the operation of the contract, he shall obtain prior approval of Engineer-in-charge of
relevant specialized component.

The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In
case Engineer-in-charge is not satisfied with the performance of any agency, he can
direct the contractor to change the agency executing such items of work and this shall
be binding on the contractor.

20.1.10 The main contractor has to enter into agreement with contractor(s) associated by him.
Copy of such MoU shall be submitted to EE-in-charge of each relevant specialized
component as well as to EE in charge of major component. In case of change of
associate contractor, main contractor has to enter into MoU/agreement with new
contractor associated by him.

20.1.11 Running payment for the major component shall be made by EE of major discipline to
the main contractor. Running payment for minor components shall be made by the
Engineer-in- charge of the discipline of minor component directly to the main
contractor.

20.1.12 The composite work shall be treated as complete when all the components of the work
are complete. The completion certificate of the composite work shall be recorded by
Engineer-in-charge of major component after record of completion certificate of all
other components

Final bill of whole work shall be finalized and paid by the EE of major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their
component of work and pass on the same to the EE of major component for including
in the final bill for composite contract.
21. Integrity Pact: The contractor shall download the Integrity Pact, which is a part of tender
documents, affix his signature in the presence of a witness, and upload the same while submitting
online bids for all works of estimated cost put to tender equal or more than the threshold value
given in Schedule-F. In the event of his failure to sign and upload the Integrity Pact along with
other bid documents, his bid shall be rejected.
22. The intending bidders are required to update their profile in CPWD e- tender portal and to upload
their bids well in advance of last date of submission of tender. Any issue related to updating
profile/uploading tender can be resolved through the concerned Executive Engineer/ Assistant
Engineer (Phone no. 044 26158593, E-mail ID. ae3thirumangalam@gmail.com) or ERP helpline no.
18001803286 or e-mail lD cpwd.support@techmahindra.com. The e- tendering bidders are also
advised not to wait to raise any issues till the last date of submission of bid in their own interest.

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[16]
CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
State: Tamil Nadu Division: C1D
Branch: B& R Region: Chennai

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

A) Tender/bid for the work of: Annual Repair and Maintenance of Office Building and other premises
of Special Bureau Campus at Kallikuppam, During 2024 – 2025.
B) To be uploaded by 03:00 PM on 09/08/2024 to The Assistant Engineer (C), C1D, CPWD, Chennai -
40.
C) To be opened in presence of tenderers/ bidders who may be present at 03:30 Hours on
09/08/2024 in the office of The Assistant Engineer (C), C1D, CPWD, Chennai - 40.
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract,
clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the
conditions of contract and all other contents in the tender document for the work.

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

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

A sum of Rs. 11,355/- is hereby forwarded in cash/receipt treasury challan/deposit at call


receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled
bank/bank guarantee issued by a scheduled bank as earnest money

A copy of earnest money in receipt treasury challan/deposit at call receipt of a scheduled


bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued
by a scheduled bank is scanned and uploaded (strike out as the case may be). If I/We, fail to furnish the
prescribed performance guarantee within prescribed period, I/We agree that the said President of India
or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the
said earnest money absolutely. Further, if I/We fail to commence work as specified, I/ We agree that
President of India or the successors in office shall without prejudice to any other right or remedy
available in law, be at liberty to forfeit the said performance guarantee absolutely. The said Performance
Guarantee shall be a guarantee to execute all the works referred to in the tender documents upon the
terms and conditions contained or referred to those in excess of that limit at the rates to be determined
in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
Corrections- Nil Omissions- Nil Insertions- Nil
AE (C), CSD 3, C1D, CPWD
[17]
Further, I/We agree that in case of forfeiture of Earnest Money& Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible 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 to
communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated:
Witness: Signature of Contractor
Address: Postal Address
Occupation:

ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned here under) is accepted by
me for and on behalf of the President of India for a sum of Rs.
…………..…, (Rupees………………………*………….……………….).

The letters referred to below shall form part of this contract agreement:-
(a)…………*……………
(b) …………*……………
(c)………..*……………
For & on behalf of President of India

Signature .………………..…………
Dated:…………………………………
Designation …………………………
* To be filled by the Executive Engineer.

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[18]
PROFORMA OF SCHEDULES (FOR CIVIL COMPONENT)

SCHEDULE ‘A’
Schedule of quantities for Civil Enclosed at pages From Pg. no. 52 to 56

SCHEDULE ‘B’
Schedule of Materials to be issued to the Nil
contractor
SCHEDULE ‘C’
Tools and Plants to be hired to the contractor Nil

SCHEDULE ‘D’
Extra schedule for specific
Nil.
requirement/document for the work, if any.
SCHEDULE ‘E’
Reference to General Conditions of contract General Conditions of Contract 2023 for
Maintenance Works with amendments issued upto
the previous day of the last date of submission of bid
Name of work: Annual Repair and Maintenance of Office Building
and other premises of Special Bureau Campus at
Kallikuppam, During 2024 – 2025.
Estimated cost of work Rs. 5,67,768/-
Earnest money Rs. 11,355/-
Performance Guarantee: 5% of tendered value
Security Deposit: 2.5% of tendered value
SCHEDULE ‘F’ - General Rules & Directions
Officer inviting tender AE 3(C), C1D, CPWD, Chennai
Maximum percentage for quantity of items of
work to be executed beyond which rates are
to be determined In accordance with Clauses
12.2 & 12.3 See appropriate clause under definition below
Definitions: CPWD Directorate includes Director General/ Special
CPWD Directorate Director General/ Additional Director General/ CPM/
CA/ Chief Engineer/ CE-ED/ PM/ SE/SE-PD/ Director
(Horticulture)
Successor Any authority as notified by the CPWD Directorate
before, during and after
Engineer-in-charge Execution of work/ agreement.
The Engineer officer who shall supervise and be in
charge of the work.
1. Civil Work- Executive/ Assistant Engineer (C), C1D,
CPWD, Chennai

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[19]
Accepting Authority The Assistant Engineer, SD 3, C1D, CPWD, Chennai/
Any other Authority as notified by CPWD Directorate.

Percentage rate on cost of materials and 15 %


labour to cover all overheads and profits
Standard Schedule of Rates DSR 2023 with upto date correction slips
Department Central Public Works Department
Standard CPWD Contract Form GCC 2023, CPWD Form 7 General Conditions of Contract for
CPWD Form 7 /8 as modified & corrected CPWD Works 2023 Maintenance works with upto
upto date date correction slips.
Clause 1 i) Time allowed for submission of
Performance Guarantee, Program
chart (Time & progress) and
applicable labour licenses,
7 days
registration with EPFO,ESIC and
BOCW Welfare Board or Proof of
applying thereof from the date of
issue of letter of acceptance:
ii) Maximum allowable extension
with late fee @ 0.1% per day of
3 days
Performance Guarantee amount
beyond period provided in (i)
Clause2 Authority for fixing Compensation under The Chief Engineer, Chennai Zone, CPWD,
clause 2 Chennai/Authority notified by CPWD.

Clause 2A Applicable or Not Not Applicable


Clause 5 Number of days from the date of issue 10 days or date of handing over of site
of letter of acceptance for reckoning whichever is later.
date of start.
Milestone(s) as per table given below:
Sl. No. Description of Milestone Time allowed Amount to be with-
Physical/ Financial in months held in Case of non-
(from date of achievement of mile
start) stone
1 Completion of 50% of value In the event of not
of work achieving the
06 Months necessary progress as
assessed from the
running payment 1%
of the tender value of
2 Completion of 100% of value civil work will be
of work 12 months with-held for failure
of each mile stone.

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[20]
Withheld amount shall be released if and when subsequent milestone is achieved
within respective time specified. The main contractor will ensure that electrical
components of the work are executed in time without giving any chance for slippage
of milestone on account of delay in execution of associated electrical works by him.
However, in case milestones are not achieved by the contractor for the work, the
amount shown against milestone shall be withheld by the Engineer-In-Charge of the
respective components.

Note: Intending tenderer may submit phasing of activities/ milestones on the basis of
their resources and methodology at the time of tendering corresponding to physical
milestones/ stages indicated in the above table. These shall be formed part of the
agreement after approval of the accepting authority.

Time allowed for execution of work: 12 (Twelve) months

Authority to decide:
Sl. Description Authority
No.
1 Extension of Time Executive/Assistant Engineer, C1D, CPWD, Chennai/ his
successor/Authority notified by CPWD
2 Rescheduling of Milestones Executive/ Assistant Engineer, C1D, Chennai/ his
successor/Authority notified by CPWD
3 Shifting of Date of start in Executive/ Assistant Engineer, C1D, Chennai/ his
case of delay in handing over successor/Authority notified by CPWD
of site

Clause 5
Applicable Clause 5/Clause5A Clause 5

Clause 5.4
Schedule of rate of recovery for delay in submission of the modified programme in terms of
delay days
Sl. No. Contract Value Recovery Rs.
1 More than Rs.5 Crore but less than or equal Rs. 2500/-
to Rs.20 Crores

Clause 6A Yes Applicable EMB/CMB

Gross work to be done together


Clause 7
with net Payment/ adjustment of
advances for Material collected, if Rs. 1,50,000/-
any, since the last Such payment for
being eligible to Interim payment.
Corrections- Nil Omissions- Nil Insertions- Nil
AE (C), CSD 3, C1D, CPWD
[21]
Clause 7A Whether Clause 7A shall be Yes Applicable
applicable No running account bill shall be paid for the
work till the applicable labour licenses,
registration with EPFO.ESIC and BOCW
welfare board, whatever applicable are
submitted by the contractor to the Engineer-
in-charge.
Clause 7B Payment to third party Yes Applicable

Clause 8A Applicable
Clause 10 A List of testing equipment to be provided by the contractor at site lab as per (Table -
1) of Annexure I attached (Page 26 to 27)
Clause 10C Not Applicable
Component of labour expressed as percent of 25 % (percentage of labour
value of work component shall be calculated on
85% of the value of work done during
the period under consideration)

Clause 10CA Not Applicable


Clause10CC Not Applicable
Clause 11 Specifications to be followed For execution of CPWD Specification 2019, Vol. I to II
work with up-to-date correction slips
Clause 12 Type of work Maintenance work
Authority to decide deviation upto 1.5 times of The Chief Engineer, CZ, CPWD,
tender amount Chennai
Deviation Limit beyond which clauses 12.2 &
No limit
12.3 shall apply for building work
Deviation limit beyond which clauses 12.2 &
12.3 shall apply for foundation work.(except
No limit
items mentioned in earthwork sub head in DSR
& related items
Deviation limit for items mentioned in
No limit
earthwork subhead of DSR & related items
Clause 16 Competent Authority for deciding reduced CE, CZ, CPWD, Chennai
rates.
Clause 18 List of mandatory machinery, tools and plants to be deployed by the contractor at
site: Nil
Clause 19 C
Clause 19 D
Authority to decide penalty for Executive/ Assistant Engineer (C), C1D, CPWD
Clause 19 G
each default Chennai
Clause 19 K

Clause 25 Place of Arbitration Chennai

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[22]
Conciliator SDG, Region Chennai, Chennai

Arbitrator Appointing Authority CE, CZ, CPWD, Chennai


Clause 32 Requirement of technical representative & recovery rate

Rate of recovery
Qualification

Designation

Experience
Discipline
Req. Nos.
required

required
Sl. No.

Min.

quality/ billing

Min. 2 & 5 yrs

15,000/- per
respectively
Engineer or

month per
Planning/
Graduate

Engineer

Engineer
Diploma

Project

person
Civil
1+1
2

 Assistant Engineers retired from Government services that are holding Diploma will be treated at
par with Graduate Engineers.
 Diploma holder with minimum 10 year relevant experience with a reputed construction co. can
be treated at par with Graduate Engineers for the purpose of such deployment subject to the
condition that such diploma holders should not exceed 50% of requirement of degree engineers.
 The contractor shall submit a certificate of employment of the technical representative(s) (in the
form of copy of Form -16 or CPF deduction issued to the Engineers employed by him) along with
every account/final bill & shall produce evidence if at any times so required by EE-in-charge.

Clause 38
(i) (a) Schedule /statement for determining theoretical DSR 2023 for Civil with upto date
quantity of cement & bitumen on basis of DSR correction slips.
(a) Cement
ii For works with estimated cost put to tender not 3% (Three percent) plus / minus
more than Rs. 25 lakh
2% (Two percent) plus / minus
For works with estimated cost put to tender
more than Rs. 25 lakh
(b) Bitumen for all works 2.5% (Two point five percent) plus
& only and nil on minus side
(c) Steel Reinforcement and structural steel sections 2% (Two percent)plus/minus
for each diameter, section and category
(d) All other materials Nil

Corrections- Nil Omissions- Nil Insertions- Nil


AE (C), CSD 3, C1D, CPWD
[23]
ANNEXURE –I
(TABLE-1)

Equipments for Testing of Materials & Concrete at Site Laboratory

All necessary equipment for conducting all necessary tests shall be provided at the site in the well
furnished site laboratory of minimum size 25 feet X 15 feet by the contractor at his own cost The
following minimum laboratory equipments shall be set up at site office laboratory:-

Sl. Equipment Number


No. (Minimum)
1 100MT compression testing machine, electrical-cum-manually operated 1 each
2 Slump cone, steel plate, tamping rod, steel scale, scoop 1 each
3 Vicats apparatus with Desktop -
4 Pumps and pressure gauges for hydraulic testing of pipes 1
5 Balances – i)7 kg to 10 kg capacity semi-self indicating type – accuracy 1
10 gram. ii) 500 Gram capacity semi- self 1 gram indicating type –
accuracy iii)Pan balance -5 kg capacity – accuracy 10 grams
6 Graduated measuring cylinder-200 ML capacity 3 each
7 Sets of sieves of 450mm internal dia for coarse aggregate. [100mm,
80mm, 40mm; 20mm; 12.5mm, 10mm; 4.75mm complete with lid and 1
pan]
8 Sets of sievesof200mminternal for the aggregate [4.75mm; 2.36mm;
1.18mm; 600 microns; 300 microns & 150 micron , with lid and pan] 1
9 Cube moulds size 70mmx70mmx70mm 6
10 Cube moulds size 150mmx150mmx150mm 20
11 Dial gauge ,25 mm dial-0.01mm/ division least count 2 nos.
12 Ovens- electrically operated Thermostatically controlled upto 110 1 each
degree C – Sensitivity 1 degree
13 Spatula 100mm & 200mm with long blade wooden handle 1 each
14 Vernier calipers 12” & 6” sizes 1 each
15 Digital Micrometer least count. 0.01mm 1 each
16 Digital paint thickness meter for steel 500 micron range 1no each
17 GI tray 600x450x50mm, 450x300x40mm,300x250x40mm -
18 Enamel trays (for efflorescence test for bricks
i)300 mm x 250mm x 40mm 2 nos.
ii)Circular plate of 250mm dia 4 nos.
19 Electric Motor mixer 0.25 cum capacity 1
20 Screw gauge 0.1mm-10mm, least count 0.05 -
21 Motorized sieve shaker 1
22 Pruning Rods 2 Kg weight length 40 cm and ramming face 25 mm2 2
23 Extra Bottom plates for 15 cm cube mould 10

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[24]
24 Weight of 5 kg, 2 kg, 1 kg, 500 gm, 200 gm, 100 gm 1 No.
25 Weight of 50 gm, 20 gm, 10 gm, 5 gm, 2 gm, 1 gm 1 No.
26 Measuring cylinder TPX or Poly propylene capacity 100 ml, 500 ml, 1 No.
250 ml,
27 Wash Bottles capacity 500 ml 3 Nos.
28 Hammer 1lb& 2lb 2 Nos.
29 Hacksaw with 6 blades 2 Nos.
30 Plastic or G.I. Buckets 15 ltr, 10 ltr, 5 ltr 1 Nos.
31 Wheel Barrow 3 Nos.
32 Any other equipment for site tests as outlined in BIS codes and as -
directed by the Engineer-in-charge.
33 Steel tape a) 30 Mtrs 1 No.
b) 3 mtr. / 5 mtr. 1 No.
34 Wire gauge (circular type) disc 1 No.
35 Foot Rule 1 No.
36 Long Nylon Thread 1 No.

37 Rebound hammer for testing concrete 1 No.

38 Screw driver 30 cms long 1 No.

39 Ball pin Hammer100 gms 1 no.

40 Plastic bags for taking samples 1 Packet

41 A good quality plumb bob 1 no.

42 Spirit level ,minimum 30 cms long with 3 bubbles for horizontal / 1 no.
vertical

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[25]
ANNEXURE –II
(TABLE-2)

Plant & Equipment required to be owning / taking on lease by the Contractor


Sl. Equipment Number
No. (Minimum)
1 Tower Crane upto 40 m boom length and of required capacity --
2 Hoist Lift --
3 Excavator cum loader (JCB 3D model or equivalent). --
4 Needle Vibrators. 2 Nos.
5 Plate Vibrators. 2 Nos.
6 Dumper. (As & when required) 1 No.
7 Reinforcement bending machine. 1 No.
8 Reinforcement cutting machine. 1 No.
9 Power driven earth rammer (Soil compactor). --
10 Total station. --
11 Auto level & staff. --
12 Welding machine 400 Ampere 1 No.
13 Screener for coarse sand and fine sand 3 Nos.
14 water pump 2 Nos.

Note: The above list is only indicative and not exhaustive. The above T & P list is not exhaustive and
the contractor shall procure necessary T & P whenever required for timely completion of the work.
Any idle T & P (from the list mentioned above) if not required/needed shall be removed away from
site under intimation to Engineer-in-charge.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[26]
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
Whereas the Executive Engineer, …….(name of division)………, CPWD on behalf of the President of India
(hereinafter called "The Government”)has invited bids under........................(NIT no.)......................
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 from......................... (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 up-to.................................. (Date).........................., as Performance
Guarantee/security Deposit/Mobilization Advance from the said Contractor for compliance of his
obligations in accordance with terms and conditions of agreement.

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.

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)

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.
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
Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[27]
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.
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.
This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor.
We...................... (Indicate the name of the Bank)…………………….., undertake no to revoke this guarantee
except with the consent of the Government in writing.

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 of or
extended date of expiry of this guarantee, all our liabilities under this guarantee shall stand discharged.
Date:

Witnesses:
1. Signature.................. Authorized signatory
Name and address Name
Designation
2. Signature…………… Staff code no.
Name and address Bank seal

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[28]
FORM J
NAME OF WORK: Annual Repair and Maintenance of Office Building and other premises of Special
Bureau Campus at Kallikuppam, During 2024 – 2025.

N.I.T. No.06/EE/C1D/AE(C)-3/CPWD/CHENNAI/2024-25.

I/we undertake and confirm that our firm/partnership firm has not been blacklisted by any
state/Central Departments/PSUs/Autonomous bodies during the last 7 years of its operations. Further that,
if such information comes to the notice of the department, then I/we shall be debarred for bidding in CPWD
in future forever. Also, if such information comes to the notice of department on any day before date of
start of work, the Engineer-in-charge shall be free to cancel the agreement and to forfeit the entire amount
of Earnest Money Deposit/Performance Guarantee (Scanned copy of this notarized affidavit to be uploaded
at the time of submission of bid)

NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-.

Signature of Bidder(s) or an authorized


Officer of the firm with stamp

Signature of Notary with seal

(Scanned copy to be uploaded at the time of submission of Bid)

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[29]
PART-B
SPECIAL CONDITIONS
AND
PARTICULAR SPECIFICATION

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[30]
GENERAL CONDITIONS
1. Before tendering, the contractor shall inspect the site of work and shall fully acquaint himself about
the conditions prevailing at site, availability of materials, availability of land and suitable location
for construction of godowns, stores and camp, transport facilities, the extent of lead and lifts
involved in the work (over the entire duration of contract) including local conditions, as required for
satisfactory execution of the work and nothing extra whatsoever shall be paid on this account.
2. The contractor shall at his own expense and risk arrange land for accommodation of labour, setting
up of office, the storage of materials, erection of temporary workshops, and construction of
approach roads to the site of the work including land required for carrying out of all jobs connected
with the completion of the work. If during construction it becomes necessary to remove or shift the
stored materials shed workshop, access roads, etc. to facilitate execution of any other work by any
other agency, the contractor shall do as directed by the Engineer-in-charge and no claim
whatsoever, shall be entertained on this account.
3. The Ordinary Portland Cement of 43 Grade is specified in the Proforma of Schedules. The
contractor may use Pozzolana Portland Cement of 43 grade for brick work, plastering, flooring at
their convenience for which necessary deduction for use of PPC shall be made based on
difference in market rate.
4. It shall be deemed that the contractor shall satisfy himself as to the nature and location of the
work, transport facilities, availability of land for setting up of camp etc. The department will bear no
responsibility for lack of such knowledge and the consequences thereof.
5. The contractor shall have to make approaches to the site, if so required and keep them in good
condition for transportation of labour and materials as well as inspection of works by the Engineer-
in-charge. Nothing extra shall be paid on this account.
6. The contractor shall be responsible for the true and proper setting out of the work in coordination
with the Engineer-in-charge or his authorized representatives and for the correctness of the
positions, levels, dimensions, and alignments of all parts of the structure and for the provisions of
all necessary instruments appliances and labour in connection therewith. If at any time, during the
progress of work, any error appears or arises in the position, levels, dimensions, or alignment of any
part of the work, the contractor on being asked to do so by the Engineer-in-charge, shall rectify
such error to the entire satisfaction of Engineer-in-charge. The checking by the Engineer-in-charge
or his authorized representative shall not relieve the contractor of his responsibility for the
correctness of any setting out of any line or level. The contractor shall carefully protect and
preserve all benchmarks pegs and pillars provided for the setting out of works.
7. All setting out activities concerning establishment of benchmarks, theodolite stations centre line
pillars etc. including all materials, tools, plants, Equipments, theodolite and all other instruments,
labour etc. required for performing all the functions necessary and ancillary thereto at the
commencement of the work, during the progress of the work and till the completion of the work
shall be carried out by the contractor and nothing extra shall be paid on this account.
8. The contractor shall at his own cost submit samples of all materials sufficiently in advance and
obtain approval of the Engineer-in-charge. Subsequently, the materials to be used in the actual
execution of the work shall strictly conform to the quality of samples approved by the Engineer-in-
charge and nothing extra shall be paid on this account. The acceptance of any sample or material
on inspection shall not be a bar to its subsequent rejection, if found defective.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[31]
9. The contractor shall at his cost, make all arrangements and shall provide necessary facilities as the
Engineer-in-charge may require for collecting, preparing, packing forwarding and transportation of
the required number of samples for tests & for analysis at such time and to such places as directed
by the Engineer-in-charge, and bear all charges and cost of testing.
10. The necessary tests shall be conducted in the laboratory approved by the Engineer-in- charge. The
samples for carrying out all or any of the tests shall be collected by the Engineer-in-charge or on his
behalf by any other officer of CPWD. The contractor or his authorized representative shall associate
himself in collection, preparation, packing and forwarding of such samples for the prescribed tests
and analysis. In case he or his authorized representative is not present or does not associate
himself, the results of such tests and consequences thereon shall be binding on the contractor.
11. Materials used on work without prior inspection and testing (where testing is necessary) and
without approval of Engineer-in-charge are liable to be considered unauthorized, defective and not
acceptable. The Engineer-in-charge shall have full powers to require removal of any or all of the
materials brought to site by contractor which are not in accordance with the contract,
specifications or do not conform in character or quality to the samples approved by the Engineer-
in-charge. In case of default on the part of the contractor in removing rejected materials, the
Engineer-in-charge shall be at liberty to have them removed at the risk and cost of the contractor.
12. The contractor shall make his own arrangement for the water required for execution of work and
get the water tested at his own cost with regard to its suitability for use in the works and get
written approval from the Engineer-in-charge before he proceeds with the use of same for
execution of work. Nothing extra shall be paid to the contractor on this account.
13. The work shall be carried out in such a manner so as not to interfere/or effect or disturb other
works being executed by other agencies, if any.
14. Any damages done by the contractor to any existing work or work being executed by other
agencies shall be made good by him at his own cost.
15. The work shall be carried out in the manner complying in all respects with the requirement of
relevant rules and regulations of the local bodies under the jurisdiction of which the work is to be
executed and nothing extra shall be paid on this account.
16. For completing the work in time, the contractor might be required to work in two or more shifts
and no claims whatsoever shall be entertained on this account, notwithstanding the Fact that the
contractor will have to pay to the labourers and other staff engaged directly or indirectly on the
work according to the provisions of the labour regulations and the agreement entered upon and/or
extra amount for any other reasons,
17. There is no electric power supply at the site of work. The contractor will have to make his own
arrangement for obtaining electric connection from the state electricity board and make necessary
payments directly to the department concerned and/or install generators at the site of work, if
required and nothing extra whatsoever will be payable on this account.
18. The drawings for the work attached in the document relating to this contract and all other drawings
that will be issued by the Engineer-in-charge during the execution of work shall at all times be
properly correlated before executing any work and no claim whatsoever shall be entertained on
this account.
19. The contractor shall maintain in good condition all work executed till the completion of the entire
work entrusted to the contractor under this contract and nothing extra shall be paid on this
account.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[32]
20. No payment will be made to the contractor for damage caused by rain, floods and other natural
calamities whatsoever during the execution of the works and any damage to the work on this
account shall have to be made good by the contractor at his own cost and nothing whatsoever '
shall be paid on this account.
21. The rates for all items of work, unless clearly specified otherwise, shall include the cost of all labour
materials, de-watering and other inputs involved in the execution of the items.
22. Unless otherwise provided in the schedule of quantities or CPWD specifications the rates tendered
by the contractor shall be all-inclusive and shall apply to all heights, depths, leads and lifts.
23. No claim whatsoever for idle labour, additional establishments, costs of hire and labour charges for
tools and plants etc. would be entertained under any circumstances.
24. For the safety of all labour directly or indirectly employed in the work for the performance of the
contractor's part of this agreement, the contractors shall, in addition to the provisions of CPWD
safety code and directions of the Engineer-in-charge make all arrangements to provide facility as
per the provisions of Indian Standard Specifications (Codes) listed below and nothing extra shall be
paid on this account.
1. IS 3696 Part I Safety Code for scaffolds and ladders.
2. IS 3696 Part II Safety Code for scaffolds and ladders Part II ladders
3. IS 764 Safety Code for excavation work.
4. IS 4081 Safety Code for Blasting and Drilling operations,
5. IS4138 Safety Code for working in compressed air.
6. IS 7293 Safety Code for working with construction machinery.
7. IS 7969 Safety Code for storage and handling of building materials.
25. The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution
boards and by providing red flags, red lights, and barriers. The contractor shall be responsible for
any accident at the site of work and consequences thereof.
26. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid by the
contractor, on all the boulders, metal shingle, earth, aggregates, sand, bajri, Brick bats etc.
collected by him for the execution of the work direct to the concerned Revenue Authority of the
State or Central Government and the amount paid shall not be reimbursed in any form whatsoever.
27. In case of specifications the following hierarchy will be followed:
(1) Nomenclature of the item.
(2) Additional Specifications, particular specifications, special / additional conditions if any as defined
in the contract documents.
(3) Drawings
(4) CPWD Specifications.
(5) BIS Specification (Latest version) if CPWD specification not available.
(6) Manufacturer’s specifications if BIS specifications not available.
(7) Sound Engineering practices. Standard textbooks.
(8) If none of the above is available decision of Engineer-in-Charge will be Final.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[33]
28. All Stone aggregates, sand, stone dust, etc shall be obtained only from the quarry or other source
approved by the Engineer in charge before they are actually procured and used in the work. The
rate for the items mentioned in the schedule of quantities includes all charges and nothing-extra
payable on any account.
29. GST@ 2%, Income Tax at applicable rates, building and other construction workers welfare cess @
1% and Water Charges @ 1% shall be deducted at source from the bills of Gross value (which
includes the cost of stipulated materials) of the work done and Government shall not entertain any
claim whatsoever in this respect in this contract.
30. EPF and ESIC paid by the contractor to the concerned department and on demand the applicable
contributions as per GCC will be reimbursed to him by the Engineer-in-Charge after satisfying that it
has been actually and genuinely paid by the contractor.
31. The contractor has to make arrangements for providing inspection lift for inspection of various
floors by department officers, wherever applicable.
32. All expenditure to be incurred for testing of samples e.g., packaging, sealing, transportation,
loading, unloading etc., including testing charges shall be borne by the contractor. The testing shall
be carried out from the IITs , NITs, Central / State Government Engineering Colleges or any
approved laboratories as approved by the SDG/ADG Region Chennai.
33. The provisions of deviation / extra items in a contract must be utilised exclusively within the scope
of particular work and in no case be extended to other works under any circumstances.
34. The List of approved makes of materials for use in construction & maintenance works of CE,
Chennai is annexed under Annexure IV (34 Pages). The link for the same is given below.
https://acrobat.adobe.com/link/track?uri=urn:aaid:scds:US:550b7514-0738-31dd-a929-650ea0db758d

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[34]
ADDITIONAL CONDITIONS
1. The contractor shall make his own arrangements for obtaining electric connections if required and
make necessary payments directly to the department concerned.
2. Other agencies doing works related with this project will also simultaneously execute the works and
the contractor shall afford necessary cooperation for the same. The contractor shall leave such
necessary holes, openings etc. for laying/burying in the work of 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.
3. The building work will be carried out in the manner complying in all respects with the requirements
of relevant byelaws 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.
4. The work of water supply, internal sanitary installations and drainage work etc. shall be carried out
as per local Municipal Corporation or such local body-byelaws and the contractor shall produce
necessary completion certificate from such authorities after completion of the work.
5. Water tanks, taps sanitary, water supply and drainage pipes, fittings and accessories should
conform to byelaws 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.
6. 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 charge, which
he may be liable.
7. The contractor shall give a performance test of the entire installation(s) as per standing
specifications before the work is finally accepted and nothing extra whatsoever shall be payable to
the contractor for the test.
8. Any 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.
9. The structural and Architectural drawings shall at all times be properly correlated before executing
any work. However, in case of any discrepancy in the item given in the schedule of quantities
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.
10. The Contractor shall furnish his proposed methodology and programme of construction in
comprehensive manner of executing and completing the work within the stipulated period and also
for achieving the milestones simultaneously as specified in schedule “F” within 15 days of award of
tender. Programme shall consist of the various components for each part of the work stipulated to
be completed and a bar chart may be appended in this connection.
11. 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 on areas where other buildings,
roads, services compound walls are to be constructed.
12. If as per Municipal / Local body rules the huts for labour are not 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.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[35]
13. Wherever Hindi version also exists, and if there be variations between Hindi and English version in
any part of the tender documents, the English version alone shall prevail.
14. The Rate for RCC works includes cost of concreting in sloped / curved RCC members and no extra
rate shall be payable on any account.
15. The Rate for Centering & shuttering includes cost of Centering in sloped roof/ chajjas / beams and
no extra rate shall be payable on any account.
16. The Contractor should construct proper mortar bands of lean mix with adequate depth & smaller
size over the curved roof for flooding with water & proper curing. In case of Arches, wet gunny bags
shall be used for a period of two weeks.
17. Samples of all materials, fixtures, fittings like flooring tiles, wall tiles, doors, windows, sanitary
fittings, roofing sheets etc. shall be got approved in advance before placing order for them.
Similarly, samples of all works like fixing roofing sheets, flooring, plastering, painting etc. shall be
prepared in advance and got approved from the Engineer-in-Charge before taking up the work.
18. The contractor shall procure all the materials in advance so that there is sufficient time for testing
and approving the material and clearance of the same before use in work.
19. The rate for skirting, dados include cost of chasing of Brick walls to the required thickness wherever
required in order to accommodate required thickness of base cement Mortar and nothing extra is
payable.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[36]
PARTICULAR SPECIFICATION AND SPECIAL CONDITIONS FOR CEMENT AND STEEL BROUGHT BY
THE CONTRACTOR
1.0 CEMENT
1.1 The contractor shall procure cement (conforming to IS:1489-part-I) as required in the work, from
reputed manufacturers of cement such as ACC, Ultratech, Birla, Coromandel and any other reputed
cement manufacturer having a production capacity not less than one million tons per annum as
approved by SDG, Project Region, CPWD, Chennai. The tenderers may also submit a list of names of
cement manufacturers which they propose to use in the work. The tender accepting authority
reserves right to accept or reject name(s) of cement manufacturer(s) which the tenderer proposes to
use in the work. No change in the tendered rates will be accepted if the tender accepting authority
does not accept the list of cement manufacturers, given by the tenderer, fully or partially. Supply of
cement shall be taken in 50kg 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. Every fresh cement batch should be brought to site at least 30 days
before they are to be used / consumed in the work.
1.2 The cement shall be brought at site in bulk supply of approximately 50 tons or as decided by the
Engineer-in-Charge.
1.3 The cement godowns of the capacity to store a minimum of 2 months requirement 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 cement godowns. The keys of one lock shall remain with
Engineer-in-Charge or his authorized representative and keys of the other lock shall remain with the
contractor. The contractor shall be responsible for the watch and ward and safety of the cement
godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-
Charge or his authorized representatives.
1.4 The cement shall be got tested by the Engineer-in-Charge and shall be used on the work only after
satisfactory test results have been received. The contractor shall supply free of charge the cement
required for testing including its transportation cost to testing laboratories. The frequency and details
of the tests shall be decided by the Engineer-in-Charge depending on the quantum of supply in each
batch. The cost of tests shall be borne by the contractor.
1.5 The actual consumption of cement on work shall be regulated and proper accounts be maintained by
the contractor. 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 rate so prescribed shall be made. In case of excess consumption, no adjustment shall 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.
1.6 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.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[37]
1.7 The cement bags shall be stacked on proper floors consisting of two layers of dry bricks laid on well
consolidated earth at a level of at least one foot above ground. The stacks shall be in rows of 2 and
10 bags high with minimum of 0.6m clear. Bags should be placed horizontally continuous in each line.
Actual size / shape of go down shall be as per site requirement and nothing extra shall be paid on this
account. The decision of Engineer-in-charge regarding capacity shall be final.
1.8 Cement register for the cement shall be maintained at site. The account of daily receipts and issues
of cement shall be maintained in the register in the proforma prescribed and signed daily by
contractor or his authorized agent.

2.0 STEEL REINFORCING BARS


The CPWD/ contractor shall / procure IS marked TMT bars of various grades from
1) The steel manufacturers such as SAIL, TATA Steel Ltd., RINL, Jindal Steel & Power Ltd., and
JSW steel Ltd., or their authorized dealers having valid BIS license for IS: 1786-2008 (Amendment -1
November 2012)
2) (a) The steel manufacturers or their authorized dealers (as per following selection criteria)
having valid BIS license for IS: 1786-2008(Amendmant-1 November 2012).
The procured steel should have following qualities: -
(i) Excellent ductility, bend ability and elongation of finished product due to possible refining
technology.
(ii) Consumption of steel should be accurate as per design.
(iii) Steel should have no brittleness problem in finished product.
(iv) Steel should carry the quality of corrosion and earthquake resistance.
(v) Quality steel with achievement of proper level of sulphur and phosphorus as per IS: 1786-2008.
(b) Selection Criteria of steel manufacturers.
The supply of reinforcement steel for all CPWD works should have following selection criteria of steel
manufacturers: -
Steel producers of any capacity using iron ore/ processed iron ore as the basic raw material adopting
advanced refining technologies as given hereunder,
DRI-EAF= Direct Reduced Iron- Electric arc furnace
OR
BF-BOF= Blast furnace- Basic oxygen furnace.
OR
COREX – BOF= COREX- Basic oxygen furnace.
For production of liquid steel to finish product at single/ multiple locations with NABL or any other similarly
placed accrediting Government body which operates in accordance with ISO/IEC17011 and accredits labs as
per ISO/IEC 17025 conforming to IS: 1786-2008(Amendment-1 November 2012).
The check list for incorporation of any quality steel producer is enclosed for technical assessment in

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[38]
Annexure-I.
2.01 The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of
all supplies of steel brought by him to the site of work.
2.02 Samples shall also be taken and got tested by the Engineer-in-charge as per the provisions in this
regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does
not conform to the specifications as defined under para 2.1 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’s time of written orders from
the Engineer-in-charge to do so.
2.03 The steel reinforcement bars shall be brought to the site in bulk supply of 10 tons or more or as
decided by the Engineer-in-Charge.
2.04 The steel reinforcement shall be stored by the contractor at site of work in such a way as to prevent
distortion and corrosion, and nothing extra shall be paid on this account. Bars of different sizes and lengths
shall be stored separately to facilitate easy counting and checking.
2.05 For checking nominal mass, tensile strength, bend test, re-bend test, etc., specimen of sufficient length
shall be cut from each size of the bar at random, and at frequency not less than that specified below: -

Size of bar For consignment below100 MT For consignment over 100 MT

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

One sample for each 35 tonnesor One sample for each 45tonnes or part
10 mm to 16mm diabars
part thereof thereof

One sample for each 45 tonnes or One sample for each 50 tonnes or part
Over 16 mm dia bars
part thereof thereof

2.06 The contractor shall supply free of charge the steel required for testing including its transportation to
testing laboratories. The cost of tests shall be borne by the contractor.
2.07 The actual issue and consumption of steel on work shall be regulated and proper accounts shall be
maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked
out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein.
In case the consumption is less than theoretical consumption including permissible variations, recovery at
the rate so prescribed shall be made. In case of excess consumption, no adjustment needs to be made.
2.08 The steel brought to site and steel remaining unused shall not be removed from site without the
written permission of the Engineer-in-Charge.
For the purpose of payment, the actual weight of reinforcement steel shall be worked out as below:
To arrive at unit weight for the purpose of payment three random samples each of 1meter length shall be
collected for each diameter of re-bar from every consignment received at site. Actual weight of three
specimens for each diameter shall be taken and average weight calculated and recorded. The average weight
so arrived at shall be compared with theoretical weight of that particular diameter of rebar. Actual or
theoretical weight whichever is less shall be considered for making payment for that consignment. However
final payment shall be made on the basis of weighted average of all the consignment. The decision of the
Engineer-in-charge as regards the random samples and average weight shall be final and binding on the
contractor and no claim of any kind shall be entertained in this regard.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[39]
Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[40]
Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[41]
RCC CONCRETE FROM FULLY AUTOMATIC COMPUTERISED CONCRETE BATCHING AND MIXING
PLANT

(i) Proportioning Concrete


In proportioning cement concrete, the quantity of both cement and aggregates shall be determined by
weight. The cement shall be weighed separately from the aggregates. Water shall either be measured by
volume in calibrated tanks or weighed. All measuring equipment shall be maintained in a clean and
serviceable condition. The amount of mixing water shall be adjusted to compensate for moisture content in
both coarse and fine aggregates. The moisture content of aggregates shall be determined in accordance with
IS : 2386 (Part III). Suitable adjustments shall also be made in the weights of aggregates to allow for the
variation in weight of aggregates due to variation in moisture content.
(ii) Production of Concrete
The concrete shall be RMC produced in a central batching and mixing plant with, computerized printing for
contents and admixture dosage. The batching plant shall be fully automatic. Automatic batcher shall be
charged by devices which, when actuated by a Single starter switch will automatically start the weighing
operation of each material and stop automatically, when the designated weight of each material has been
reached. The batching plant shall have automatic arrangement for dispensing the admixture and shall also be
capable of discharging water in more than one stage. A printout from the batching plant for every lot shall be
submitted. A batching plant essentially shall consist of the following components: Separate storage bins for
different sizes of aggregates, silo for cement; and water storage tank.
a) Batching equipment
b) Mixers
c) Control panels
d) Mechanical material feeding and elevating arrangements.
e) The Contractor shall arrange for inspection of automatic batching plant within seven days of issue of
letter of award to facilitate inspection and approval of same by Engineer-In-Charge. Nothing extra will be
paid for this.
(iii) The compartments of storage bins for aggregates shall be approximately of equal size. The cement
compartment shall be centrally located in the batching plant. It shall be watertight and provided with
necessary air vent, aeration fittings for proper flow of cement emergency cement cut off gate. The
aggregate and sand shall be charged by power operated centrally revolving chute. The entire plant from
mixer floor upward shall be enclosed and insulated. The batch bins shall be constructed so as to by self-
cleansing during drawdown. The batch bins shall in general conform to the requirements of IS :4925.
(iv) The batching equipment shall be capable of determining and controlling the prescribed amounts of
various constituent materials for concrete accurately i.e. water, cement, sand, individual size of coarse
aggregates etc. The accuracy of the measuring devices shall fall within the following limits.

Measurement of Cement ±2% of the quantity of cement in each batch

Measurement of Water ±3% of the quantity of water in each batch

Measurement of Aggregate ±3% of the quantity of aggregate in each batch

Measurement of Admixture ±3% of the quantity of admixture in each batch

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[42]
The mixer in the batching plant shall be so arranged that mixing action in the mixers can be observed from
the operator’s station. The mixer shall be equipped with a mechanically or electrically operated timing,
signaling and metering device which will indicate and assure completion of the required mixing period. The
mixer shall have all other components as specified in IS: 4925.
Transportation, Placing and Compaction of Concrete
(i) Mixed concrete from the batching plant shall be transported to the point of placement by transit
mixers or through concrete pumps or steel closed bottom buckets capable of carrying 6 cum concrete.
In case the concrete is proposed to be transported by transit mixer, the mixer speed shall not be less
than 4 rev/ min. of the drum nor greater than a speed resulting in a peripheral velocity of the drum as
70 m / minute at its largest diameter. The agitating speed of the agitator shall be not less than 2 rev /
min. nor more than 6 rev / min. of the drum. The number of revolutions of the mixing drum or blades
at mixing speed shall be between 70 to100 revolutions for a uniform mix, after all ingredients, have
been charged into the drum. Unless tempering water is added, all rotation after 100 revolutions shall
be at agitating speed of 2 to 6 rev / min. and the number of such rotations shall not exceed 250. The
general construction of transit mixer and other requirements shall conform to IS : 5892.
(ii) In case concrete is to be transported by pumping, the conduit shall be primed by pumping a batch of
mortar / thick cement slurry through the line to lubricate it. Once the pumping is started, it shall not
be interrupted (if at all possible) as concrete standing idle in the line is liable to cause a plug. The
operator shall ensure that some concrete is always there in the pump-receiving hopper during
operation. The lines shall always be maintained clean and shall be free of dents.
(iii) Materials for pumped concrete shall be batched consistently and uniformly. Maximum size of
aggregate shall not exceed one-third of the internal diameter of the pipe. Grading of aggregate shall be
continuous and shall have sufficient ultra fine materials (materials finer than 0.25mm). Proportion of
fine aggregates passing through 0.25mm shall be between15 & 30% and that passing through 0.125
mm sieve shall not be less than 5% of the total volume of aggregate. When pumping long distances
and through hot weather, set- retarding admixtures may be used. Admixtures to improve workability
can be added. Suitability of concrete shall be through pumping shall be verified by trial mixes and by
performing pumping tests.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[43]
PREPARATION OF MIXES AS PER APPROVED MIX AND CONDUCTING CONFIRMATORY TEST AT FIELD
LAB.
(i) The contractor shall make the cubes of trial mixes as per approved Mix design at site laboratory for all
grades, in presence of Engineer in charge using sample of approved materials proposed to be used in
the work prior to commencement of concreting and get them tested in his presence to his entire
satisfaction for 7 days and 28 days. Test cubes shall be taken from trial mixes as follows.
For each mix, a set of six cubes shall be made from each of the three consecutive batches. Three cubes
from each set of six shall be tested at age of 7 days and remaining three cubes at age of 28 days. The
cubes shall be made, cured, transported and tested strictly in accordance with specifications. The
average strength of nine cubes at age of 28 days shall exceed the specified target mean strength for
which design mix has been approved, the evaluation of test results will be done as per IS: 456-2000.
WORK STRENGTH TEST
TEST SPECIMEN
Work strength test shall be conducted in accordance with IS: 516 on random sampling. Each test shall be
conducted on six specimens, three of which shall be tested at 7 days and remaining three at 28 days.
Additional samples shall be prepared, if required, as per direction of Engineer in charge for testing samples
cured by accelerated method as described in IS : 9103.
TEST RESULTS OF SAMPLE
The test results of the sample shall be the average of the strength of three specimen. The individual
variation shall not be more than + - 15 percent of the average. If more, the test results of the sample are
invalid. 90% of the total tests shall be done at the laboratory established at site by the contractor and
remaining 10% in the laboratory of Government Engineering colleges, or in any other approved laboratory
as directed by the Engineer-in-charge.
STANDARD FOR ACCEPTANCE
(i) Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.
(ii) In order to keep the floor finish as per direction of Engineer-in-charge and as per Architectural
drawings and to provide required thickness of the flooring as per specification, the level of top surface
of RCC shall be accordingly adjusted at the time of its centring, shuttering and casting for which
nothing extra shall be paid to the contractor.
Ultrasonic Pulse Velocity Method of Test for RCC
(i) The underlying principle of assessing the quality of concrete is that comparatively higher velocities are
obtained when the quality of concrete in terms of density, homogeneity and uniformly is good. The
consistency of the concrete as regards its general quality gets established. In case of poorer quality
lower velocities are obtained. If there are cracks, voids or flaws inside the concrete which come in the
way of transmission of pulse, lower velocities are obtained.

(ii) The quality of concrete in terms of uniformity, incidence or absence of internal flaws, cracks and
segregation etc. indicative of the level of workmanship employed, can thus be assessed using the
guidance given in table below, which have been evolved for characterizing the quality concrete in
structure in term of the ultrasonic pulse velocity.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[44]
Velocity criterion for Concrete Quality Grading.

Sl. No. Pulse velocity by Cross Probing(km/sec) Concrete Quality Grading

1 Above 4.5 Excellent

2 4.5 to 3.5 Good

3 3.5 to 3.0 Medium

4 Below 3.0 Doubtful

Note: In Case of “doubtful” quality it may be necessary to carry further tests.


(iii) Pulse velocity method of test of concrete is to be conducted for CPWD works as a routine test. The
acceptance criteria as per the above table will be applicable which is as per IS 13311 (part 1): 1992.
From the above “Good” and “Excellent” grading are acceptable and below these grading the concrete
will not be acceptable.
(iv) 5% of the total number of RCC members in each category i.e., beam, column, slab and footing may be
tested by UPV test method for establishing quality of concrete. It is suggested that test be conducted
on RCC beam near joint with column, on RCC column near joint with beam, on RCC footings and rafts.
On RCC rafts a suitable grid can be worked out for determining number of tests. In addition, doubtful
areas such as honeycombed locations, locations, where continuous seepage is observed, construction
joints and visible loose pockets will also be tested.
(v) The test results are to be examined in view of the above acceptance criteria “Good” and “Excellent”
and wherever concrete is found with less than required quality as per acceptance criteria, repairs to
concrete will be made. Honeycombed areas and loose pockets will be repaired by grouting using
Portland Cement Mortar/Polymer Modifies Cement Mortar /Epoxy Mortar, etc. after chipping loose
concrete in appropriate manner. In areas where concrete is found below acceptance criteria and
defects are not apparently visible on surface ,injecting approved grout in appropriate proportion using
epoxy grout /acrylic Polymer modified cements slurry made with shrinkage compensating cement /
plain cement slurry etc will be resorted to for repairs.(refer relevant chapters from CPWD Hand Book
on Repairs and Rehabilitation of RCC Buildings).Repair to concrete will be done till satisfactory results
are obtained as per the acceptance criteria by retesting of the repaired area. If satisfactory results are
not obtained dismantling and relaying of concrete will be done at the cost of contractor.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[45]
MEASUREMENT
As per CPWD specifications.
TOLERANCES
As per CPWD specifications.
RATE: -
(i) In case of actual average compressive strength being less than specified strength which shall be
governed by para ‘Standard of Acceptance” as above the rate payable shall be worked out accordingly
on the basis of analysis.
(ii) In case of rejection of concrete on account of unacceptable compressive strength, governed by para
‘Standard of Acceptance’ as above, the work for which samples have failed shall be redone at the cost
of contractors. However, the Engineer in charge may order for additional tests (like cutting cores,
ultrasonic pulse velocity test, load test on structure or part of structure etc) to be carried out at the
cost of contractor to ascertain if the portion of structure wherein concrete represented by the sample
has been used, can be retained on the basis of results of individual or combination of these tests. The
contractor shall take remedial measures necessary to retain the structure as approved by the Engineer
in charge without any extra cost. However, for payment, the basis of rate payable to contractor shall
be governed by the 28 days cube test results and reduced rates shall be regulated in accordance with
para 5.4.13 of Revised CPWD specification 2009, Vol.-I taking rates of DSR 2016 for the relevant item
as base rate.
(iii) As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 12 to 20mm
or as required, lower than general floors shuttering should be adjusted accordingly. The landing level
of mumty / Staircase cabin shall be kept one riser level higher than adjoining slab level so as to
accommodate water proofing treatment over terrace slab. In case of kitchen slab the portion of floor
trap below kitchen platform be kept at lower level as per drawings. Nothing extra is payable on this
account.
(iv) For the execution of centering and shuttering, the contractor shall use propriety “Reebole” chemical
mould release agent of FOSROC or equivalent as shuttering oil as approved by Engineer-in-charge and
nothing extra shall be paid on this account.
COVER/SPACER BLOCK
The contractor shall provide approved type of support for maintaining the bars in position and ensuring
required spacing and correct cover of concrete to reinforcement as called for in the drawings, spacer blocks
of required shape and size. Chairs and spacer bars shall be used in order to ensure accurate positioning of
reinforcement. Spacer blocks shall be cast well in advance with approved proprietary pre-packed free flowing
mortars (Conbextra as manufactured by M/S Fosroc Chemicals India Ltd. Or equivalent as approved by the
Engineer-in-charge at his discretion) of high early strength and same colour as surrounding concrete, Pre-cast
cement mortar/concrete blocks/blocks of polymer shall not be used as spacer blocks unless specially
approved by the Engineer-in-charge, rate of RCC items is inclusive of cost of such cover blocks.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[46]
Waterproofing treatment
The waterproofing items should be got done through the firms approved by Engineer in Charge.
GUARANTEE FOR WATER PROOFING TREATMENT
Five years guarantee in the prescribed perform attached must be given by the contractor for the water
proofing treatment. In addition, 10% (ten percent) of the cost of these items would be retained as guarantee
to watch the performance of the work executed. However, half of this amount (withheld) would be released
after two monsoon seasons after the date of completion of the work, if the performance of the
waterproofing works is satisfactory. The remaining withheld amount can be released after completion of five
monsoon seasons after the date of completion of work, if the performance of the waterproofing work is
satisfactory. If any defect is noticed during the guarantee period, it should be rectified by the contractor
within seven days and, if not attended to, the same shall be got done by other agency at the risk and cost of
the contractor. In any case the guaranteeing firms during the guarantee period should inspect and examine
the treatment once in every year and make good any defect observed. However, the security deposit can be
released in full if bank guarantee of equivalent amount for five (5) years is produced and deposited with the
department.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[47]
PARTICULAR SPECIFICATION AND ADDITIONAL CONDITIONS FOR WATER PROOFING WORK

The work shall be got executed as per CPWD Specifications and as per the manufacturer’s specification
through specialized agency as approved by the Engineer-in-charge.
The contractor shall furnish the following particulars immediately after the issue of letter of acceptance by
the department.
a. The name of the specialized firm.
b. The trade names of the product, which would be used.
c. List of works where the treatment has been used.
d. Quantity of chlorides and sulphides used in the product.

GUARANTEE FOR WATER PROOFING TREATMENT


The contractor shall be fully responsible for and shall guarantee proper performance of the entire
waterproofing system for a period of 5 (Five) years to be reckoned from the date after the maintenance
period prescribed in the contract, which shall be furnished in a non-judicial stamp paper of value not less
than Rs.100/- in approved proforma before final payment and shall not in any way limit any other rights of
the Employer may have under the contract .Guarantee for water proofing shall comprises of all the items
described above in particular specification.
All water-proofing work shall be carried out through approved specialist agency as per method of
working approved by the Engineer-in-charge. However, the contractor shall be solely responsible for
waterproofing treatment until the expiry of the above guarantee period.
Five years guarantee in the prescribed proforma attached shall be given by the contractor for the
water proofing treatment. In addition, 10% (ten percent) of the cost of these items of water proofing under
this sub head shall be retained as guarantee to watch the performance of the work executed. However, half
of this amount (withheld) would be released after Two and half years from the date of completion of the
work if the performance of the waterproofing works is satisfactory. The remaining withheld amount shall be
released after completion of Five years from the date of completion of work if the performance of the
waterproofing work is satisfactory. If any defect is noticed during the guarantee period, it should be rectified
by the contractor within seven days of issuing of notice by the Engineer-in-Charge and, if not attended to, the
same shall be got done through other agency at the risk and cost of the contractor and recovery shall be
effected from the amount retained towards guarantee. In any case, the contractor and the specialist agency,
during the guarantee period, shall inspect and examine the treatment once in every year and make good any
defect observed and confirm the same in writing. The security deposit can be released in full, if bank
guarantee of equivalent amount, valid for the duration of guarantee period, is produced and deposited with
the Department.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[48]
GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF DEFECTS AFTER COMPLETION
OF WORK IN RESPECT OF WATER PROOFING WORKS.

This agreement made this day of ____________________Two Thousand and ____________ between
_________________________________________ (Name of Contractor) hereinafter call 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 buildings and
structures in the said contract recited completely water and leak proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said structures will
remain water / leak proof for five years from the date of completion of work.

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 completion of work.

Provided that the Guarantor will not be responsible for leakage caused by earthquakes or structural
defects or misuse of roof or alterations and for such purpose

a) Misuse of roof shall mean by operation, which will damage roofing 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 roof or construction adjoining to
existing roof, whereby roofing treatment is removed in parts.

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

During this period of guarantee, the Guarantor shall make good all defects and in case of any defects being
found, render the building water proof at his own cost, to the satisfaction of the Engineer-in- Charge 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
Department through 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.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[49]
That is the Guarantor fails to execute the necessary rectification or commits breach there under 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 reasons of any default on the part of GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and / or damage
and / or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and binding
on the parties.

In witness where of these present, has been executed by the Obligator


___________________________________________________________________ and by
_______________________________________________________________________ for and on behalf of
the PRESIDENT of INDIA on the __________ day of __________ month of ______________ 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 in the presence of:

1.

2.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[50]
PART-C
SCHEDULE OF QUANTITIES

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[51]
Schedule of Quantity
Name of Work : Annual Repair and Maintenance of Office building and other premises of Special
Bureau Campus at Kallikuppam, Chennai, during 2024 - 2025.
S No Description Qty. Unit Rate Amount
Clearing grass and removal of the rubbish up to a
1 distance of 50 m outside the periphery of the area 46849.00 sqm 10.47 490509
cleared.
Providing and laying in position cement concrete of
2 specified grade excluding the cost of centering and
shuttering - All work up to plinth level
1:2:4 (1 cement : 2 coarse sand (zone-III) derived
2.1 from natural sources : 4 graded stone aggregate 20 1.00 cum 9217.85 9218
mm nominal size derived from natural sources)
Providing and fixing IS : 12817 marked stainless
3 steel butt hinges (heavy weight) with stainless steel
screws etc. complete :
3.1 100x60x2.50 mm 3 each 124.43 373
Providing and fixing aluminium sliding door bolts, ISI
marked anodised (anodic coating not less than
4 grade AC 10 as per IS : 1868), transparent or dyed to
required colour or shade, with nuts and screws etc.
complete :
4.1 250x16 mm 1 each 304.90 305
Providing and fixing aluminium tower bolts, ISI
marked, anodised (anodic coating not less than
5 grade AC 10 as per IS : 1868) transparent or dyed to
required colour or shade, with necessary screws etc.
complete :
5.1 100x10 mm 2 each 75.70 151
Providing and fixing aluminium extruded section
body tubular type universal hydraulic door closer
(having brand logo with IS : 3564, embossed on the
6 body, door weight upto 36 kg to 80 kg and door 1 each 1150.29 1150
width from 701 mm to 1000 mm), with double
speed adjustment with necessary accessories and
screws etc. complete.
Providing and fixing aluminium handles, ISI marked,
anodised (anodic coating not less than grade AC 10
7 as per IS : 1868) transparent or dyed to required
colour or shade, with necessary screws etc.
complete
7.1 100 mm 2 each 69.67 139

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[52]
Fixing standard steel glazed doors, windows and
ventilators in walls, including fixing of float glass
panes with glazing clips and special metals ash
8 putty of approved make, or metal beading with
screws, (only steel windows, glass panes cut to size
and glazing clips or metal beading with screws, shall
be supplied by department free of cost.
Fixing with carbon steel galvanised dash fastener of
8.1 required dia and size (to be paid for separately) 2 each 47.74 95

Painting with synthetic enamel paint of approved


9 brand and manufacture to give an even shade
9.1 Two or more coats on new work 20.00 sqm 182.50 3650
Providing and applying white cement based putty of
average thickness 1 mm, of approved brand and
10 manufacturer, over the plastered wall surface to 100.00 sqm 182.68 18268
prepare the surface even and smooth complete.

Distempering with 1st quality acrylic distemper,


having VOC (Volatile Organic Compound) content
less than 50 grams/ litre, of approved brand and
11
manufacture, including applying additional coats
wherever required, to achieve even shade and
colour
11.1 Old work (One or more coat) 100.00 sqm 73.36 7336
Applying priming coats with primer of approved
12 brand and manufacture, having low VOC (Volatile
Organic Compound) content.
With water thinnable cement primer on wall surface
12.1 having VOC content less than 50 grams/litre 100.00 sqm 86.53 8653

Removing dry or oil bound distemper, water


proofing cement paint and the like by scrapping,
13 sand papering and preparing the surface smooth 100.00 sqm 29.51 2951
including necessary repairs to scratches etc.
complete.

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[53]
Cleaning of terrace/loft water storage tank (inside
surface area) upto 2000 litre capacity at all heights
with coconut brushes, duster etc., removal of silt,
rubbish from the tank and cleaning the tank with
fresh water disinfecting with bleaching powder@
0.5gm per litre capacity of tank, including marking
the date of cleaning on the side of tank body with
the help of stencil and paint and disposing of
14 malba, all complete as per direction of Engineer-in- 4000.00 Litre 0.59 2360
Charge. (The old date already written on tank
should be removed with paint remover or black
paint and if date is not written with the stencil or
old date is not removed deduction will be made @
Rs. 0.10 per litre if during cleaning any GI fittings or
ball cock is damaged that is to be repaired by
contractor at his own cost and nothing extra will be
paid on this account)
Cleaning and desilting of gully trap chamber,
including removal of rubbish mixed with earth etc.
15 10 each 126.71 1267
and disposal of same, all as per the direction of
Engineer-in-charge.
Cleaning of under ground sump, Over Head R.C.C.
Tank (independent staging) including disposal of slit
and rubbish, all as per direction of Engineer-in-
Charge. The cleaning shall consist following
operations :-(i) Tank shall be emptied of water by
pumping & bottom shall be cleaned of slit and
other deposits.(ii) Entire surface area of the sump
16 shall then scrubbed thoroughly with wire brush etc. 100.00 sqm 99.55 9955
and pressure washed with water.(iii) Chlorination of
RCC internal surface by liquid chlorine.(iv) The
treated surface shall be dried using air jetting and
all loose particles shall be removal from the
surface.(v) Finally the surface shall be treated with
ultraviolet radiation etc. as per direction of
Engineer-in-Charge.
Dismantling doors, windows and clerestory windows
(steel or wood) shutter including chowkhats,
17 architrave, holdfasts etc. complete and stacking
within 50 metres lead
17.1 Of area 3 sq. metres and below 2 each 429.62 859

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[54]
Dismantling cement asbestos or other hard board
ceiling or partition walls including stacking of
18 serviceable materials and disposal of unserviceable 25.00 sqm 65.93 1648
materials within 50 metres lead.
Providing, laying and making kerb channel 30 cm
wide and 50 mm thick with cement concrete 1:3:6
(1 cement: 3 coarse sand:6 graded stone aggregate
20 mm nominal size) over 75mm bed of dry brick
19 3.00 mtr. 653.50 1961
ballast 40 mm nominal size, well rammed and
consolidated and grouted with fine sand, including
finishing the top smooth etc. complete and as per
direction of Engineer-in-charge.
Providing and fixing P.V.C. low level flushing cistern
with manually controlled device (handle lever)
20
conforming to IS : 7231, with all fittings and fixtures
complete.
20.1 10 litre capacity - White 2 each 1393.52 2787
Providing and fixing brass bib cock of approved
21
quality
21.1 15 mm nominal bore 2 each 414.55 829
Providing and fixing double action hydraulic floor
spring of approved brand and manufacture
conforming to IS : 6315, having brand logo
embossed on the body / plate with double spring
mechanism and door weight upto 125 kg, for doors,
22 including cost of cutting floors, embedding in floors
as required and making good the same matching to
the existing floor finishing and cover plates with
brass pivot and single piece M.S. sheet outer box
with slide plate etc. complete as per the direction of
Engineer-in-charge.
With stainless steel cover plate minimum 1.25 mm
22.1 thickness 1 each 3303.90 3304

Total 567,768

Signature of Contractor Assistant Engineer, CSD 3/1

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[55]
Central Public Works Department

N.I.T. No: 06/EE/C1D/AE(C)-3/CPWD/CHENNAI/2024-25


Name of work: - Annual Repair and Maintenance of Office building and other premises of Special Bureau
Campus at Kallikuppam during 2024 - 25.

SCHEDULE OF QUANTITY
Name of the Contractor
% above or Total
Estimated cost % In
S.N Name of component below Cost
(Rs) Figures
estimate cost (Rs)
1 2 3 4 5 6
Annual Repair and Maintenance of Office
building and other premises of Special
1 5,67,768/-
Bureau Campus at Kallikuppam during
2024 - 25.
Total 5,67,768/-

1. The Column Nos 4&5 are mandatory to be filled by the bidders/ tenderers. If all these columns are left
blank, the tender become invalid.
2. The amount in figures in column No.6 shall appear automatically corresponding to the percentage
quoted in column No.4 & 5.
3. The tenderer needs to quote the percentage only above or below or at par with the estimated cost to
cover all the rates of item covered under the respective packages / schedule of quantities.
4. The percentage shall be written in 2 (two) places of decimal.
5. If the percentage selection in column No 4 is " At Par", by default the percentage will be considered as
"Zero" only. In other words, if "At par" is selected in column No.4, then no need to fill column No.5
6. The rate for the payment of each item will be - measured quantity x estimated rate of that particular
item x tender percentage corresponding package/schedule of quantities respectively.

Signature of Contractor Assistant Engineer, CSD 3/1

Corrections- Nil Omissions- Nil Insertions- Nil

AE (C), CSD 3, C1D, CPWD


[56]

You might also like