tender document dlf phase-i

Upload: ravinder-kumar

Post on 05-Apr-2018

219 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/2/2019 Tender Document DLF Phase-I

    1/46

    1

    T E N D E R D O C U M E N T

    FOR

    THE WORK OF

    Construction of Post Office building at DLF Phase-I, Gurgaon(Haryana)

    Certified that this tender document contains pages from 01 (One) to 46(Forty Six)and no page is missing or torn.

    Executive EngineerPostal Civil DivisionAmbala

    Postal Civil DivisionAMBALA

  • 8/2/2019 Tender Document DLF Phase-I

    2/46

    2

    NAME OF TENDERER : .

    NAME OF WORK : Construction of Post Office building at DLF Phase-I,Gurgaon (Haryana).

    I N D E X PAGESSL.NO.

    DETAILSFROM TO

    1) Cover Page 1 1

    2) Index 2 2

    3)Important instructions to the tenderers who have downloaded the tenderdocument from the website

    3 3

    4) Declaration 4 4

    5) Press Notice Inviting tender 5 5

    6) Notice Inviting tender 6 6

    7) CPWD -6 7 9

    8) CPWD -8 (Abridged form) 10 11

    9) Proforma of schedules 12 15

    10) Correction slip No.1 16 16

    11) Special conditions for design and drawings 17 17

    12) Special Conditions for Aluminium Works 18 18

    13)Guarantee to be executed by contractors for removal of defects aftercompletion in respect of water proofing works

    19 19

    14) Additional conditions, additional specifications & important notes 20 25

    15) Special conditions for ISI marked items 26 26

    16) Schedule-D Special Conditions/Specific requirements for the work 27 27

    17) Schedule of quantity 28 46

    Certified that this N.I.T. contains pages from 01 (One) to 46(Forty Six) and no page is missing or torn.

    Executive EngineerPostal Civil Division

    Ambala

  • 8/2/2019 Tender Document DLF Phase-I

    3/46

    3

    IMPORTANT INSTRUCTIONS TO TENDERERS WHO HAVEDOWNLOADED THE TENDER DOCUMENT FROM WEB

    The tenderers who have down loaded the tenders from the web, should read the followingimportant instructions carefully before actually quoting the rates & submitting the tenderdocuments: -

    1. The tenderer should see carefully & ensure that the complete tender documents includingschedule of quantities has been down loaded & there are 46(Forty Six) Pagesin all in the tenderdocument.

    2. The printout of tender documents should be taken on 12 (A4) paper only .

    3. The tenderer should ensure that no page in the down loaded tender document is missing.

    4. The tenderer should ensure that all pages in the down loaded tender document are legible &clear & are printed on a good quality paper.

    5. The tenderer should ensure that every page of the downloaded tender document is signedby tenderer with stamp (seal).

    6. On page 2,3,4,10,16,17,18,19,25,26,27 & 49 of the down loaded tender document, the nameof the tenderer should be filled by the tenderer.

    7. The tenderer should ensure that the down loaded tender document is properly bound andsealed before submitting the same.

    8. The loose / spiral bound tenders not properly sealed shall be rejected out-rightly.

    9. In case of any correction/addition/alteration/omission in the tender documents, it shall betreated as non- responsive and shall be rejected.

    10. The tenderer shall furnish a declaration to this effect that no addition/ deletion/corrections

    have been made in the tender documents submitted and it is identical to the tender documentappearing on Web site.

    11. The tenderer should read carefully & sign the declaration given on the next page beforesubmitting the tender.

    12. The cost of tender should be submitted along with the EMD as detailed in NIT.

    13. In case of any doubt in the down loaded tender, the same should be got clarified from the O/oExecutive Engineer (C), Postal Civil Division, Ambala before submitting the tender.

    CONTRACTOR Executive Engineer(C)

  • 8/2/2019 Tender Document DLF Phase-I

    4/46

    4

    D E C L A R A T I O N( TO BE GIVEN BY THE TENDERERS WHO HAVE DOWNLOADED THE TENDER DOCUMENT FROM THE WEB )

    It is to certify that :

    1) I / we have submitted the tenders in the Performa as downloaded directly from the website.

    2) I/ We have submitted tender documents which are same / identical as available in the

    website.

    3) I / we have not made any modification / corrections / additions etc in the tenderdocuments downloaded from web by me / us.

    4) I / We have checked that no page is missing and all pages as per the index are available &that All pages of tender document submitted by us are clear & legible.

    5) I / we have signed (with stamp) all the pages of the tender documents before submitting thesame.

    6) I / we have sealed the tender documents properly before submitting the same.7) I / We have submitted the cost of tender along with the EMD.

    8) I have read carefully & understood the important instructions to the all tenderers & totenderers who have down loaded the tenders from the web.

    9) In case at any stage later, it is found there is difference in our downloaded tender documentsfrom the original, Department shall have the absolute right to take any action as deemed fitwithout any prior intimation to me / us.

    10) In case at any stage later, it is found that there is difference in our downloaded tenderdocuments from the original, the tender / work will be cancelled and Earnest Money/ SecurityDeposit will be forfeited at any stage whenever it is so noticed. The department will not pay anydamages to me / us on this account.

    11) In case at any stage later, it is found that there is difference in our downloaded tenderdocuments from the original, I / We may also be debarred for further participation in the tender inthe department & would also render me / us liable to be removed from the approved list ofcontractors of the Department.

    Dated

    (CONTRACTOR)(SIGN WITH SEAL)

  • 8/2/2019 Tender Document DLF Phase-I

    5/46

    5

    DEPARTMENT OF POSTS (CIVIL WING)PRESS NOTICE INVITING TENDER

    The Executive Engineer (C), Postal Civil Division Ambala invites on behalf of The President ofIndia, sealed item rate tenders from eligible contractors for the work of Construction of PostOffice building at DLF Phase-I, Gurgaon (Haryana) for Estimated Cost of ` 63,22,412/-,EMD:`1,26,448/- Last date of Application 21/09/2011.For detailed information please log on to http://www.indiapost.gov.in/ orhttp://tenders.gov.in/department.asp?id=832

    Executive Engineer(c)

  • 8/2/2019 Tender Document DLF Phase-I

    6/46

    6

    NOTICE INVITING TENDER

    NIT No 17/EE(C)/PCDA/2011-12 Dated :-05/09/20111.0 Item rate tenders are invited on behalf of the President of India from approved and eligible contractors from the

    approved list of Department of Posts, B.S.N.L., CPWD, MES, Railways, Local State PWD (B&R) and alliedDepartments of local state PWD (B&R) eligible for tendering in respective State PWD (B&R) for building works

    for the work of Construction of Post Office building at DLF Phase-I, Gurgaon (Haryana). The Central/StateGovernment Undertakings in their own capacity shall also be eligible to tender under usual terms and conditionsapplicable to them from time to time.

    1.1 Tenders will be received up to 3 P.M. on 26/09/2011 in the office of i) Assistant Engineer (Civil) Postal Civil SubDivision 103/22 Laxmi Nagar Rohtak ii) Assistant Engineer (Civil),Postal Civil Sub Division 1st floor Post OfficeBuilding at Sec-29 Chandigarha) Estimated cost put to tender`63,22,412/-

    b) Earnest money to be deposited`1,26,448/- in the shape of call receipt of a scheduled bank / fixed depositreceipt of a schedule bank / demand draft of a schedule bank issued in favour of Accounts Officer, PostalCivil, Division, Ambala.

    c) Period of completion allowed 12 (Twelve) Months.d) Tenders will be opened at 3.30 p.m. by Executive Engineer (C) or his authorised representative on the

    same day in the presence of those who want to be present at :- i) Rohtak (Haryana ) in the office AssistantEngineer (Civil) Postal Civil Sub Division 103/22 Laxmi Nagar Rohtak and ii) Chandigarh in the office ofAssistant Engineer (Civil).Postal Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh. Thecontractor can drop only one tender for a work that may be at Chandigarh or Rohtak at the addressgiven above.

    1.2 All intending tenders, other than those enlisted with Department of Posts while applying for above work shouldhave completed satisfactorily RCC framed structure building works under Central Government/StateGovernment/Public Sector Undertakings / Autonomous body of Central Govt / Local State Govt atleast threesimilar works each of value not less than 40% of estimated cost or two similar works each of value not less than50% of estimated cost or one similar work costing not less than 80% of Estimated Cost during the last 7 yearsending last day of the month previous to one in which the tenders are invited.

    1.3 The contractors shall submit list of completed works of the requisite magnitude along with attested copies ofcertificates/testimonials of their satisfactory completion from the department concerned obtained from an officernot below the rank of an Executive Engineer in charge of the work while applying for issue of tender forms. Thework completed with imposition of levy of compensation for delay shall not be considered as satisfactorilycompleted work for the purpose of work experience.The eligible contractors are also required to submit attested copies of valid Sales Tax Certificate of Registrationissued by work contract cell of Sales Tax Department of Haryana Government at the place of work alongwith theapplication.

    2.0 The tender and the earnest money (including cost of tender if downloaded from web) shall be placed in separatesealed envelopes each marked Tender and Earnest Money respectively. Both the envelopes shall besubmitted together in another sealed envelope with name of work For down loadable tenders there should betwo extra separate envelops marked Eligibility documents and Declaration respectively, addressed to theExecutive Engineer (C) Postal Civil Division, Ambala. The Contractors who do not deposit the earnest money inthe above manner and also submit the downloadable tender in the manner prescribed will be summarilyrejected.

    3.0 Lay out plan showing the site of the proposed building and architectural working drawings can be seen in the

    office of E.E.(C) , Postal Civil Division, Ambala on all working days.4.0 Conditions and tender forms can be had on application from i) The Assistant Engineer (Civil) Postal Civil SubDivision 103/22 Laxmi Nagar Rohtak ii) The Assistant Engineer (Civil).Postal Civil Sub Division 1st floor PostOffice Building at Sec-29 Chandigarh.on payment of the`1000/- in cash as cost of tender (non-refundable).Application for tender forms will be received up to 4 p.m. on 21/09/2011 and tenders will be sold up to 4 p.m. on23/09/2011. In case of holiday is declared on any of the above noted days, that activity will be automaticallyshifted to next working day.

    5.0 Tenders, in which any of the prescribed conditions is not fulfilled or any condition including that conditionalrebate is put forth by the tenderer, shall be summarily rejected. However, the tenders with unconditional rebatewill be acceptable.

    6.0 The blank tender document with additional conditions and schedule of quantities / other schedule can also bedownloaded from Web site www.indiapost.gov.in/ or http://tenders.gov.in/department.asp?id=832. The cost oftender (Non-refundable) may be submitted along with EMD in the same manner as specified in Para 6 above.

    7.0 INSTRUCTIONS FOR TENDERER USING DOWNLOADED TENDER DOCUMENTS FROM WEBSITE :(i) The downloaded Tender documents in which rates are quoted should be properly bound and wax

    sealed. Loose/ spiral bound submission shall be rejected out rightly (in case of any correction /addition / alteration / omissions in the tender documents shall be treated as non responsive and shallbe rejected). Every page of downloaded tender shall be signed by the contractor with stamp (seal).The tenderer shall furnish declaration to this effect that no addition /deletion/ correction have beenmade in the tender documents submitted and it is identical to the tender documents appearing onWEBSITE.

    (ii) The tenderers shall also submit attested copies of eligibility and experience particulars in a separatesealed envelop superscribing Eligibility Documents in addition to the Tender and EMD asspecified in para 2.0 above. The envelope containing eligibility document shall be opened first. Theenvelope containing Tender and EMD shall only be opened for those tenderers who meet theeligibility criteria as per this NIT. The tender of the Contractor who do not submit the eligibilitydocuments in the above manner will be summarily rejected.

    (iii) The agreement shall be drawn only on the original tender documents available with the ExecutiveEngineer(C). Original tender documents are available in the Office of Executive Engineer(C),Postal Civil Division, Ambala which can be seen by the intending tenderer before tendering for thework.

    8.0 This notice is also available on website http://www.indiapost.gov.in/ orhttp://tenders.gov.in/department.asp?id=832.

    Executive Engineer(C)Postal Civil Division

    Ambala

  • 8/2/2019 Tender Document DLF Phase-I

    7/46

    7

    CPWD 6GOVERNMENT OF INDIA

    DEPARTMENT OF POSTSNOTICE INVITING TENDER

    1.0 Item rate tenders are invited on behalf of the President of India from approved and eligible

    contractor from the approved list of Department of Posts, BSNL, CPWD, MES, Railways, Local

    State PWD (B&R) and allied Departments of local state PWD (B&R) eligible for tendering in

    respective State PWD (B&R) for building works for the Construction of Post Office building atDLF Phase-I, Gurgaon (Haryana). The Central/State Government Undertakings in their owncapacity shall also be eligible to tender under usual terms and conditions applicable to them fromtime to time.

    1.1 Tenders will be received up to 3:00 P.M. on 26/09/2011

    (a) Estimated cost put to tender`63,22,412/-

    (b) Earnest money to be deposited`1,26,448/- in the shape of call receipt of a scheduled bank /

    fixed deposit receipt of a schedule bank / demand draft of a schedule bank issued in favour of

    Accounts Officer, Postal Civil, Division, Ambala.(c) Period of completion allowed 12 (Twelve) Months.

    Tenders will be opened at 3:30 p.m. on the same day in the presence of those who want to be

    present at :- i) Rohtak (Haryana ) in the office Assistant Engineer (Civil) Postal Civil SubDivision 103/22 Laxmi Nagar Rohtak and ii) Chandigarh in the office of Assistant Engineer

    (Civil).Postal Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh. Thecontractor can drop only one tender for a work that may be at Chandigarh or Rohtak at the

    address given above.

    1.2 All intending tenderers, other than those enlisted with Department of Posts while applying for

    above work should have completed satisfactorily RCC framed structure building works underCentral Government/State Government/Public Sector Undertakings / Autonomous body of Central

    Govt / Local State Govt atleast three similar works each of value not less than 40% of estimated

    cost or two similar works each of value not less than 50% of estimated cost or one similar work

    value not less than 80% of estimated cost (rounded to nearest one thousand rupees) in last 7 years

    ending last day of the month previous to one in which the tenders are invited

    1.3 The contractors shall submit list of completed works of the requisite magnitude along with attested

    copies of certificates/testimonials of their satisfactory completion from the department concerned

    obtained from an officer not below the rank of the Executive Engineer in charge of the work while

    applying for issue of tender forms. The work completed with imposition of levy of compensation

    for delay shall not be considered as satisfactorily completed work for the purpose of work

    experience.The eligible contractors are also required to submit attested copies of valid Sales Tax Certificate of

    Registration issued by work contract cell of Sales Tax Department.

    2 Agreement shall be drawn with the successful tenderer on prescribed Form No. C.P.W.D. 8 which

    is available as a Govt. of India Publication. Tenderer 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 date of handing over of the site, whichever is later, in

    accordance with the phasing, if any, indicated in the tender documents.

    4 The site for the work is available .

    5 Lay out plan showing the site of the proposed building and architectural working drawings can be

    seen in the office of E.E.(C) , Postal Civil Division, Ambala on all working days.

    Conditions and tender forms can be had on application from i) The Assistant Engineer (Civil)

    Postal Civil Sub Division 103/22 Laxmi Nagar Rohtak ii) The Assistant Engineer (Civil).Postal

    Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh on payment of the`1000 /-

    in cash as cost of tender (Non-refundable).Application for tender forms will be received up to 4 p.m. on 21/09/2011 and tenders will be sold

    up to 4 p.m. on 23/09/2011

  • 8/2/2019 Tender Document DLF Phase-I

    8/46

    8

    In case of holiday is declared on any of the above noted days, that activity will be automatically

    shifted to next working day.

    6(i) Tenders shall be accompanied with Earnest money of` 1,26,448/- (In cash up to ` 10000/-)

    /Receipt Treasury Challan/Deposit at call receipt of a scheduled bank/fixed deposit receipt of a

    scheduled bank/demand draft of a scheduled bank issued in favour of A.O., PCD, Ambala 50% of

    earnest money or`20 lacs, whichever is less, will have to be deposited in the shape prescribed

    above and balance amount of earnest money can be accepted in the form of Bank guarantee issued

    by a scheduled bank having validity for 6 months or more from the last date of receipt of tenders.

    6(ii) The tender and the earnest money (including cost of tender if downloaded from web) shall beplaced in separate sealed envelopes, each marked Tender and Earnest Money respectively.

    In cases where earnest money in cash is acceptable, the same shall be deposited with the Cashier of

    the Division and the receipt placed in the envelope meant for earnest money. Both the envelopes

    shall be submitted together in another sealed envelope with the name of work and due date ofopening written on envelope, which will be received by the EE(C) or his authorized representative

    in offices at 1.1 above up to 3.00 P.M. on 26/09/2011 and will be opened by him or his authorized

    representative in offices at 1.1 above on the same day at 3.30 P.M. The envelope marked Tender

    of only those tenderers shall be opened, whose earnest money (including cost of tender if

    downloaded from web), placed in the other envelope, is found to be in order.

    7 The contractor whose tender is accepted will be required to furnish performance guarantee of 5%

    (five percent) of the tendered amount within the period specified in Schedule F. This guaranteeshall be in the form of cash (in case guarantee amount is less than `10000/-) or Deposit at callreceipt of any scheduled bank/Bankers cheque of any scheduled bank/Demand Draft of any

    scheduled bank/pay order of any scheduled bank (in case guarantee amount is less than `

    1,00,000/-) or Govt. Securities or Fixed Deposit Receipts or Guarantee Bonds of any scheduled

    Bank or the State Bank of India in accordance with the prescribed form. In case the contractor

    fails to deposit the said performance guarantee within the period as indicated in Schedule

    F, including the extended period if any, the Earnest Money deposited by the contractor

    shall be forfeited automatically without any notice to the contractor.

    8 The description of the work is as follow :

    Construction of Post Office building at DLF Phase-I, Gurgaon (Haryana)Copies of other drawings and documents pertaining to the works will be open for inspection by the

    tenderers at the office of the above mentioned officer.

    Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves

    before submitting their tenders 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 this site, the accommodation they may

    require and in general shall themselves obtain all necessary informations as to risks, contingencies

    and other circumstances which may influence or affect their tender. A tenderer shall be deemed to

    have full knowledge of the site whether he inspects it or not and no extra charges consequent on

    any misunderstanding or otherwise shall be allowed. The tenderer 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 tender by a tenderer 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, toolsand 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.

    9 The competent authority on behalf of the President of India does not bind itself to accept the

    lowest or any other tender and reserves to itself the authority to reject any or all the tenders

    received without the assignment of any reason. All tenders in which any of the prescribed

    condition is not fulfilled or any condition including that of conditional rebate is put forth by the

    tenderer shall be summarily rejected.

    10 Canvassing whether directly or indirectly, in connection in with tenders is strictly prohibited and

    the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

    11 The competent authority on behalf of President of India reserves to himself the right of accepting

    the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate

    quoted.

  • 8/2/2019 Tender Document DLF Phase-I

    9/46

    9

    12 The contractor shall not be permitted to tender for works in the Postal Civil 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 anycapacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He

    shall also intimate the names of persons who are working with him in any capacity or are

    subsequently employed by him and who are near relatives to any gazetted officer in the

    Department of Posts or in the Ministry of Communications & IT. Any breach of this condition by

    the contractor would render him liable to be removed from the approved list of contractors of this

    Department.

    13 No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrativeduties in an Engineering Department of the Government of India is allowed to work as a contractor

    for a period of one year after his retirement from Government service, without the previous

    permission of the Government of India in writing. This contract is liable to be cancelled if either

    the contractor or any of his employees is found any time to be such a person who had not obtained

    the permission of the Government of India as aforesaid before submission of the tender or

    engagement in the contractors service.

    14 The tender for the works shall remain open for acceptance for a period of 90 (ninety) days from the

    date of opening of tender. If any tenderer withdraws his tender before the said period or issue of

    letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions

    of the tender which are not acceptable to the department, then the Government shall, without

    prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as

    aforesaid. Further the tenderer shall not be allowed to participate in the re-tendering process of thework.

    15 This Notice Inviting Tender shall form a part of the contract document. The successful

    tenderer/contractor, on acceptance of his tender 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 tender, all the documents including additional conditions, specifications and

    drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance

    thereof together with any correspondence leading thereto.

    (b) Standard C.P.W.D. Form 8.

    16 The blank tender document with additional conditions and schedule of quantities / other schedulecan also be downloaded from Web site www.indiapost.gov.in. or

    http://tenders.gov.in/department.asp?id=832. The cost of tender (Non-refundable) shall be

    submitted along with EMD in the same manner as specified in para 6 above.

    17 INSTRUCTIONS FOR TENDERER USING DOWNLOADED TENDER DOCUMENTS

    FROM WEBSITE :

    (i) The downloaded Tender documents should be properly bound and wax sealed. Loose/ spiral

    bound submission shall be rejected out rightly (in case of any correction / addition / alteration /

    omissions in the tender documents shall be treated as non responsive and shall be rejected). Every

    page of downloaded tender shall be signed by the contractor.

    (ii) The tenderers shall also submit attested copies of eligibility and experience particulars in a

    separate sealed envelop superscribing Eligibility Documents in addition to the Tender andEMD as specified in para 6(i) above. The envelope containing eligibility document shall be

    opened first. The envelope containing Tender and EMD shall only be opened for those

    tenderers who meet the eligibility criteria as per this NIT. The envelopes containing Tender &

    EMD of the Contractor who do not submit the eligibility documents in the above manner shall notbe opened.

    18 Tenders, in which any of the prescribed conditions is not fulfilled or any condition including that

    conditional rebate is put forth by the tenderer, shall be summarily rejected. However, the tenders

    with unconditional rebates will be acceptable.

    This notice is also available on website http://www.indiapost.gov.in/ or

    http://tenders.gov.in/department.asp?id=832.

    Executive Engineer(C)

    Postal Civil Division

    Ambala

  • 8/2/2019 Tender Document DLF Phase-I

    10/46

    10

    CPWD- 8GOVERNMENT OF INDIA

    DEPARTMENT OF POSTS

    STATE: Haryana CIRCLE: AmbalaBRANCH: Civil Wing DIVISION: PCD, AmbalaZONE : North SUB DN: PCSD, Rohtak

    ITEM RATE TENDER & CONTRACT FOR WORKS

    Tender for the work of:- Construction of Post Office building at DLFPhase-I, Gurgaon (Haryana).

    i) To be submitted by 15:00 hrs on 26/09/2011 at :- a) Rohtak (Haryana ) in theoffice Assistant Engineer (Civil) Postal Civil Sub Division 103/22 Laxmi NagarRohtak and b) Chandigarh in the office of Assistant Engineer (Civil).Postal CivilSub Division 1st floor Post Office Building at Sec-29 Chandigarh.

    ii) To be opened in Presence of tenderers who may be present at 15:30 hrs on

    26/09/2011 in the office of i) The Assistant Engineer (Civil) Postal Civil SubDivision 103/22 Laxmi Nagar Rohtak ii) The Assistant Engineer (Civil).PostalCivil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh.

    Issued to:- _________________________________(Contractor)

    Date of issue:- ________________________

    Executive Engineer (C)Postal Civil DivisionAmbala

    T E N D E RI/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, Specialconditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and allother 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 inSchedule F, Viz., schedule of quantities and in accordance in all respects with the specifications, designs,drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 ofthe Conditions of contract and with such materials as are provided for, by, and in respects in accordance with,such conditions so far as applicable.

    We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not tomake any modifications in its terms and conditions.

    A sum of`1,26,448/- is hereby forwarded in Deposit at call receipt of a Scheduled Bank/fixed deposit receiptof Scheduled Bank/Demand Draft of a scheduled Bank as earnest money, If I/we, fail to furnish the prescribedperformance guarantee within prescribed period, I/we agree that the said President of India or his successorsin office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest moneyabsolutely. Further, if I/We fail to commence work as specified, I/We agree that President of India or hissuccessors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeitthe said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall beretained by him towards security deposit to execute all the works referred to in the tender documents upon theterms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule F and those in excess of that limit at the rates to bedetermined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further,I/We agree that in case of forfeiture of Earnest money or both Earnest money and performance guarantee asafore said, I/We shall be debarred for participation in the re-tendering process of the work.

  • 8/2/2019 Tender Document DLF Phase-I

    11/46

    11

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

    Dated.. Signatures of ContractorPostal Address

    Witness:

    Address:

    Occupation:

    ACCEPTANCE

    The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me forand on behalf of the President of India for a sum of `____________ (` _____ ________ _________________ ______________ _________ ______________ _________________)

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

    i)

    ii)

    iii)

    Signatures.

    Designation.

    Dated.. For & on behalf of the President of India

  • 8/2/2019 Tender Document DLF Phase-I

    12/46

    12

    SCHEDULES

    SCHEDULE A - Schedule of Quantities (Enclosed)

    SCHEDULE B -

    Schedule of materials to be issued to the contractor.

    S.No. Description of item Quantity Rates in figures & words Place of issueat which the materialwill be charged to thecontractor

    1. 2. 3. 4. 5.

    Schedule B deletedSCHEDULE C

    Tools and plants to be hired to the contractor

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

    1. 2. 3. 4.

    Schedule C deleted

    SCHEDULE D-

    Extra schedule for specified requirements/documents for the work, if any.Additional conditions / specification, Important notes

    SCHEDULE E

    Reference to General Conditions of contract.

    NAME OF WORK : Construction of Post Office building at DLF Phase-I, Gurgaon(Haryana).

    Estimated cost of Work:- ````63,22,412/-

    i) Earnest Money:- ````1,26,448/-

    ii) Performance Guarantee- 5% of tendered Value

    iii) Security Deposit 5% of tendered Value

    SCHEDULE F

    General Rules & Directions:-

    Officer Inviting tender:- Executive Engineer(c), Postal Civil Division-, Ambala (Haryana).Maximum percentage for quantity of items of work tobe executed beyond which rates are to be determinedin accordance with Clauses 12.2. & 12.3 See below

    Definitions:

    i) Engineer-in-Charge: Executive Engineer(c), Postal Civil Division, Ambala

    ii) Accepting Authority: Chief Engineer(C), D.O.P. New Delhi.

    iii) Percentage on cost of materials 15%

  • 8/2/2019 Tender Document DLF Phase-I

    13/46

    13

    and labour to cover all over-heads and profits.

    iv) Standard Schedule of Rates: DSR-2007

    v) Department: Department of Posts

    vi) Standard CPWD contract Form CPWD form 8 as modified & corrected up to date correction

    slips and General conditions.Clause 1

    i) Time allowed for submission of Performance Guarantee 15 daysfrom the date of issue of letter of acceptance, in days.

    ii) Maximum allowable extension beyond the period 15 daysprovided in (i) above in days.

    Clause 2

    Authority for fixing compensation under clause 2. S.E(C), PCC, Ambala

    Clause 2A

    Whether Clause 2A shall be applicable: No

    Clause 5Number of days from the date of issue of letterof acceptance for reckoning date of start. 15 Days

    S.No. Financial progress Time allowed(From date of start)

    Amount to be with-held

    1.2.3.4.

    1/8th

    (of whole work)3/8

    th(of whole work)

    3/4th

    (of whole work)Full

    1/4th

    (of whole time)1/2 (of whole time)3/4

    th(of whole time)

    Full

    In the event of not achieving thenecessary progress, from the runningpayments 1% of tendered value ofwork will be withheld for failure of eachmile stone.

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

    Clause 6, 6A

    Clause applicable :- (6 or 6A) Clause 6

    Clause 7

    Gross work to be done together with net payment/adjustment ````7,42,690/-

    of advances for material collected, if any, since the last suchPayment for being eligible to interim payment.

    Clause 10A

    List of testing equipments to be provided by the contractor at site lab.1. Cube moulds. 2.Jar for silt cement testing. 3. Set of sieves. 4 Weighing Balance. 5. Slump Cone.

    Clause 10B(i)

    Whether Clause 10 B (ii) shall be applicable No

    Clause 10C

    Component of labour expressed as percent of value of work = 25 %.

    Clause 10CC Not applicable

  • 8/2/2019 Tender Document DLF Phase-I

    14/46

    14

    Clause 10CA

    Materials Covered under thisclause

    Nearest materials (other thancement, reinforcement barsand structural steel) for whichAll India Wholesale PriceIndex to be followed:

    Base Price of all the Materialscovered under Clause 10 CA

    (A) Cement(B) Steel

    (C) Structural Steel

    Nil (A) `5000/-(B) `47160/-

    (C)`43763/-

    Clause 11Specifications to be followed for execution of work:- CPWD specifications 2007 With upto date

    Correction SlipsClause 1212.2 & 12.3 Deviation Limit beyond which clauses 30%

    12.2. & 12.3 shall apply for buildingWork.

    12.5 Deviation Limit beyond which clauses 100%

    12.2 & 12.3 shall apply for foundationWork.

    Clause 16Competent Authority for deciding reduced rates:- S.E(C), PCC, Ambala

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

    S.No. MinimumQualification ofTechnicalRepresentative

    Discipline Designation(PrincipalTechnical/Technicalrepresentative)

    MinimumExperience

    Number Rate at which recoveryshall be made from thecontractor in the eventof not fulfilling provisionof clause 36(i)Figures Words

    1. Graduate

    Engineer

    Civil Principal

    TechnicalRepresentative

    5 years 01 `15000/ `Fifteen

    thousand

    only per

    month.

    Assistant Engineers retired from Government Services that are holding Diploma in Civil Engineering will be

    treated at par with Graduate Engineer.

    Clause 42

    i) Schedule/statement for determining theoretical quantity of cement & bitumen on the basisof Delhi Schedule of Rates 2007 printed by C.P.W.D.

    ii) Variation permissible on theoretical quantities:a) Cement

    for works with estimated cost put to 2% Plus /minusto tender more than 5 lakhs

    b) Bitumen for all works 2.5% plus only & nil on minus side

    c) Steel Reinforcement and Structural steel 2% plus/minussections for each diameter, section and

    category

    d) All other materials NIL

  • 8/2/2019 Tender Document DLF Phase-I

    15/46

    15

    Price to be considered for recovery.

    Recovery rate for quantities beyond permissible variation.Rate in figures and words at which recovery

    shall and made from the contractorSl. No. Description of item Excess use beyond

    permissible

    variation

    Less use beyondthe permissible

    variation1 Cement2 Steel Reinforcement3 Structural Sections4 Bitumen issued free5 Bitumen issued at

    stipulated fixed price.

  • 8/2/2019 Tender Document DLF Phase-I

    16/46

    16

    CORRECTION SLIP NO.1

    (Correction to Form CPWD-6 & 7/8 (2010)

    (For use in Department of Posts: India)

    CORRECTION TO:- Definition under CONDITIONS OF CONTRACT all reference to:-i) Director General of Works, CPWD,ii) CPWD/Public Works Department,iii) Administrative Head of CPWD,iv) Chief Engineer, CPWDv) CPWD Circle &vi) Ministry of Urban Development

    In various clauses shall be taken to mean:-

    i) Chief Engineer(c), Department of Posts,ii) Department of Posts/Civil Wing,iii) Administrative Head of Department of Postsiv) Chief Engineer(c), Department of Postsv) Postal Civil Circle/Zone &vi) Ministry of Communications & IT, Department of Posts

    EXCEPT IN:- In the following places and clauses where no modifications are intended:-

    i) CPWD safety code,ii) Clause

    1,1A,2,3,4,5,6,7,8,8A,9,9A,10,10A,10B(i),10C,10CA,10D,11,12,13,14,15,16,17,18,18A,18B,19,19A,19B,19C,19D,19E,19F,19i,19J,19K,20,21,22,23,24,25,26,27,28,29,29B,30,31,31A,32,33,35,36,37,38,39,40,41,42,43,44,45

    iii) Model rules for protection of health and Sanitary arrangement for workers employed byCPWD or its contractors (Heading only)

    iv) Central Public Works Department Contractors Labour Regulations (In Heading andRegulations No.1 only),v) CPWD- Delhi Schedule of Rates and Specifications

    Contractor Engineer-in-Charge

  • 8/2/2019 Tender Document DLF Phase-I

    17/46

    17

    SPECIAL CONDITIONS FOR DESIGN AND DRAWINGS

    The contractor shall supply three sets of structural drawings containing structural

    details of Footings, Columns, Beams, Slabs, Staircase etc. and one set of design

    calculations. The design calculations shall be in the form of (a) hard copy containing

    inputs and output details and (b) CD containing entire design details. The design shall be

    based on the architectural drawings, scope of work, site conditions etc as per agreementand allowed SBC to be got confirmed from Engineer-in-charge. The design and drawings

    should take into consideration all types of Dead Loads, Live Loads, Seismic Forces etc.

    conforming to guidelines provided under various and relevant IS codes. These basic data

    can also be obtained from the Engineer-in-charge (who in turn may refer the data

    considered in technically sanctioned detail estimate).

    The design and drawings shall be got done by the contractor from any recognized

    and reputed Govt. Engineering College to be approved by the Engineer-in-charge.

    The structural design and drawings shall be submitted to the Engineer-in-chargeby the contractor, who will submit to the tender accepting authority.

    The Engineer-in-charge will then forward the design and drawings along with his

    recommendations to the Tender Accepting Authority for his approval. The work will be

    executed on the basis of approval structural drawings by tender accepting authority.

    Nothing extra will be paid separately by the department for structural design and

    drawings done from Engineering College &/ or for incorporating (a) changes in the

    design and drawing to satisfy codal provision &/ of (b) changes in the RCC members,

    reinforcement etc. during checking and approval of structural design and drawing.

    Time Schedule for the supply of structural drawings along with design

    calculations shall be as under:-

    (i) Foundations, Columns, Plinth Beams (if required), Staircase up to firstfloor:- within 20 (twenty) days from award of the work.

    (ii) Each floor drawings including Columns, Beams, Slab, Staircase etc:-within every 15 (fifteen) days thereafter.

    (iii) For ancillary works like underground Sump, Pump House andOverhead Tank etc. if and when required, within 90 (ninety) days from

    start of the work.

    Contractor Engineer-in-charge

  • 8/2/2019 Tender Document DLF Phase-I

    18/46

    18

    SPECIAL CONDITIONS FOR ALUMINIUM WORKS

    (For Doors, Windows, Ventilators and Partitions)

    1. Extruded aluminium sections of JINDAL, INDAL or Equivalent as approved by theEngineer-in-Charge shall only be used. The various aluminium sections of JINDAL makegenerally used in doors, windows, ventilators, partitions etc, are indicated in the table attached.

    The sections of other size, shape and thickness may also be used is approved by the Engineer-in-Charge. Various tests of aluminium sections shall be conducted in accordance with relevantprovisions of IS:1868, IS:5523 & IS:5528.

    2. Aluminium doors, windows, ventilators and partitions shall be fabricated generally as perthe approved (architect) drawings. Alternatively, the contractor shall submit the drawingsindicating the proposed sections to be used by him and the fixing arrangements, for approval. TheEngineer-in-Charge shall have the right to reject or modify these drawings before approval andthe contractor is bound to execute the work in accordance with drawings approved by theEngineer-in-Charge.

    3. Samples of doors, windows, ventilators and partitions as per approved drawings, shall befabricated and got approved from the Engineer-in-Charge before taking up the execution of theseitems.

    4. Aluminium sections shall be jointed to each other, wherever required, with extrudedaluminium angle cleats of suitable size and of thickness not less than 6mm in frames ofdoors/windows/ventilators/partitions & door shutters and not less than 4mm in window shutters,with stainless steel screws. All joints, unless specified, shall be mitred.

    5. Fabricated aluminium frames shall be given a lacquer coating, which shall be maintainedduring the entire period of construction to prevent any damage to the anodic (Powder) coating toaluminium sections. The surface shall be cleaned and polished before handing over the works.Nothing extra shall be paid on this account.

    6. Sliding-Shutters in partly openable windows, shall be provided with heavy-duty nylonrollers with concealed bearings and aluminium stoppers and special locking arrangements asapproved by the Engineer-in-Charge. The interlocking styles of sliding shutters shall be provided

    with PVC weather sealing gasket. To drain off rain water collected in between channels, cuts of15mm width shall be provided at both ends of the bottom track as directed by the Engineer-in-Charge.

    Side-Hung-Shutters in fully openable windows, shall be provided with best quality heavy-duty type anodic (Powder) coated aluminium hinges with stainless steel pins/bolts, anodized(Powder) coated aluminium peg stays and fasteners of suitable size and shape.

    7. RATES:- Actual weight of extruded aluminium sections, angle cleats and snap beadings,excluding the weight of all fittings and fixtures, shall be measured for payment. The cost of allfittings and fixtures (i.e. stainless steel screws, nylon rollers, locking arrangements, gasket,making cuts, hinges, pins/bolts, peg stays, fastners) and the wastage of extruded aluminiumsections, shall be deemed to be included in the agreement rate and noting extra whatsoever shallbe payable. Panelling and glazing shall be paid separately.

    Contractor Engineer-in-Charge

  • 8/2/2019 Tender Document DLF Phase-I

    19/46

    19

    GUARANTEE TO BE EXECUTED BY CONTRACTORSFOR REMOVAL OF DEFECTS AFTER COMPLETION INRESPECT OF WATER PROOFING WORKS

    (Refer Original and Main Agreement NoDated..)

    The Agreement made this . Day of . Two thousand and .between .. son of of. (hereinafter called the Guarantor of the one part) and the

    PRESIDENT OF INDIA (hereinafter called Government of the other part).

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

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

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

    prescribed in the Contract.Provided that the guarantor will not be responsible for leakage caused by earth quake or

    structural defects or misuse of roof or alteration and for such purpose:

    a) Misuse of roof shall mean any operation which will damage proofing treatment, likechopping of fire wood and things of the same nature which might cause damage to roof;

    b) Alteration shall mean construction of an additional storey or a part of the roof orconstruction adjoining to existing roof whereby proofing treatment is removed in parts;

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

    During this period of guarantee, the guarantor shall make good or defects and in case of anydefect being found, render the building water proof to the satisfaction of the Engineer-in-Charge athis cost and shall commence the work for such rectification within seven days from the date ofissue of notice from the Engineer-in-Charge calling upon him to rectify the defects, failing whichthe work shall be got done by the Department by some other contractor at the GUARANTORScost and risk. The decision of Engineer-in-Charge as to the cost, payable by the guarantor shallbe final and binding.

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

    IN WITNESS WHEREOF these presents have been executed by the obligor

    and by . and for and on behalf of the PRESIDENT OFINDIA on the day, month and year first above written.

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

    1., 2.

    Signed for and on behalf of THE PRESIDENT OF INDIA by in thepresence of :

    1 , 2.

    Contractor Engineer-in-Charge

    Refer appendix-25 of CPWD Works Manual 2007)

  • 8/2/2019 Tender Document DLF Phase-I

    20/46

    20

    ADDITIONAL CONDTIONS, ADDITIONAL SPECIFICATIONS &IMPOTANT NOTES

    A ADDITIONAL CONDITIONS

    1. The contractor shall at his own expense, provide all materials, required for work.

    2. The Contractor shall maintain safe custody of materials brought to the site. The contractor shallalso employ necessary watch and ward establishment for the work and other purposes as requiredat his own cost.

    3. For Cement and Steel and other materials, as prescribed, the quantities brought at site shall beentered in the respective material at site accounts and shall be treated as issued for maintenance ofdaily consumption.

    4. The procurement of cement and Reinforcement Steel and their issue and consumption shall begoverned as per conditions laid down hereunder.

    4.1 CEMENT

    4.1.1 The contractor shall procure 43 grade (Conforming to I.S: 8112) Ordinary Portland Cement, asrequired in the work, from reputed manufactures of cement, having a production-capacity of onemillion tonnes per annum or more. Such as A.C.C. L&T, Vikmam, Shri Cement and CementCorporation of India etc. as approved by Ministry of Industry, Government of India, and holdinglicense to use ISI Certification mark for their product. Supply of cement shall be taken in 50 kgbags bearing manufacturers name and ISI marking. Samples of cement arranged by thecontractor shall be taken by the Engineer-in-charge and got tested in accordance with provisionsof the relevant BIS Codes. In case test results indicate that the cement arranged by the contractordoes not conform to the relevant BIS Codes, the same shall stand rejected and shall be removedfrom the site by the contractor at his own cost within a weeks time of written order from theEngineer-in-Charge to do so.

    4.1.2 The cement shall be brought at site in bulk supply as decided by the Engineer-in-Charge.

    4.1.3. The cement godown of the capacity to store about 2000 bags of cement or as decided by theEngineer-in-Charge shall be constructed by the contractor at site of work for which no extrapayment shall be made. Double lock provision shall be made to the door of the cement godown.The keys of one lock shall remain with the Engineer-in-Charge or his authorized representativeand the key of other lock shall remain with the contractor. The contractor shall facilitate theinspection of the cement godown by the Engineer-in-Charge at any time.

    4.1.4 The contractor shall supply free of charge the cement required for testing. The cost of tests shallbe borne by the contractor/Department in the manner indicated below.

    (i) By the contractor, if the results show that the cement does not conform torelevant BIS Codes.

    (ii) By the Department, if the results show that the cement conforms to relevantBIS codes.

    4.2 STEEL

    4.2.1 The contractor shall procure steel reinforcement bars conforming to relevant BIS Codes frommain producers as approved by the Ministry of Steel. For TMT Bars conforming to relevant BIScodes, procurement shall be made from main producers having valid BIS Licence. The contractorshall have to obtain and furnish test certificates to the Engineer-in-Charge in respect of allsupplies of steel brought by him to the site of work. Samples shall also be taken and got tested bythe Engineer-in-Charge as per the provisions in this regard in the relevant BIS Codes. In case thetest results indicate that the steel arranged by the contractor does not conform to BIS Codes, the

    same shall stand rejected and shall be removed from the site of work within a weeks time fromwritten order from the Engineer-in-Charge to do so.

  • 8/2/2019 Tender Document DLF Phase-I

    21/46

    21

    4.2.2 The steel reinforcements shall be stored by the contractor at site of work in such a way as toprevent distortion and corrosion and nothing extra shall be paid on this account. Bars of differentsizes (diameters) and lengths shall be stored separately to facilitate easy counting and checking.

    4.2.3 For checking nominal mass, tensile strength, bend test, re-bend test, elongation test, proof stressetc. specimen of sufficient length shall be cut from each diameter of the bar at random atfrequency not less than that specified below.

    For Consignment-----------------------------------------------------------

    Size(Diameter) of bar Below 100 tonnes Over 100 tonnes

    Under to 10mm dia One sample for each One sample for each 4025 tonnes or part thereof tonnes or part thereof

    10mm to 16 mm dia One same for each One sample for each 4535 tonnes or part tonnes or part thereofthereof

    Over 16mm dia One sample for each One sample for each 5045 tonnes or part Tonnes or part thereof

    thereof.

    4.2.4 The contractor shall supply free of charge the steel bars required for testing. The cost of testsshall be borne by the contractor/Department in the manner indicated below.

    (i) By the contractor, if the results show that the steel does note conform torelevant BIS Codes.

    (ii) By the Department, if the results show that the steel conforms to relevant BIScodes.

    4.2.5 Coefficient of weight i.e., the weight per unit length of the steel procured by the contractor shall beascertained at site before using it and certified by the Engineer-in-Charge. In case weight per unit

    length is beyond the rolling margin as laid down in the BIS: 1786, the steel will be rejected andshall be removed as per para 5.2.1 above from the site of work within a weeks time from writtenorder from the Engineer-in-Charge to do so. In case weight per unit length is more than thestandard coefficient of weight for the diameter, but is within the rolling margin, then the paymentshall be made as per the standard weight per unit length, and, where the weight per unit length islesser than the standard coefficient of weight for the diameter, but is within the rolling margin, thepayment shall be restricted with respect to the actual weight per unit length of the diameter.

    4.3 The standard sectional weights referred to in standard table under para 5.3.3, CPWDSpecifications for Cement Mortar, Cement Concrete and RCC works, are to be considered forconversion of length of various sizes of Steel Reinforcement bars into weight.

    4.4 The actual issue and consumption of steel and cement on the work shall be regulated and proper

    accounts maintained as provided in clause 10 of the contract. The theoretical consumption ofcement and steel shall be worked out as per procedure prescribed in Clause 42 of the contract adshall be governed by conditions laid therein.

    4.5 Steel and Cement brought to site and remaining unused shall not be removed from site withoutthe written permission of the Engineer-in-Charge.

    5. No payment shall be made to contractor for any damaged caused by rain, snowfall, floods or anyother natural cause what so ever during the execution of work because of cause(s) not coveredunder Clause 43 of the Contract. The damage to work will be made good by the contractor at hiscost, and no claim on this account be entertained.

    6. Some restrictions may be imposed by the security staff etc. on the working and/or movement of

    labour, materials etc. and the contractor shall be bound to follow all such restrictions/instructionsand nothing extra shall be payable on this account.

  • 8/2/2019 Tender Document DLF Phase-I

    22/46

    22

    7. The Contractor shall comply with proper and legal orders and directions of the local or publicauthority or municipality and abide by their rules and regulations and pay all fees and chargeswhich he may be liable and nothing extra shall be payable on this account. The work shall becarried out without infringing on any of the local Municipal Bye-Laws.

    8. The contractor shall engage licensed plumber for sanitary, water supply, drainage work and alsoget all the materials and system (including the materials supplied if any, by the department)

    tested by the Municipal Authority, whenever required, at his own cost including testing fees,transport etc. according to Municipal by Laws. The contractor shall produce necessary certificatefrom the Municipal Authorities after completion of work. Nothing extra will be paid on this account.

    9. The water supply sanitary installation and drainage work shall be carried out in a mannercomplying in all respects with the requirement of relevant by laws of the local municipal authorityof the place at no extra of the department.

    10. The rate for every item of work to be done under this contract shall be for all heights, depths,lengths and widths of the structure (except where specially mentioned in the item) and nothingextra will be paid on this account.

    11. The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution

    boards such as day and night boards, speed limit boards and flags, red lights and providingbarriers etc. He shall be responsible for all the damages and accidents caused due to negligenceon his part. No hindrance shall be caused to traffic during the execution of work. Nothing extra willbe paid on this account.

    12. The contractor will work in close liaison, during the works, with other contractors of water supply,sanitary, drainage arrangements, electrical installation and any other works and adjust his workplan accordingly.

    13. The contractor shall be required to produce samples of all materials and fittings sufficiently inadvance for obtaining approval of the Engineer-in-Charge.

    14. The contractor shall be responsible to arrange on his own cost all necessary tools and plants

    required for execution of work. The contractor shall provide at his own cost suitable weighing andmeasurement arrangements at site for checking weight/dimensions as may be necessary for theexecution of the work. The contractor shall maintain all work in good condition during theexecution and till completion of entire work allotted to him.

    15. Any damage done by the contractor to any existing work during the course of execution of worktendered for shall be made good by him at his own cost.

    16. The rate for all items of work wherein cements is used inclusive of charges for curing.

    17. Samples of various materials required for testing shall be provided free of charges by thecontractor. Testing charges, if any shall be borne by the Deptt. If the test results are satisfactoryand are in conformity to the relevant provisions of the specifications. All other expenditure

    required to be incurred for taking samples, conveyance, packing, octroi/Tax, if any, etc. shall beborne by the contractor himself.

    18. The contractor shall keep the site clear thoroughly of rubbish unless scaffolding and materials etc.from time to time as well as before the actual date of completion of the work as per directions ofthe Engineer-in-Charge.

    19. The doors and windows frames & shutters shall not be painted, oiled or otherwise treated andfixed in position before these are approved by the Engineer-in-Charge.

    20 OTHER TAXES AND ROYALTIES

    20.1 Works Contract Sales Tax as prevalent as per statutory orders of State/Central Government and

    shall be charged on gross value of all the bills and shall be recovered from bill of the contractor asworks contract sales tax should there be any increase in rate of works Contract Sales Tax duringexecution of the contract, the same shall also be payable by the contractor.

  • 8/2/2019 Tender Document DLF Phase-I

    23/46

    23

    20.2 Royalty shall have to be paid by the contractor on all materials such as stone, bricks, boulders,metal, shingle, bajri, stone aggregate, coarse sand and fine sand etc. or any other materials usedfor the execution of the work direct to the Revenue Authority of the District/ State Govt.concerned. The contractor shall obtain No Demand Certificate from the District/State Govt.authority concerned before the final bill is paid, failing which necessary recovery will be effectedat the applicable rates in the final bill.

    20.3 The contractor shall obtain labour clearance certificate from the designated Labour Commissioneror other designated authority of the State/Central Government and submit same to the Engineer-

    in-Charge before payment of final bill.

    21. PROGRAMME FOR EXECUTION OF WORK

    21.1 The contractor shall submit a time and progress chart to the Engineer-in-Charge including theduration of various construction activities for completion of work within 15 days from the date ofaward. The total time taken for various activities should not exceed the stipulated time ofcompletion specified in the tender. The chart should be updated as per the progress in the workand shall be operated as per Clause 5 of the contract.

    21.2 The work shall be executed as per programme approved by Engineer-in-Charge of the work. Noclaim what so ever will be entertained on this account.

    22 ARRANGEMENT OF WATER AND PAYMENT OF CHARGES ETC. IN CONNECTION WITHWATER USED FOR CONSTRUCTION PURPOSE

    22.1 The contractor shall make his own arrangement for the water to be used for construction purpose.The contractor will get the water tested before execution of work. The water used for constructionshall conform to the relevant provisions as mentioned under para 3.1.1 on page 68 of revisedCPWD specifications 2009 for cement mortar, cement concrete and RCC works.

    22.2 Water required for the execution of work may be sup-plied to the contractor in case of availabilityof water at discretion of the Engineer-in-Charge in accordance to Clause 31-A of contractdocuments.

    22.3 The charge (if any) etc. incidental to water used for construction purpose shall be borne by thecontractor/agency under the following cases:-

    22.3.1 In case of temporary water connection from municipal mains the water charges and seweragecharges (including water used for construction purposes) have to be borne by the Contractor.

    22.3.2 In case of water used from other sources, the prior permission for using the water for constructionpurpose has to be obtained from municipal corporation/ Local Bodies by the Contractor. Watercharges sewerage charges, or any other charges, for use of water from other sources forconstruction purposes have to be borne by the contractor.

    B PARTICULAR SPECIFICATIONS

    1. GENERAL

    1.1 The work, shall in general, conform to the CPWD specifications shall mean CPWD specifications2007

    1.1.1 Should there be any difference between the specifications mentioned above and thespecifications given in the Schedule of quantities, the later shall prevail.

    1.1.2 If the specifications for any item are not available in the CPWD specifications cited above,relevant BIS Specifications should be followed.

    1.1.3 In case BIS Specifications are also not available, the decision of Engineer-in-Charge given inwriting based on acceptable sound engineering practice and local usage shall be final andbinding on the contractor.

  • 8/2/2019 Tender Document DLF Phase-I

    24/46

    24

    1.2 The work will be carried out in accordance with the architectural drawings and structuraldrawings. The Structural and architectural drawings shall have to be properly correlated beforeexecuting the work.

    1.2.1 In case of any difference noticed between Architectural and Structural drawings, the contractorshall obtain decision in writing of the Engineer-in-Charge.

    1.2.2 In case of discrepancy in the item given in the schedule of quantities appended with the tenderand architectural drawings relating to the relevant item, former shall prevail unless otherwise

    given in writing by the Engineer-in-Charge.

    2. The following modifications to the above specifications shall, however, apply.

    2.1 EARTH WORK

    2.1.1 During excavation and trenching work etc. the contractors shall ensure compliance to theguidelines in such matters laid down by the local body/bodies to ensure that there is minimumhazard to the operating personals and users, minimum inconvenience to the users, minimizeddamage to the underground plan/ services of other utilities in a coordinated way, in the interest ofpublic convenience and overall safety.

    2.1.2 Any trenching and digging for laying sewer lines/ water lines/ cables etc. shall be commenced by

    the contractor only when all men, machinerys and materials have been arranged and closing ofthe trench(s) thereafter shall be ensured within the least possible time.

    2.1.3 Surplus excavated earth which is beyond the requirement of D.O.P. shall have to be disposed ofby the contractor at his own cost beyond the municipal limits or at places identified by the localbodies or as directed by the Engineer-in-Charge after obtaining written permission of theEngineer-in-Charge and no payment will be made by the Department for such disposal of thissurplus excavated earth.

    2.1.4 The contractor shall, at his own expense and without extra charges, make provision for allshoring, pumping, dredging or bailing out water, if necessary, irrespective of the source of water.The foundation trenches shall be kept free from water while all the works below Ground level are

    in progress, without any extra payment.

    2.2 Reinforced Cement Concrete Work & Plain Cement ConcreteGeneral

    2.2.1 Where only one variety of sand is available, the sand will be sieved for use in finishing work toachieve the required particle size distribution as per CPWD specifications in order to obtainsmooth surface and nothing extra shall be paid to the contractor on this account.

    2.2.2 Sand to be used shall not have any chloride/sulphate or any other impurities beyond permissiblelimit given in the CPWD specification.

    2.2.3 Water:- It shall conform to requirements laid down in IS: 456-2000 and CPWD Specification.

    2.3 R.C.C. work (Nominal mix concrete)-Water-Cement Ratio:-

    For RCC Works, wherever nominal mix of concrete is stipulated in the items for work, Formaintaining proper quality and durability requirements of the structure, maximum water-cementratio shall be restricted to 0.55. If in normal course of work, the required workability is notachieved; suitable plasticizers/admixtures may be used for improving the workability of concretewith the approval of Engineer-in-Charge for which nothing extra shall be paid.

    2.3.1 For concreting work, mixer with lifting hopper shall have to be used for mixing concrete.

  • 8/2/2019 Tender Document DLF Phase-I

    25/46

    25

    2.4 Cement Slurry, if any,. Added over base, surface(or) for continuation of concreting for better bondis deemed to have been in built in the terms (Unless other wise explicitly stated and nothing extrashall be payable (or) extra cement considered in consumption on this account.

    2.5 Centering and Shuttering for R.C.C. work:-

    The concrete surface shall be free from honey combing, offsets, superfluous mortar, Cement

    slurry and foreign matter. The form work shall be assembled in such a way as to facilitate removalof their parts in proper sequence without any damage to the exposed cement concrete surfacesand corners etc. The contractor shall keep skilled staff for special care and supervision to checkthe form work and concreting so that every member is made true to its size, shape, level andalignment so that it does not result in any deformation, snug, buldges etc. The contractor shallalso take suitable precautionary measure to prevent breaking and chipping of corners and edgesof completed work until the building is handed over. The size of shuttering plates for slabs shallnot be less than 0.6m x 0.9m in general. However, Contractor has to provide tape to seal the jointproperly to get smooth surface. Further shuttering shall be of such quality that there are noundulations and surfaces will be fairly even and no extra thick ceiling plaster shall be permitted tomake the surface even.

    2.6 STEEL WORK:-All Steel doors, steel windows, steel ventilators, wire gauge, steel glazing, steelgrill shall be according to the Architects detailed drawings. These shall conform to the CPWDspecification.

    2.6.1 In the case of composite steel windows the rates shall include the cost of coupling mullion andtransom etc. where windows with inside openable shutters are fixed along with windows withshutters openable outside, such inside openable windows shall be fitted with suitable frictionhinges and openable outside with box type hinges, lever handles or otherwise as approved by theEngineer-in-Charge of the work. For such windows, cement concrete block of size 15cm x 10cm x10cm shall be provided. Nothing extra shall be paid on this account.

    2.6.2 In the case of steel windows and doors, steel glazing, wire gauge steel ventilators, rollingshutters, grills etc. an approved quality-priming coat of zinc chromate shall be applied over and

    above shop coat of primer. Nothing extra shall be payable for providing shop-coat primer.

    3. IMPORTANT NOTES;-

    3.1 Mandatory tests as provided for in the CPWD specification or other specification referred toabove shall be got done as prescribed.

    3.2 Any infringement and/or breach of the above specification and condition (s) etc. shall render thecontractor liable to action(s) under various Clauses of the contract and such action stipulated inconditions therein.

    3.3 The quoted rates for various items in the tender shall be inclusive of all the additional conditionsand specification and for adherence to all these conditions and specifications, no extra payment

    shall be made to the Contractor.3.4 DESIGN & DRAWINGS:- The contractor shall arrange and supply structural design and drawings

    as per Special Conditions attached with the tender documents. This aspect should be takeninto consideration while quoting the rates, as nothing extra will be paid separately nor any claimon this account will be entertained.

  • 8/2/2019 Tender Document DLF Phase-I

    26/46

    26

    SPECIAL CONDITIONS FOR ISI MARKED ITEMS

    1. Copies of vouchers of ISI mark items shall be submitted, then only the payment shall be made.

    2. If the contractor fails to provide copies of vouchers, then materials shall be test from Laboratory

    viz. Nation Test House, Calcutta/Delhi and Sriram Test House , New Delhi and expenses shall be

    borne by the contractor.

    3. If any material other then specified in the nomenclature of the item is provided, the deduction will

    be made as per the actual market rate difference between them.

    SPECIAL CONDITIONS FOR PAINT WORK

    1. For paint work, the theoretical quantity as per manufacturers specifications shall be brought to the

    site in a single lot and not in batches and shall be got approved by the Engineer-in-Charge.

    SPECIAL CONDITIONS FOR VITRIFIED TILES, CERAMICTILES AND FLOOR TILES

    1 Original vouchers shall be produced at the time of execution of work and the same shall be

    enclosed with the bill for record.

    2 Shade, colour, manufacturer shall be got approved from the Engineer-in-Charge before

    execution.

    Contractor Engineer-in-Charge

  • 8/2/2019 Tender Document DLF Phase-I

    27/46

    27

    SCHEDULE DSpecial Conditions/ Specific requirements for the work:-

    1. The Products shall qualify the tests as per BIFMA standards. The Product/ Company should

    have ISO:9001:2000 and ISO 14001:2004 certificates.

    2. The work shall be carried out as per the detailed drawings made available by the Engineer-in-

    Charge.

    3. The contractor shall submit the details of the item prior to its purchase.

    4. The Engineer-in-charge/ Officer from DOP shall be allowed to inspect the material in the

    factory/ showroom of the manufacturer of the item, prior to convey the final approval to the

    contractor for its procurement.

    5. The contractor shall be liable to bring the material at site in good condition.

    6. The Engineer-in-charge may ask for the proof of purchase from the approved manufacturer of

    the item, in the form of invoice/ bill from the contractor to support that the material has been

    procured from the same manufacturer as approved in Sr. No. 3 above.

    7. The rates quoted by the contractor shall be inclusive of all taxes viz. VAT, Tax/ Cess charged

    by the Local bodies.

    8. The rates shall include all carriage, packing, unpacking and FOR Delivery at site.

    9. The contractor shall insure 6 months warranty in addition to defect liability period as

    mentioned in standard CPWD-8 for all the items. (This will be in form of a Guarantee Bond.

    No money will be withheld from the bill on this account).

    10. The contractor shall be liable for any damage made to the existing property of the Govt.

    during installation work; the contractor at his own cost should rectify the same.

    11. The Department shall recover the IT with cess as applicable from the bills paid for the work.

    12. The Department shall recover the Sales Tax as applicable for Civil Contracts by Governmentfrom the bills paid for work.

    Contractor Engineer-in-Charge

  • 8/2/2019 Tender Document DLF Phase-I

    28/46

    28

    SCHEDULE OF QUANTITY

    Name of Work :- Construction of Post Office building at DLF Phase-I, Gurgaon(Haryana)Estimated Cost :-```63,22,412/-Earnest Money :-```1,26,448/-

    Time :- 12 (Twelve) Months

    S.No.

    Description of Items Quantity Rate in words & Figures Unit Amount

    SUB- HEAD:-I : EARTH WORK

    1 Earth work in excavation by mechanical

    means (Hydraulic excavator )/ manual means

    over areas (exceeding 30cm in depth. 1.5m in

    width as well as 10 sqm. on plan) including

    disposal of excavated earth, lead upto 50m

    and lift upto 1.5m, disposed earth to belevelled and neatly dressed.

    a All kinds of soil 180.00 cum cum

    2 Earth work in excavation by mechanical

    means (Hydraulic Excavator )/ manual means

    in foundation trenches or drains (not

    exceeding 1.5 m in width or 10 sum on plan)

    including dressing of sides and ramming of

    bottoms, lift upto 1.5 m, including getting out

    the excavated soil and disposal of surplus

    excavated soil as directed, within a lead of 50

    m.

    All kinds of soil. By mechincal means(Hydraulic Excavator or) Manual Means

    190.00 cum cum

    3 Filling available excavated earth (excluding

    rock) in trenches, plinth, sides of foundations

    etc. in layers not exceeding 20com in depth,consolidating each deposited layer by

    ramming and watering, lead up to 50m and

    lift up to 1.5m.

    370.00 cum cum

    4 Supplying and filling in plinth with local sand

    under floors including watering, ramming,

    consolidating and dressing complete.

    185.00 cum cum

    5 Excavating trenches of required width for

    pipes, cables, etc including excavation for

    sockets, and dressing of sides, ramming ofbottoms, depth upto 1.5 m including getting

    out the excavated soil, and then returning the

    soil as required, in layers not exceeding 20

    cm in depth including consolidating each

    deposited layer by ramming, watering, etc.and disposing of surplus excavated soil as

    directed, within a lead of 50 m :

    a All kinds of soil

    (i) Pipes, cables etc. exceeding 80 mm dia. butnot exceeding 300 mm dia. 60.00 Mtr. Mtr.

  • 8/2/2019 Tender Document DLF Phase-I

    29/46

    29

    S.No.

    Description of Items Quantity Rate in words & Figures Unit Amount

    SUB-HEAD:-II : CONCRETE WORK

    1 Providing and laying in position cement

    concrete of specified grade excluding the cost

    of centering and shuttering-

    a All work upto plinth level:

    (i) 1 : 5: 10 (1cement : 5 coarse sand : 10 graded

    stone aggregate 40mm nominal size)

    90.00 cum cum

    2 Providing and laying damp-proof course

    40mm thick with cement concrete 1:2:4 (1

    cement : 2 coarse sand : 4 graded stone

    aggregate 12.5mm nominal size).

    15.00 sqm. sqm.

    3 Extra for providing and mixing water

    proofing material in cement concrete work @

    1 kg per 50kg of cement.

    28.00 per

    50 kg

    ceme

    nt

    per 50

    kg

    cement

    4 Applying a coat of residual petroleum

    bitumen of penetration 80/100 of approved

    quality using 1.7kg per square metre on dampproof course after cleaning the surface with

    brushes and finally with a piece of cloth

    lightly soaked in kerosene oil.

    39.00 sqm. sqm.

    SUB-HEAD :-III REINFORCED

    CEMENT CONCRETE

    1 Providing and laying in position specified

    grade of reinforced cement concrete

    excluding the cost of centring, shuttering

    finishing and reinforcement - all work uptoplinth level:

    (a) 1 : 1.5 :3 (1 cement : 1.5 coarse sand : 3

    graded stone aggregate 20mm nominal size)

    95.50 cum cum

    2 Reinforced cement concrete work in walls

    (any thickness) including attached

    pilasters,buttresses, plinth and string courses,

    fillets, columns, pillars, piers, abutments,

    posts, and struts etc upto floor five level

    excluding the cost of centring, shuttering,finishing and reinforcement:-

    a 1 : 1.5 : 3 ( 1cement : 1.5 coarse sand : 3

    graded stone aggregate 20mm nominal size )

    40.00 cum cum

    3 Reinforced cement concrete work in beams,

    suspended floors, roofs having slope upto 15

    landings, balconies, shelves, chajjas, lintels,

    bands, plain window sills, staircases andspiral stair-cases upto floor five level

    excluding the cost of centring, shuttering,

    finishing and reinforcement with 1:1.5:3 (1

    cement : 1.5 coarse sand : 3 graded stone

    aggregate 20 mm nominal size).

    112.00 cum cum

    4 Centring and shuttering including strutting,propping etc and removal of form for:

    a Foundations, footings, bases of columns etc.for mass concrete.

    105.00 sqm sqm

  • 8/2/2019 Tender Document DLF Phase-I

    30/46

    30

    S.No.

    Description of Items Quantity Rate in words & Figures Unit Amount

    b Suspended floors, roofs, landings, balconies

    and access platform.

    425.00 sqm sqm

    c Lintels, beams, plinth beams, girders,

    bressumers and cantilevers.

    550.00 sqm sqm

    d Columns, pillars, piers, Abutments, posts and

    struts

    430.00 sqm sqm

    e Stairs (excluding landings) except spiral

    staircases.

    45.00 sqm sqm

    6 Reinforcement for R.C.C. work including

    straightening, cutting, bending, placing in

    position and binding all complete.

    a Upto plinth level.

    (i) Thermo-Mechanically Treated bars. 13200.00 kg kg

    b Above plinth level

    (i) Thermo-Mechanically Treated bars. 30100.00 kg kg

    SUB-HEAD:-IV: BRICK WORK

    1 Brick work with F.P.S. bricks of class

    designation 75 in foundation and plinth in:

    a Cement mortar 1:6 (1 cement : 6 coarse sand) 141.00 cum cum

    2 Brick work with F.P.S. bricks of class

    designation 75 in superstructure above plinth

    level upto floor V level in all shapes and sizes

    in:

    a Cement mortar 1:6 ( Cement : 6 coarse sand) 135.00 cum cum

    3 Half brick masonry with F.P.S. bricks of class

    designation 75 in superstructure above plinth

    level upto floor V level.

    a Cement mortar 1:4 (1 cement :4 coarse sand) 145.00 sqm sqm

    4 Extra for providing and placing in position 2

    Nos. 6mm dia. M.S. bars at every third course

    of half brick masonry (with F.P.S. bricks).

    145.00 sqm sqm

    5 Tile brick masonry work 5 cm thick with tile

    bricks of class designation 100 in cement

    mortar 1:3 (1 cement : 3 coarse sand) in

    superstructure.

    181.00 sqm sqm

    SUB-HEAD:-V: MARBLE WORK

    1 Providing and fixing 18mm thick gang saw

    cut mirror polished (premoulded andprepolished) machine cut for kitchen

    platforms, vanity counters ,window sills ,

    facias and similar locations of required size ofapproved shade, colour and texture laid over

    20mm thick base cement mortar 1:4 (1

    cement : 4 coarse sand) with joints treated

  • 8/2/2019 Tender Document DLF Phase-I

    31/46

    31

    S.No.

    Description of Items Quantity Rate in words & Figures Unit Amount

    with white cement, mixed with matching

    pigment, epoxy touch ups, including rubbing,

    curing moulding and polishing to edge to give

    high gloss finish etc. complete at all levels.

    a Granite of any colour and shade

    (i) Area of slab over 0.50 sqm. 4.50 sqm. sqm.

    2 Extra for providing edge moulding to 18mm

    thick marble stone counters, Vanities etc.

    including machine polishing to edge to give

    high gloss finish etc. complete as per design

    approved by Engineer-in-Charge.

    a Marble work 10.00 Mtr. Mtr.

    SUB-HEAD:VI WOOD AND PVC

    WORK

    1 Providing wood work in frames of doors,

    windows, clerestory windows and other

    frames, wrought framed and fixed in position

    :a Second class teak wood 2.00 cum cum

    2 Extra for additional labour for circular works,

    such as in frames of fan light :

    a Second class teak wood 0.15 cum cum

    3 Providing and fixing ISI marked flush door

    shutters conforming to IS: 2202 (Part I)

    decorative type, core of block board

    construction with frame of 1st class hard

    wood and well matched teak 3 ply veneering

    with vertical grains or cross bands and face

    veneers on both faces of shutters.a 35 mm thick including ISI marked Stainless

    Steel butt hinges with necessary screws.

    60.00 sqm sqm

    b 25 mm thick (for cupboard) including ISI

    marked nickel plated bright finished M.S.

    Piano hinges IS : 3818 marked with necessary

    screws.

    12.00 sqm sqm

    4 Providing and fixing panelled or panelled andglazed shutters for doors, windows and

    clerestory windows including ISI marked

    black enamelled M.S butt hinges withnecessary screws excluding, panelling which

    will be paid for separately.

    a Second class teak wood

    (i) 35 mm thick shutters 5.00 sqm sqm

    5 Providing and fixing glazed shutters for

    doors, windows and clerestory windows using

    4 mm thick float glass panes including black

    enamelled ISI marked M.S butt hinges with

    necessary screws.

    a Second class teak wood

    (i) 30 mm thick 14.00 sqm sqm

    6 Extra for providing heavy sheet float glass

    panes instead of ordinary float glass in glazed

    doors, windows and clerestory window

  • 8/2/2019 Tender Document DLF Phase-I

    32/46

    32

    S.No.

    Description of Items Quantity Rate in words & Figures Unit Amount

    shutters. (Area of opening for glass panes

    excluding portion inside rebate shall be

    measured)

    5.5 mm thick instead of 4 mm thick. 12.00 sqm sqm

    7 Deduct if fixed shutters (without hinges) are

    provided instead of openable shutters for

    doors, windows or clerestory windows with :

    a Black enamelled M.S. butt hinges withnecessary screws.

    (i) For 2nd class teak wood and other inferior

    class of wood shutters.

    14.00 sqm sqm

    8 Providing and fixing panelling or panelling

    and glazing in panelled or panelled and

    glazed shutters for doors, windows and

    clerestory windows (Area of opening for

    panel inserts excluding portion inside grooves

    or rebates to be measured). Panelling for

    panelled or panelled and glazed shutters 25

    mm to 40 mm thick :

    a Second class teak wood 4.00 sqm sqm

    9 Providing and fixing M.S. grills of required

    pattern in frames of windows etc. with M.S.

    flats, square or round bars etc. all complete.a Fixed to steel windows by welding. 850.00 Kg. Kg.

    b Fixed to openings /wooden frames with rawl

    plugs screws etc.

    150.00 Kg. Kg.

    10 Providing and fixing ISI marked oxidised

    M.S. sliding door bolts with nuts and screws

    etc. complete :a 300x16 mm 6.00 Nos each

    b 250x16 mm 25.00 Nos each

    11 Providing and fixing ISI marked oxidised

    M.S. tower bolt black finish, (Barrel type)

    with necessary screws etc. complete :

    a 250x10 mm 60.00 Nos. each

    b 200x10 mm 90.00 Nos. each

    12 Providing and fixing ISI marked oxidisedM.S. handles conforming to IS:4992 with

    necessary screws etc. complete :

    a 125 mm 74.00 Nos each

    13 Providing and fixing aluminium hanging floor

    door stopper ISI marked anodised (anodiccoating not less than grade AC 10 as per IS:

    1868) transparent or dyed to required colour

    and shade with necessary screws etc.

    complete.

    a Twin rubber stopper 35.00 Nos each

    14 Providing and fixing oxidised M.S. casement

    stays (straight peg type) with necessary

    screws etc. complete.

    a 300 mm weighing not less than 200 gms. 45.00 Nos each

  • 8/2/2019 Tender Document DLF Phase-I

    33/46

  • 8/2/2019 Tender Document DLF Phase-I

    34/46

    34

    S.No.

    Description of Items Quantity Rate in words & Figures Unit Amount

    be of approved quality of

    Nerolac/Berger/Asian brand.

    c) All edges of block board shall be covered

    with 19mm wide and 3mm thick 2nd class

    teakwood margin including matching the

    same.

    d) The 19mm thick cup board shutter shall be

    fitted with M.S. piano type hinge of ISImarked confirming to IS-3818 finished with

    nickel plating with necessary screws of over

    all width 50mm. The shutters of the cupboard

    shall be provide with Magnetic catcher of

    heavy duty and best quality (Triple Strip)

    horizontal type with multi purpose cabinet

    lock of Godrej equivalent and brush finish

    stainless steel handle as per drawing.

    i) Storage cup boards of size 799mm x

    400mm x 1050mm containing two boxes

    with magnetic catcher, brush finish stainless

    steel handles of suitable size (75mm or

    100mm) and multipurpose cabinet lock of

    Goderj or equivalent in each box as per

    drawing and direction of Engineer-In-Charge

    The work shall include cost of all operations,Labour and Material, adhesive, nails, stainless

    steel screws etc. as above including approval

    of sample as per direction of Engineer-in-

    charge.

    5.00 Nos each

    Note :- Nomenclature of item shall supersede

    over the drawings in case of any ambiguitybetween the two

    18 Providing and fixing wooden customerservice counter of size 1500mm length &300mm width having height of 1050mm

    with attachment of working top having height

    of 750mm and of L-shape having legs of

    1500mmx300mm and 1350mmx450mm with

    tapering at joint of legs including

    arrangement of computer system as keyboard, slit for printer paper etc. complete as

    per drawing no. A1 to A6. The two nos.

    stainless steel rectangular tube of size 25mmx 50mm of 2mm thick having height of

    2100mm fitted with counter to support the

    overhead signage panel as per Drawing. The

    counter shall be made of following

    ingredients.

    a) 19mm thick block board of best quality of

    make Duro/Century/Kit-ply brand laminated

    with lamination of 1.5mm thick, decorative

    laminate of Greenlam/Virgolam/Archidlam

    on outer face and inside face finished with