tender document tender document... · epch house, pocket 6 & 7 , sector ‘c’, lsc, vasant...
TRANSCRIPT
1
Re-publish date: 24th
January 2020
Last Date: 31st January 2020
CORRIGENDUM
(Tender call Notice dated 11th
January 2020)
NOTICE INVITING TENDER
FOR
Name of Work : Construction of Trade and Facilitation Centre at Jodhpur.
Sub Head: Interior & Loose Furniture Works.
TENDER DOCUMENT
2
EXPORT PROMOTION COUNCIL FOR HANDICRAFTS
Index
S. No Description Page No.
1 Interior work detail 3
2 Brief Particular the Work 4
3 Notice Inviting Tender 5
5 Percentage Rate Work – FORM – I 11
6 CPWD Schedule 13
7 Criteria for Evaluation (Annexure. -1) 19
8 Forms A,B,C,D,E 20
9 Scope of Work 24
10 General Specification & Conditions 27
11 Additional Conditions 31
14 Special conditions 35
15 Technical specifications for Interior works 62
21 List of Approved Makes 261
22 Schedule of Quantities
3
EXPORT PROMOTION COUNCIL FOR HANDICRAFTS.
EPCH House, Pocket 6& 7, Sector ‘C’, LSC, Vasant Kunj, New Delhi-110070
Office of Executive Director, EPCH
INTERIOR WORK DETALIS
NIT No. EPCH-INFRA/TFC-Jodhpur/2019-20
1. Name of Department : Export Promotion Council for Handicrafts.
2. Tender Submission mode : Offline submission (Hard Copy) to EPCH by hand
3. Name of Work : Construction of Trade & Facilitation Centre at
Jodhpur.
4. Sub Head : Interior & Loose Furniture Works.
4. Estimated cost : ( A) ) Interior Work : -
5. Earnest Money : Rs. 3,00,000 /-
6. Time Allowed : 02 Calendar Months
7. Contact Person : Mr. R.K Verma, Executive Director, EPCH),
(Ph : 011-26135256)
8. Release of Tender through : Potential Bidders can download the tender document
from www.epch.in
9. Last date & time for Issue/ Download : 31/01/2020 (Up to15.00 hrs.)
of tenders & Technical Bid submission
10. Last date & time for Financial : To be informed later and only to pre qualified
bidders Bid submission (Only for qualified
bidders)
11. Date & time of opening : 31/01/2020 (at 15.30 hrs)
of Technical Bid
12. Date & time of opening : To be informed later and only to pre qualified
bidders of Financial Bid
13. Date of Pre bid Meeting : 25/01/2020 at 11:00 Hrs –12:00 Hrs. in the
chamber
Executive Director, EPCH.
Approved by
Executive Director,
EPCH
4
EXPORT PROMOTION COUNCIL FOR HANDICRAFTS.
EPCH House, Pocket 6 & 7 , Sector ‘C’, LSC, Vasant Kunj, New Delhi-110070
Office of Executive Director, EPCH
BRIEF PARTICULARS OF THE WORK
S.No. Name of Work Estimated Cost
(in Rs.)
Earnest
Money
(in Rs.)
Constructio
n Division
Period of Completion
1.
Name of Work:
Construction of Trade &
Facilitation Centre at
Jodhpur
Sub Head: Interior & Loose
Furniture Works.
14861431/-
3,00,000 /-
Executive
Director,
EPCH
02 Calendar Months
The Scope of the Work is as Under:
The Work is situated at Jodhpur, Rajasthan.
1) The brief scope of work shall generally comprise of but not be limited to the following:
i) Wooden Partition, Sliding folding partitions, SS Hardware fittings & fixtures, Acoustical wall
paneling, wooden Paneling etc.
Supply & Installation of New Furniture:
i) Supply & Installation of modular & loose furniture including workstations, storages, tables,
chairs, sofas etc. including preparation of shop drawing & its approval from the Engineer-in-Charge.
ii) Defects liability period shall be 1 ( one year )from the date of competition of the work certified
by Engineer-in-Charge.
2) Work shall be executed according to General Conditions of Contract - 2014 with upto date
correction slip for Central C.P.W.D.
5
EXPORT PROMOTION COUNCIL FOR HANDICRAFTS EPCH House, Pocket 6 & 7 , Sector ‘C’, LSC, Vasant Kunj, New Delhi-110070
Office of Executive Director, EPCH
NOTICE INVITING TENDER
1. The Executive Director (EPCH), invites offline percentage rate tender from eligible Contractors
for the following work: -
S.No. Name of Work Estimated
Cost
(in Rs.)
Earnest
Money
(in Rs.)
Construction
Division
Period of Completion
1.
Name of Work:
Construction of Trade &
Facilitation Centre at
Jodhpur
Sub Head: Interior works.
14861431/- 3,00,000/-
Executive
Director, EPCH
02 Calendar Months
1.1 The estimated cost of above said work is Rs. -14861431/- only. This estimate, however, is
given merely as a rough guide.
1.2 Criteria for eligibility:
Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures /
Consortium is accepted.
(a) Should have satisfactorily completed the works, as mentioned below in the last 7
years ending previous day of last date of submission of bid.
(i) Three similar completed works, each of value not less than the amount equal to 40% of
estimated cost put to tender,
or
Two similar completed works, each of value not less than the amount equal to 60% of the
estimated cost put to tender
or
One similar completed work of value not less than the amount equal to 80% of the
estimated cost.
and
(ii) One completed work of any nature (either part of (i) or a separate one) costing not less than
6
the amount equal to 40% of the estimated cost put to tender with some Central Government
Body/Central Public-Sector Undertaking/State Public Sector Undertaking/City
Development Authority/Municipal Corporation of City formed under any Act by
Central/State Government and Published in Central/State Gazette.
( iii) “Similar work” means “Internal finishing works.”
The value of executed work shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum; calculated from the date of completion to last
date of receipt of application for bids. (b) Average annual financial turn over on construction works should be at least 100% of the
estimated cost during the immediate last 3 consecutive financial year ending 31st March
2019 (scanned copy of certificate from CA to be submitted) (c) Should not have incurred any loss in more than two years during the last five years ending
31st
March 2019. (d) Works other than Govt. Departments shall be supported with TDS Certificate. (e) Should have a solvency of amount 40% of estimated cost or more (Scanned copy of original
solvency to be submitted). (f) The intending bidder must read the terms and conditions of CPWD-6 carefully. He should
only submit a bill if he considers himself eligible and he is in possession of all the required documents.
1.2 TENDERER is to quote on percentage rate basis; and to assist him, item wise tentative
quantities are stated in Bill of Quantities. while, all precautions have been taken working out
the quantities, but OWNER does not take any guarantee for correctness of the same. The
payment will be made for the actually executed quantity as per BOQ and / or requirement
projected in writing by the Owner and measured at agreed rates.
1.3 The % should be quoted in figures and words.
1.4 The TENDERS shall remain valid for acceptance for 30 days from the last date of Submission.
1.4 The successful TENDERER shall be intimated about the Award of Work and the Earnest
Money Deposits of other TENDERERS shall be returned without any interest on the amount
deposited.
1.6 The site is available and is free from any encumbrances and each TENDERER shall be deemed
to have visited the site and seen the site conditions before quoting his TENDER. No claim on
grounds for want of such knowledge / site inspection shall be entertained at any stage.
1.7 The OWNER reserves the right to reject any / all TENDERS without assigning any reason and
shall not be bound to accept the lowest or any other TENDER.
1.8 TENDER not accompanied by the requisite EARNEST MONEY DEPOSIT in the specified
form or accompanied with the conditional offer are liable to be summarily rejected.
1.9 Incomplete and late TENDERS shall be rejected without any further reference.
7
2. To become eligible for tender, the tenderer shall have to furnish three affidavits as under: -
2.1. I/We……………….………Prop. /Partner/Director of…….…………………… registered
address ………………………….……………… undertake and confirm that eligible similar
works 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 EPCH contracts 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.
2.2 I/We…………………….…………………………….S/o ………………………..………R/o
……………………………………….……………… hereby declare that:
i) I have submitted the requisite EMD amount in the form of a DD in favour of Export
Promotion Council for Handicrafts.
ii) In case of my tender is not accepted as per terms & condition of NIT and for any refund is
made to me against the EMD after the due deductions if any, the DD shall be returned to
me if I don’t qualify in pre qualification process or after the award of the work to the
successful bidder in case I qualify but don’t get awarded the work
EPCH shall not be responsible in any way for none crediting of EMD amount in the account
of
EPCH by due date and time as mentioned in NIT.
2.3 I/We…………………….…………………………….S/o
………………………..…………R/o ……………………………………….……………… do
hereby solemnly affirm and declare as under:
i) That I am sole proprietor/Partner of M/s…………………….…………………….,
R/o………………..………………………………………………………………………….
ii) That returns of GST department have been duly filed and no dues are pending of the
department up to last financial year.
iii) That this is my true and correct statement.
3. Financial bid shall be submitted simultaneously with scanned copies of
(1) D.D. towards EMD (2) work experience certificates*.(3) registration certificate under
Delhi GST/ State GST (In case the agency is awarded the contract, it will have to register
with Rajasthan GST Department before submission of first running bill). (4) An affidavit that
returns have been filed and agency have no dues towards GST in case of registered with GST.
(5) Affidavit regarding submission of EMD & bank particulars. (6) Acknowledgement of
latest copy of GST return filed (7) PAN card (8) Affidavit regarding the work, not executed
through another contractor on back to back basis (All above three affidavits to be scanned on
stamp paper of Rs 10/- separately). (9) letter of transmittal (10) Form A to E (11) Bidders
claiming eligibility under experience in the field of similar work shall submit proof from the
appropriate authority, which shall be to the satisfaction of competent authority.(12)TDS
certificates if work executed with private sector.(13) Registration /Enlistment certificate of
contractors (14). EPF Registration. (15). ESI Registration (16) Service Tax Registration.
* The tenderer shall be required to produce definite proof from the appropriate authority,
which shall be to the satisfaction of competent authority of having satisfactorily completed
8
similar work of magnitude specified under above column. Work executed with the private
sector, be supported by TDS certificates.
3.1 All information called for in the enclosed forms should be furnished against the relevant
columns in the forms. If for any reason, information is furnished on a separate sheet, this fact
should be mentioned against the relevant column. Even if no information is to be provided in
a column, a “nil” or “no such case” entry should be made in that column. If any
particulars/query is not applicable in case of the bidder, it should be stated as “not
applicable”. The bidders are cautioned that not giving complete information called for in the
application forms or not giving it in clear terms or making any change in the prescribed forms
or deliberately suppressing the information may result in the bid being summarily
disqualified.
The bidder may furnish any additional information which he thinks is necessary to establish
his capabilities to successfully complete the envisaged work. He is, however, advised not to
furnish superfluous information. No information shall be entertained after submission of
eligibility criteria document unless it is called for by the Executive Engineer after approval of
NIT approving authority.
3.2 Documentation:
3.2.1 If the bidder is an individual, all the documents shall be signed by him above his full type
written name and current address.
3.2.2 If the bidder is a proprietary firm, all the documents shall be signed by the proprietor above
his full typewritten name and the full name of his firm with its current address.
3.2.3 If the bidder is a firm in partnership, all the documents shall be signed by all the partners of
the firm above their full typewritten names and current addresses, or, alternatively, by a
partner holding power of attorney for the firm. In the later case a certified copy of the power
of attorney should accompany the tender. In both cases a certified copy of the partnership
deed and current address of all the partners of the firm should accompany the tender.
3.2.4 If the bidder is a limited company or a corporation, the documents shall be signed by a duly
authorized person holding power of attorney for signing the tender accompanied by a copy
of the power of attorney. The bidder should also furnish a copy of the Memorandum of
Articles of Association duly attested by a Public Notary.
3.3 EVALUATION CRITERIA
The Bidders qualifying the initial criteria as set out will be evaluated for the following
criteria by scoring method on the basis of details furnished by them.
(a) Financial Strength (Form ‘A’ and ‘B’) Maximum 20 Marks
(b) Experience in similar nature of work during last seven years Maximum 20 Marks
(Form ‘C’)
(c) Performance on works (Time over run Parameter) (Form ‘D’ ) Maximum 20 Marks
(d) Performance on works (Quality)( Form ‘D’) Maximum 40 Marks
Total 100 Marks
9
To become eligible for short listing the bidder must secure at least fifty percent marks in
each and sixty percent marks in aggregate in Part A, Part B & Part C individually as per
Annexure1.
The department, however, reserves the right to restrict the list of such qualified contractors
to any number deemed suitably by it.
3.3.1 Scoring method of evaluation: -
The scoring for evaluation shall be done as per the Annexure-1.
3.4 Financial information
Bidder should furnish the following financial information:
Annual financial statement for the last five year in (Form A) and solvency certificate in
(Form B)
3.5 Experience in works highlighting experience in similar works
3.5.1 Bidder should furnish the following:
List of all works of similar nature successfully completed during the last seven years in
(Form C)
3.5.2 Particulars of completed works and performance of the bidder duly authenticated/certified
by an officer not below the rank of Executive Engineer or equivalent should be furnished
separately for each work completed or in progress in (Form “D”).
3.6 Organization information
Bidder is required to submit the information in respect of his organization in Form “E”.
3.3 Letter of transmittal
The bidder should submit the letter of transmittal attached with the pre-qualification
document.
3.8 Opening of Price bid
After evaluation of applications, a list of short listed agencies will be prepared. Thereafter
the financial bids (FORM – I will have to be submitted with stamp and signature of
authorized signatory in a separate envelope titled as “Financial Bid”) shall be invited from
qualified and technically acceptable bidders. The last date of submission of financial bids
and opening of same shall be informed to qualified bidders at a later stage. The bids shall
remain valid for 90 days from the date of opening of Financial bid.
3.9 Award criteria
3.9.1 The employer reserves the right, without being liable for any damages or obligation to
inform the bidder, to:
(a) Amend the scope and value of contract to the bidder.
(b) Reject any or all the applications without assigning any reason.
Executive Director
EPCH
10
LETTER OF TRANSMITTAL
FROM:-
To,
The Office of Executive Director, EPCH
EPCH House, Pocket 6 & 7 , Sector ‘C’,
LSC, Vasant Kunj, New Delhi-110070
Subject: Submission of Pre-Qualification application for “Interior and Loose furniture works” at
Trade & Facilitation Centre at Jodhpur
Sir,
Having examined the details given in Pre-qualification Press Notice and Pre-qualification
document for the above work, I/we hereby submit the pre-qualification document and other
relevant information.
1. I/we hereby certify that all the statement made, and information supplied in the enclosed
Forms/Tables and accompanying statement are true and correct.
2. I/we have furnished all information & detail necessary for pre-qualification eligibility and have
no further pertinent information to supply.
3. I/we submit the requisite certified solvency certificate and authorize the Executive Director
EPCH to approach the Bank issuing the solvency certificate to confirm the correctness there of.
I/we also authorize EPCH to approach individuals, employer’s firms and corporation to verify our
competence and general reputation.
4. I/we submit the following certificates in support of our suitability, technical know-how and
capability for having successfully completed the following works:
Name of Work -
Certificate from -
Enclosures -
Seal of applicant
Date of Submission Signature(s) applicant(s)
11
EXPORT PROMOTION COUNCIL FOR HANDICRAFTS EPCH House, Pocket 6 & 7, Sector ‘C’, LSC, Vasant Kunj, New Delhi-110070
Office of Executive Director, EPCH
STATE : RAJASTHAN PLACE : JODHPUR
FORM – I (To be submitted only by pre qualified bidders)
PERCENTAGE RATE TENDER & CONTRACT FOR WORK
Name of Work : - Construction of Trade and Facilitation Centre at Jodhpur.
Sub Head : - “ Interior & Loose Furniture works”.
To be submitted by hand in hard copy at EPCH’s Office at following address:
Office of Executive Director, EPCH
EPCH House, Pocket 6 & 7, Sector ‘C’, LSC, Vasant Kunj, New Delhi-110070
Rate Quoted % above or below - ……………….
Total estimated amount after considering % rate above or below - ……………….
i) Last date of submission of financial bid and opening of same shall be informed at a
later stage and only to pre-qualified bidders.
ii) This form needs to be signed and stamped by the authorized signatory of the
bidder.
iii) This form needs to be submitted in a separate envelope titled as “Financial Bid”
Designation of officer releasing the documents – Executive Director, EPCH.
Executive Director, EPCH.
Date of Release: 23/01/2020
12
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 EPCH, Delhi within the time
specified in Schedule "F", viz., schedule of quantities and in accordance in all respects with the
specifications, design, drawings and instructions in writing referred to in Rule-I of General Rules
and Directions and in Clause-11 of the Conditions of contract and with such materials as are
provided for, by, and in respects in accordance with, such condition so far as applicable.
I/We agree to keep the tender open for Thirty (30) days from the date of its opening technical bid
and not to make any modification in its terms and conditions.
A sum of Rs. 3,00,000/- has been deposited in the form of a DD and should be credited in the said
account within 4 working days of closing of due date of bids. EPCH, Delhi shall not any way be
responsible incase the EMD is not found credited in said account as mentioned above. No cash
transaction shall be accepted. If I/ We, fail to furnish the prescribed performance guarantee within
prescribed period, I/We agree that the said Executive Director, EPCH, Delhi 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 Executive
Director, EPCH, Delhi or his successors in office shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the said earnest money and the performance
guarantee absolutely, otherwise the said earnest money shall be retained by him towards security
deposit to execute all the works referred to in the tender documents upon the terms and conditions
contained or referred to therein and to carry out such deviations, as may be ordered, up to
maximum of the percentage mentioned in Schedule "F" and those in excess of that limit at the rates
to be determined in accordance with the provision contained in clause 12.2 and 12.3 of the tender
form.
Further, I/we agree that in case of forfeiture of Earnest Money or both Earnest Money and
Bank Guarantee or failure to deposit EMD as aforesaid, I/we may be debarred for
participation in the tendering process of the work.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret / confidential documents and shall not communicate information
/ derived there from to any person other than a person to whom I/We am / are authorised to
communicate the same or use the information in any manner prejudicial to the safety of the EPCH.
Dated ......………
Signature of Contractor
Postal Address
Telephone No.
Witness: Fax
Address: Email
Occupation:
Telephone No:
13
* To be filled in by the contractor
SCHEDULES
SCHEDULE 'A'
Schedule of Quantities: - Page …. to …..
SCHEDULE 'B'
Schedule of materials to be issued to the contractor:
S. No.
Description of Item
Quantity Rates in figures & words
at which the material will
be charged to the
contractor
Place of
Issue
1 2
3 4 5
--- NIL --- ..... ..... ----
SCHEDULE 'C'
Tools and Plants to be hired to the contractor
S. No. Description Hire charges per
day
Place of issue
1 2 3 4
--------------------NIL-------------------
SCHEDULE 'D'
Extra schedule for specific requirements / documents for the work, if any: NIL
SCHEDULE 'E’
Reference to General conditions of contract: -
“General conditions of contract” for
CPWD works-2014 edition with
amendments up to date
14
Name of Work :- Construction of Trade and Facilitation Centre at Jodhpur
Sub Head :- “Interior & Loose furniture works”.
Estimate cost of Work (A) Interior Work : Rs. 1,48,61,431/-
Earnest Money : Rs. 3,00,000 /-
Performance Guarantee : 5% of tendered value.
Security Deposit : 2.5% of tendered value.
SCHEDULE ‘F’
General rules and directions : General Conditions of contract for
CPWD Works 2014 with upto date
amendments
Officer Inviting Tender : Executive Director, EPCH, Delhi
Definitions:
i. Engineer-in-Charge : Executive Director, EPCH, Delhi
ii. Accepting Authority : Executive Director, EPCH, Delhi
iii .Percentage on cost of materials and
labour to cover all overheads and
profits. : 15%
iv. Standard Schedule of Rate : DSR 2018 & Market Rates
v. Department : EPCH
vi. Standard CPWD contract Form : CWPD form 7
GCC 2014 as modified and
corrected upto date corrections
Clause 1
(i) Time allowed for submission of
Performance guarantee from the date : 10 days
of issue of letter of acceptance
(ii) Maximum allowable extension with late fee
@ 0.1% per day of PG beyond the period provided in : 7 days
provided in ( i) above
15
Clause 2
Authority for fixing compensation : Client / PMC
under clause 2.
Clause 2A
Whether Clause 2A shall be applicable : No
Clause 5
Number of days from the date of issue of letter
of acceptance for reckoning date of start : 15th
Calendar day from
issue of letter of Acceptance.
Mile Stone (s) : As per table given below
Table of Mile Stone(s)
S. No. Physical Mile stone Time allowed
from day of start
( Month )
Amount to be with-held
in case of non-
achievement of
Milestone
1. All complete wood work
including panelling etc.
1 months 1.0 % of the tendered
Amount
2. Supplying and installing Loose
furniture
1 Months 1.0% of the tendered
Amount
Time allowed for execution of work : 02 Calendar Months
Authority to decide
(i) Extension of time. : Client / PMC
(ii) Rescheduling of mile stones : Client / PMC
Clause 6, 6A
Clause applicable (6 or 6A) : 6A- Applicable
Clause 7
Gross work to be done together with : Rs. 30 Lakhs/-(Rupees 30 lakhs only) net payment / adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment
16
Clause 8A
Testing equipment to be provided by : Equipment’s required for testing of
the contractor at site lab materials to be used on work as per
CPWD specification 2009Vol-I & II.
Clause 8 B (ii)
Whether Clause 10 B (ii) shall be applicable : Not Applicable
Clause 9 C
Applicable /Component of labour : Not Applicable
Expressed as Percent of value of work
Clause 9 CA : Not Applicable
Clause 9 CB : Not Applicable
Clause 10
Specifications to be followed : CPWD specifications 2009 (Vol.-I and II) with
upto date correction Slips and IS 456:2000. IS:
802,806 & 1161 for Str. steel
Clause 11 Type of work : Original work
11.2 & 11.3 Deviation limit beyond which : 30%
clause 12.2 & 12.3 shall apply
for Super structure work
11.4 Deviation limit beyond which : 100%
clause 12.2 & 12.3 shall apply
for foundation work.
Clause 12
Competent Authority for : …………………
Deciding reduced rates
Clause 13:
List of mandatory machinery, tools & plants to be deployed by the contractor at site. Adequate No.
of Machineries/tools & plants as per the requirement/ specifications of the work shall be deployed
by the contractor at site. Besides that, routine/normal tools required for day to day working are also
to be arranged at site by the contractor.
Clause 14; Constitution of Dispute Redressal
Committee : i) Executive Director, EPCH
17
Clause 15 (i)
Requirement of Technical representative (s) and recovery rate,
as per O.M. No. DGW/MAN/306 dtd. 16/05/2014 issued by CPWD.
S.
No.
Requirement of Technical Staff
Minimum
experience
(Years)
Designation Rate at which recovery
shall be made from to
contractor in the event
of not fulfilling
provision of clause 36
(i)
Qualification Numbers
1. Graduate Engineer
(Civil)
1 10 (and having
experience of
one similar
nature of work)
Project Manager Rs. 30,000/- per month
Asstt. Engineer retired from Govt. services, who are holding Diploma will be treated at PAR with
Graduate Engineers. Even, if contractor or partner himself is an Engineer / Overseer, it is necessary
on part of contractor to employ Engineer as per stipulation.
Clause 16
i) (a) Schedule/statement for determining :
theoretical quantity of cement &
bitumen on the basis
ii) Variations permissible on theoretical
quantities: -
(a) Cement : 2% Plus/Minus
(b) Steel reinforcement and structure : 2% Plus/Minus
steel sections for each dia meter,
section and category
(c) Bitumen for all work : 2.5% Plus side only and Nil on
Minus side.
(d) All other materials : Nil
DSR 2018 and as per nomenclature
of item with upto date Correction
Slips.
18
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
S.No. Description of Item Rates in figures and words at which recovery shall be made
from the contractor.
Excess use beyond
Permissible
Variation
Less use up to
the permissible
variation
1 2 3 4
(i) Cement, steel & Bitumen ----- Double the rate of material as on
date of Tender.
Executive Director,
EPCH
19
Annexure-I
CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR
PRE-ELIGIBILITY
Attributes Evaluation
(a) Financial strength (20 marks)
(i) Average annual 16 marks
Turnover
(ii) Solvency 4 marks
Certificate
(i) 60% marks for minimum eligibility criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii) – on pro-rata basis
(b) Experience in similar (20marks)
class of works
(i) 60% marks for minimum eligibility
criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii) – on pro-rata basis
(c) Performance on (20 marks)
works (time over run)
Parameter Calculation For
points
Score Maximum Marks
If TOR =
(i) Without levy of
Compensation
(ii) With levy of
compensation
(iii) Levy of compensation
not decided
1.00 2.00 3.00 >3.50
20 15 10 10
20 5 0 -5
20 10 0 0
20
TOR = AT/ST, where AT=Actual Time; ST=Stipulated Time.
Note: Marks for value in between the stages indicated above is to be determined by straight
line variation basis.
(d) Performance of works (Quality) (40 marks)
(i) Outstanding 40
(ii) Very Good 30
(iii) Good 20
20
FORM ‘A’
FINANCIAL INFORMATION
I. Financial Analysis – Details to be furnished duly supported by figures in balance sheet/
profit & loss account for the last five years duly certified by the Chartered Accountant, as
submitted by the applicant to the Income Tax Department (Copies to be attached).
Years
2014-15 2015-16 2016-17 2017-18 2018-19
(i) Gross Annual turn over on construction works.
(ii) Profit/Loss.
II. Financial arrangements for carrying out the proposed work.
III. Solvency Certificate from Bankers of the bidder in the prescribed Form “B”.
Signature of Chartered Accountant with Seal Signature of Bidder(s).
21
FORM “B”
FORM OF BANKERS’ CERTIFICATE FROM A SCHEDULED BANK
This is to certify that to the best of our knowledge and information that M/s. /
Sh…………………………………………………………. having marginally noted address, a
customer of our bank are/ is respectable and can be treated as good for any engagement upto a
limit of Rs…………………. Rupees ……………………………………………………..)
This certificate is issued without any guarantee or responsibility on the bank or any of the officers.
(Signature)
For the Bank
NOTE:-
(1) Bankers certificates should be on letter head of the Bank, sealed in cover addressed to
tendering authority.
(2) In case of partnership firm, certificate should include names of all partners as recorded with
the Bank.
22
FORM ‘C’
DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE
LAST SEVEN YEARS ENDING LAST DAY OF THE MONTH JULY, 2019
S.
No
.
Name of
work /project
and location
Owner
or
sponsori
ng
organiza
tion
Cost of
work in
crores of
rupees
Date
of
comm
encem
ent as
per
contra
ct
Stipula
ted
date of
compl
etion
Actual
date of
complet
ion
Litigation/a
rbitration
cases
pending/in
progress
with
details*
Name and
address/tel
ephone
No. of
officer to
whom
reference
may be
made
Remark
s
1 2 3 4 5 6 7 8 9 10
* Indicate gross amount claimed and amount awarded by the Arbitrator.
Signature of Bidder(s)
23
FORM ‘D’
PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS “B” & “C”
1. Name of work/project & location
2. Agreement no.
3. Estimated cost
4. Tendered cost
5. Date of start
6. Date of completion
(i) Stipulated date of completion
(ii) Actual date of completion
7. (a) Whether case of levy of compensation for delay has been decided or not –yes/no.
(b) If decided amount of compensation levied for delayed completion if any.
8. Amount of reduced rate items, if any
9. Performance Report
(1) Quality of work : Outstanding /Very Good/Good/Fair/Poor
(2) Financial soundness : Outstanding /Very Good/Good/Fair/Poor
(3) Technical Proficiency : Outstanding /Very Good/Good/Fair/Poor
(4) Resourcefulness : Outstanding /Very Good/Good/Fair/Poor
(5) General Behaviour : Outstanding /Very Good/Good/Fair/Poor
Dated: Executive Engineer or Equivalent
24
FORM “E”
STRUCTURE & ORGANISATION
1. Name & address of the bidder
2. Telephone no. /Telex no. /Fax no.
3. Legal status of the bidder (attach copies of original document defining the legal status)
(a) An Individual
(b) A proprietary firm
(c) A firm in partnership
(d) A limited company or Corporation
4. Particulars of registration with various Government Bodies (attach attested photocopy)
Organisation/Place of registration Registration No.
1.
2.
3.
4.
5. Names and titles of Executive Directors & Officers with designation to be concerned with
this work.
6. Designation of individuals authorized to act for the organization
7. Has the bidder or any constituent partner in case of partnership firm Limited
company/Joint Venture / Consortium ever been connected by the court of law of
work.
8. In which field of civil Engineering construction the bidder has specialization
and interest.
9. Any other information considered necessary but not included above.
Signature of Bidder(s)
25
SCOPE OF WORK
1.0 Scope of work (Nothing extra shall be paid on account of the following works.)
(i) The scope of work includes Wall paneling, acoustical paneling, doors, hardware , fittings and
fixtures including installation of office furniture’s, work stations etc. It shall also include
making adjustment in the layout if required as per site conditions and as directed by the
Engineer-in-Charge.
(ii) Clearing of site for construction work and all activities connected therewith before
commencement of work to the satisfaction of the Engineer-in-Charge.
(iii) Clearing of site (to the satisfaction of the Executive Director, EPCH. after completion of entire
work.
(iv) Maintenance of all executed works during construction till handing over to the Department.
(v) Provision for all safety measures for traffic, pedestrian workmen, machinery etc. as considered
necessary by the Engineer-in-charge.
(vi) Identification of services like sewer lines, gas supply lines, water supply lines, electric and
telephone cables etc. well in advance of actual execution. Protection and maintenance of
existing services.
(vii) All ancillary and incidental facilities required for execution of the work i.e. labour camps,
stores, offices for contractors, work shop facilities, watch and ward, temporary structure for
plants and machinery, well equipped site laboratory as mentioned in the tender document, water
storage structure, tube wells, electric /telephone installation and charges, liaison work,
protection work during execution and not included in the main items, any other item /activity
contained elsewhere in the tender documents which is necessary for execution of work in the
opinion of the Executive Director, EPCH.
(viii) Pumping/bailing out water etc from drain in suitable manner as directed by Engineer-in-Charge
shall be done by the agency, if required, at his own cost and nothing extra shall be payable on
this account.
(ix) During construction/Upgradation of drains necessary arrangements for diverting the water by
means of bypassing the drains for maintaining undisturbed flow, pumping out water in bypass
drain and any other arrangement required at site for free flow of drain water shall be made by
the contractor and nothing shall be payable on this account.
26
2. In case of flooding of site on account of rain or any other cause, or any other damage whatsoever,
no claim financially or otherwise shall be entertained, notwithstanding any other provisions
elsewhere in the tender documents.
3. The contractor shall submit a detailed programme for execution of work showing activities
distinctly along with Bar-Chart/ PERT within one weeks from the date of award of work. The
contractor shall submit monthly progress report along with bar chart indicating status of work. The
contractor shall also submit monthly Programme in advance indicating resources to be deployed
like material, labour, T&P etc. In case he fails to submit such detailed Programme by 10th of every
month, a recovery of Rs. 20,00/- per day shall be effected for default period till completion of
work.
4. If required the contractor shall have to work during nights also. He shall make the necessary
arrangements for lights etc. for nights or even if lights are required in day due to any other reason.
Nothing extra shall be paid on this account. The rates shall include the above elements.
5. The Performance Guarantee and security deposit shall be refunded as per the Clause 1
(ii) and clause 17 of General condition of contract for CPWD works 2014.
Executive Director,
EPCH
27
General Specification & Conditions
1. The work, in general, shall be executed as per the description of item, specifications
attached, CPWD specifications 2009 Vol, l, & II with correction slips issued up to date.
Any additional standard specifications or criteria published by the IRC/BIS or other foreign standard and in practice on the date of receipt of tenders shall also be taken into account. In the absence of any definite provisions on any particular issue in the above-mentioned specifications, the design and construction shall be in conformity with the Sound Engineering Practice and in all such matters the decision of the Client or Client appointed representative shall be final and binding on the contractor and nothing shall be paid extra.
In case of any discrepancy or contradiction amongst the specified standards the following order of preferences shall generally prevail.
i. Nomenclature of items etc given in Schedule of Quantities & Scope of Work.
ii. Particular Specifications, general conditions and additional conditions if any.
iii. Drawings attached with the tender.
iv. CPWD specifications, 2009, Vol I & II with correction slips up to 31.10.2014.
v. All relevant IS Codes with the latest revisions.
vi. Foreign standards, such as BS, AASHTO, CEB-FIP etc. and accepted international
practice as approved by Engineer-in-Charge.
vii. Sound Engineering Practice as per directions of the Client or Client appointed
representative .
If there are varying or conflicting provisions made in any document forming part of the
contract, the Client or Client appointed representative shall be the deciding authority with
regard to the intention / interpretation of the document and his decision shall be binding
without any reservations.
2. Whenever any reference to any Indian standard specifications occurs in the document
relating to this contract the same shall be inclusive of all the amendments issued thereto or
revisions thereof, if any, up to date.
3. The work shall be carried out in the manner complying in all respects with requirement of
relevant bye-laws of the local bodies under the jurisdiction of which the entire work is to be
executed or as directed by the Client or Client appointed representative and nothing extra
will be paid on this account.
4. The contractor shall be responsible to arrange at his own cost all necessary T&P required
for the execution of work.
5. The contractor shall make his own arrangement for temporary electric connections, if
required, and make necessary payment for it direct to the department concerned.
6. The contractor shall make necessary arrangement at his own cost for silent type diesel
generator sets required for the work, so that the same can be used by him during
failure/none availability of electricity. Necessary permission etc. if required shall be taken
by him from the concerned authorities. Nothing extra shall be paid on this account.
7. The contractor shall deemed to have fully acquainted himself with the nature and extent of
the work and working conditions at site before submitting the tender. The work shall be
executed as per preference approved by Engineer-in-charge. If the materials, drawing,
28
designs etc. are not available due to any conditions, the programme of the contractors shall
be modified accordingly and no compensations/damages shall be payable.
8. The contractor shall take all precautions by exhibiting necessary caution boards, red flags,
red lights, barricades and barriers to avoid any accident during execution of work. The
contractor shall be responsible for all damages and accident due to negligence on his part.
The contractor shall also provide helmets, safety belts, etc. required for labours. Noting
extra shall be paid on that account.
9. No payment will be made to the contractor for damages caused by rains or other natural
calamities or riots during execution of the work and no claims on this account will be
entertained.
10. The rates of all items of work shall, unless clearly specified otherwise in the CPWD
specifications, include cost of all labour, material and other inputs involved in the execution
& completion of the item in all respects.
11. All mandatory tests will be done from the lab/expert agency, duly approved by Executive
Director, EPCH (Annexure-Z). The expenditure for the mandatory tests shall be borne by
the contractor including the cost of collecting samples and cartage to lab as well as testing
charges etc.
12. The contractor shall ensure quality control measures on different aspects of construction
materials, workmanship and correct construction methodologies to be adopted. He shall
have to submit quality assurance Programme within two weeks of the award of the work.
The quality assurance Programme should include method statement for various items of
work to be executed alongwith check lists to enforce quality control. The quality assurance
of the work shall be got done through the third party appointed by the Executive Director,
EPCH and the payment of work done shall be released to contractor after certification of
third party for its quantity and quality etc. The charges of third party shall be borne by
EPCH.
13. The contractor shall make all efforts to mechanize the construction work to maximum
possible extent by using the latest T & P / machinery and equipment etc.
14. The time of completion shall be essence of the contract and to be strictly adhered to by the
contractor. He shall provide a Programme of action showing all the activities and event for
timely completion of the project. No time and cost over-run shall be allowed including
interruption due to rains or otherwise.
15. The contractor should make necessary arrangement for water at his own cost required for
construction and drinking purposes. Nothing extra shall be paid on this account.
16. The various items of the work shall be taken up simultaneously whenever possible to speed
up the work. Nothing extra shall be paid on this account.
17. The contractor shall maintain in good condition all work during execution till completion of
entire work assigned to him.
18. Contractor shall ensure that no service like water supply, sewerage, telephone, gas and
power etc. is disturbed/ damaged. It shall be the sole responsibility of the contractor to
restore any damage to any service and to pay compensation/recovery if demanded by the
concerned department. Nothing extra shall be payable on this account.
29
19. Cooperation with other contractors: The contractor shall extend his cooperation with the
other contractors engaged for the work especially in respect of sharing of the site and
adjustments in the working Programme for the interrelation activities of the work. Due care
shall be taken by the contractor to avoid damages/loss to the works executed by the other
agencies, failing which the same shall be made good by the contractor at his cost.
20. The contractor shall make arrangement for sufficient quantity of all the materials required
for construction of work conforming to required/related specifications.
21. Proper labour hutments with all the required civic amenities as per CPWD Norms shall be
constructed by the contractor at site of work. He has to remove all the hutments on
completion.
22. The Contractor shall make necessary arrangements for medical aid to all his workers
including availability of first aid box all the time at the site of work.
23. Even ISI marked material may be subjected to the quality test at the discretion of the
Engineer-in-charge. Whenever ISI marked materials are brought to the site of work the
contractor shall, if required by the engineer-in-charge, furnish manufacturers test certificate
or test certificates confirm to the relevant IS Codes and BIS License valid on that date.
However cement/steel will be necessarily tested before start of work and will not be used
till approved by Engineer-in-charge.
24. The work may be inspected by Third Party Engineers/ CTE/ Central Vigilance Commission
or any other agency on behalf of EPCH. Any deduction/compensation proposed by these
agencies or EPCH in regard to defective work or work not confirming to specifications, loss
of time shall be deducted from bills. No claim of the contractor whatsoever shall be
entertained on this account.
25. The Contractor shall submit the labour report fortnightly for the labour (skilled/unskilled)
engaged by him at the site. In case of failure, a recovery of Rs.500/- for each fortnight shall
be made on this account.
26. “The contractor shall submit completion plans, L-section, cross sections of roads and cross
sections of drains constructed by him in the work, at the time of final bill.
27. Nothing extra, what so ever shall be payable to the contractor for executing the work as per
general specifications and special conditions in all the above paras.
28. The contractor has to arrange Ready Mix Concrete (RMC) from the RMC producing plants
of cement manufacturers (located within 50km distance from the site of work).
29. The contractor shall have to mention the details of RMC plant from where he intends to
bring the design mix concrete in the tender documents. If allowed, the plant including all
material to be used in batch mix shall be open to inspection by the Client or his
representative, whenever required.
30. EPCH shall not pay extra for transportation cartage charges of RMC for transporting the
ready mix concrete at site.
30
31. The RMC plant should supply three computer generated copies of challans/ bill indicating
quantity of RMC, concrete, cement, slump value and grade with time of departure from the
plant.
32. The EPCH will verify the challan/bills received from the plant furnished by contractor in
support of the RMC supplied, before making payment of RMC to the contractor. The above
condition should only be relaxed in exceptional circumstances and to meet the emergency
only by the Client.
33. Copy of the Design Mix is to be sent to the Client or Client appointed representative. Any
change in the source of supply be permitted only on written approval from the Client or
Client appointed representative.
34. RMC supplier will supply the Mix as per approved Design Mix and will sent the copy of the
computerized challan indicating slump, w/c ratio, quantity of RMC along with every transit
mixer.
35. Site staff will get the transit mixer uploaded if the proper challan from the approved
supplier is found in order and record of the same be maintained.
36. Incharge concerned at any stage can send the mix to the laboratory for test for quantity of
cement.
37. If Mix is not found as per the Design Mix then the concerned plant shall be debarred for
supplying RMC to EPCH work sites. This aspect shall be informed to the RMC supplier
before commencement of the supply of RMC by the concerned Incaharge .
38. The department will deal only with the contractor and his authorized representative and
none else, with whom contractor may be in liaison or associated in any manner.
39. The agency shall be registered with ESI , EPF& GST.
40. Compensation shall be imposed to the agency violating the dust control measures or any
other NGT order at construction and demolition sites in Jodhpur.
41. INSURANCE POLICIES Before commencing the execution of work, the Contractor shall, without in any way
limiting his obligations and liabilities, insure at his own cost and expense against any damage or loss or injury, which may be caused to any person or property, at site of work. The Contractor shall obtain and submit to the Client or Client appointed representative all Risk Insurance Policy for an amount equivalent to the contract
value for this work, with Client as the first beneficiary. The insurance shall be obtained in joint names of Executive Director, EPCH and the Contractor (who shall be second beneficiary). Also, he shall indemnify the Department from any liability during the execution of the work. Further, he shall obtain and submit to the Executive Director,
EPCH, a third-party insurance policy for maximum Rs.2.5 lacs for each accident,
with the Engineer-in-Charge as the first beneficiary. The insurance shall be obtained in joint names of Engineer-in-Charge and the Contractor (who shall be second beneficiary). The Contractor shall, from time to time, provide documentary evidence as regards payment of premium for all the Insurance Policies for keeping them valid till the completion of the work. The Contractor shall ensure that similar Insurance Policies are also taken by his Sub-Contractors / specialized agencies. The Contractor shall however be responsible, to the Department, for any claim or loss resulting from the failure of his Sub Contractors / specialized agencies in obtaining such Insurance Policies. Without prejudice to any of its obligations and responsibilities specified above, the Contractor shall within 10 days from the date of letter of acceptance of the tender and
31
thereafter at the end of each quarter submit a report to the Department giving details of the Insurance Policies along with Certificate of these insurance policies being valid, along with documentary evidences as required by the Engineer-in-Charge. No work shall be commenced by the Contractor unless he obtains the Insurance Policies as mentioned above. Also, no payment shall be made to the Contractor on expiry of insurance policies unless renewed by the Contractor. Nothing extra shall be payable on this account. No claim of hindrance (or any other claim) shall be entertained from the contractor on these accounts.
Executive Director
EPCH
32
Additional Conditions
1) The work is to be executed in time bound manner to achieve the required progress;
the agency may have to be used no. of slip form pavers as well sufficient nos. of
fixed form pavers but nothing extra shall be paid on this account.
2) The work shall be carried out in such a manner so as not to interfere or affect or
disturb other works, being executed by other agencies, if any.
3) Any damage done by the contractor to any existing work shall be made good by him at
his own cost.
4) The work shall be carried out in the manner complying in all respects with the
requirement of relevant byelaws of the local bodies under the jurisdiction of which the
work is to be executed and nothing extra shall be paid on this account.
5) The contractor shall make his own arrangement for obtaining electric connection (s) if
required, and make necessary payment directly to the department concerned. The
department will however make all reasonable recommendations to the authority concerned
in this regard.
6) The Contractor or his authorized representative should always be available at the site of
work to take instructions from departmental officers, and ensure proper execution of
work. No work should be done in the absence of such authorized representative.
7) The structural and other drawings for the work shall at all times, be properly
correlated before executing any work and no claim whatsoever shall be entertained in his
respect..
8) The contractor shall maintain in good condition, all works executed till the
completion of entire work allotted to the contractor.
9) Royalty at the prevalent rates and all other incidental expenditure shall have to be paid by
the contractor on all the, metal shingle, earth sand, bajri etc. collected by him for the
execution of the work direct to the concerned Revenue Authority of the State or Central
Govt. His rates are deemed to include all such expenditure and nothing extra shall be paid
on this account.
10) All work and materials brought and left upon the ground by the contractor or by his order
for the purpose of forming part of the works, are to be considered to be the property of the
EPCH and the same are not to be removed or taken away by the contractor or any other
person without consent in writing of the Client or Client appointed representative, but
EPCH not to be in any way responsible for any loss or damage which may happen to or
in respect of any such work or materials either by the same being lost or damaged by
weather or otherwise.
11) Unless otherwise provided in the schedule of quantities the rates, tendered by the contractor shall be all-inclusive and shall apply to all heights, depths, leads and lifts.
12) The contractor shall construct suitable godown at the contractor’s compound for
33
storing the materials safe against damage due to sun, rain dampness, fire, theft etc. He shall also employ necessary watch and ward establishment for the purpose and no extra claim whatsoever shall be entertained on this account.
13) Cement bags shall be stored in two separate godowns, one for tested cement and the other
for fresh cement (under testing). These godowns shall be constructed by the contractor at
his own cost as per sketch given in the general conditions of contract for CPWD works-
2014 with weather proof roofs and walls. The actual size of godown shall be as per site
requirements and nothing extra shall be paid for the same. The decision of the Client or
Client appointed representative regarding the capacity needed will be final. However, the
capacity of each godown shall not be less than 50 tonnes. Each godown shall be provided
with a single door with two locks. The keys of one lock shall remain with Client or his
representative of the work and that of other lock with the contractor or his authorized
representative at the site of work so that the cement is issued from godown accordingly to
the daily requirement with the knowledge of both parties. The account of daily receipt and
issue of cement shall be maintained in a register in the prescribed Performa and signed
daily by the contractor or his authorized agent in token of its correctness.
14) Material shall be kept in joint custody of the contractor and the representative of the
Executive Director, EPCH. The empty containers shall not be removed from the site of
work till the relevant item of work has been completed and permission obtained from the
Executive Director, EPCH.
15) The area shall be kept dry when the work is in progress even below water table.
Nothing extra shall be paid for bailing out water due to sub-soil condition, rains, spring
etc.
16) If required the contractor shall have to work during nights also. He shall make the necessary arrangements for lights etc. for nights or even if lights are required in day due to any other reason. Nothing extra shall be paid on this account. The rates shall include the above elements.
17) Proper labour hutments with all the required civic amenities as per CPWD Norms shall be
constructed by the contractor at site of work. He has to remove all the hutments on
completion.
18) Material received from the site after dismantling and demolishing the existing structures
shall be stacked and measured properly in the presence of the Site Engineer.
19) Maintenance of Register of Tests
i) All the registers of tests carried out at construction site or in outside laboratories shall be
maintained by the contractor which shall be issued to the contractor by Client or Client
appointed representative.
ii) All samples of materials including cement concrete cubes shall be taken jointly with
34
contractor and representative of the Client, Cost of samples materials is to be borne by the
contractor and he shall be responsible for safe custody of samples to be tested at site.
iii) All the entries in the registers will be made by the designated Engineering Staff of the
contractor and same should be regularly reviewed by representative of the Client or Client
appointed representative.
iv) Contractor shall be responsible for safe custody of all the test registers.
Executive Director
EPCH
35
SPECIAL CONDITIONS – GENERAL
1.1.1 The contents of special conditions take precedence over the general ‘Clauses of Contract.
1.1.2 The Contractors are advised to inspect and examine the site and its surroundings and satisfy
themselves with the nature of site, the means of access to the site, the constraints of space for stacking
material / machinery, labour etc., constraints put by local regulations, if any, weather conditions at
site, general ground/subsoil conditions etc. or any other circumstances which may affect or influence
their tenders. No claim what so ever on account of site constraints mentioned above or any other site
constraints, lack of public transport, inadequate availability of skilled, semi-skilled or unskilled
workers in the near vicinity, non-availability of construction machinery spare parts and any other
constraints not specifically stated here, shall be entertained from the Contractor. Therefore, the
Tenderers are advised to visit site and get first-hand information of site constraints. Accordingly, they
should quote their tenders. Nothing extra shall be payable on this account.
1.1.3 The site is available for work. The Contractor shall carry out survey of the work area, at his own cost,
setting out the layout and fixing of alignment of the building as per architectural and Structural
drawings in consultation with the Engineer-in-Charge and proceed further ensuring full structural
continuity and integrated and monolithic construction. Any discrepancy between the architectural
drawings and actual layout at site shall be brought to the notice of the Engineer-in-charge. It shall be
responsibility of the Contractor to ensure correct setting out of alignment. Nothing extra shall be
payable on this account. No claims, whatsoever, shall be entertained at a later date for any errors
found, on plea that the information supplied by Client in the tender is insufficient or is at variance
with the actual site conditions.
1.1.4 The contractor shall be deemed to have obtained all necessary information as to risks, contingencies
and other circumstances which may influence or affect the tender or works to the extent, the
contractor shall be satisfied before submitting the tender as to all relevant matters, including (without
limitation):
a) The form and nature of the site, including sub-surface conditions,
b) The hydrological and climatic conditions,
c) The extent and nature of the work and goods necessary for the execution and completion of the works
and the remedying of any defects,
d) The laws, procedures and labour practices of the country, and
e) The contractor’s requirements for access, accommodation, facilities, personnel, power, transport, water
and other services etc.
1.1.5 The Contractor shall, if required by him, before submission of the tender, inspect the drawings in the
Office of “Executive Director EPCH.” And shall not bear any responsibility for the lack of knowledge
and also the consequences, thereof to the Contractor. The information and data shown in the drawings
and mentioned in the tender documents have been furnished for general information and guidance
only. The Engineer-in-Charge, in no case, shall be held responsible for the accuracy thereof and/or
interpretations or conclusions drawn there from by the Contractor and all consequences shall be borne
by the Contractor. No claim, whatsoever, shall be entertained from the Contractor, if the data or
information furnished in tender document is different or in-correct otherwise or actual working
drawings are at variance with the drawings available for inspection or attached to the tender
documents. It is presumed that the Contractor shall satisfy himself for all possible contingencies,
incidental charges, wastages, bottlenecks etc. likely during execution of work and acts of
coordination, which may be required between different agencies. Nothing extra shall be payable on
this account.
36
1.1.5 The nomenclature of the item given in the schedule of quantities gives in general the work content but
is not exhaustive i.e. does not mention all the incidental works required to be carried out for complete
execution of the item of work. The work shall be carried out, all in accordance with true intent and
meaning of the specifications and the drawings taken together, regardless of whether the same may or
may not be particularly shown on the drawings and/or described in the specifications, provided that
the same can be reasonably inferred there from may be several incidental works, which are not
mentioned in the nomenclature of each item but will be necessary to complete the item in all respect.
All these incidental works / costs which are not mentioned in item nomenclature but are necessary to
complete the item shall be deemed to have been included in the rates quoted by the contractor for
various items in the schedule of quantities. No adjustment of rates shall be made for any variation in
quantum of incidental works due to variation / change in actual working drawings. Also, no
adjustment of rates shall be made due to any change in incidental works or any other deviation in such
element of work (which is incidental to the items of work and are necessary to complete such items in
all respects) on account of the directions of Engineer-in-Charge. Nothing extra shall be payable on
this account.
1.1.6 The contractor(s) shall give to the local body, police and other authorities all necessary notices etc. that
may be required by law and obtain all requisite licenses for temporary obstructions, enclosures etc.
and pay all fee, taxes and charges which may be leviable on account of these operations in executing
the contract. He shall make good any damage to the adjoining property whether public or private and
shall supply and maintain lights either for illumination or for cautioning the public at night.
1.1.7 Proper temporary barricading by fencing with Powder coated G.I. sheets, shall be carried out by the
Contractor at the start of work to physically define the boundaries of the plot for restricted entry to
only those involved in the work and also to prevent any accidents, at the same time without causing
any inconvenience to the traffic and the users of the buildings in the adjacent plots. It shall be done by
providing, erecting, maintaining temporary protective barricading of minimum 12.0 metres in height,
made in panels, with each panel having MS frames / MS hollow sections of suitable size and stiffness,
with thick GI corrugated sheet or suitably stiffened plain GI sheet fixed on frames. Such panels shall
be suitably connected to each other for stability with nuts and bolts, hooks, clamps etc. and fixed
firmly to the ground as shown in the drawings, for the entire duration till completion of the work.
The contractor shall also provide and erect temporary protective barricades within the plot, if required,
to prevent any accident. Temporary protective roofing near the Entrance to the building, under
construction, shall be made to protect the visiting officials from getting hurt by falling debris etc.
Also, one or more coat of enamel paint of shade as approved and directed by the Engineer-in-Charge
shall be applied on the panels and Warning signs shall be painted over that in suitable sizes, shapes
and numbers as directed by the Engineer-in-Charge. It shall be dismantled and taken away by the
Contractor after the completion of work at his own cost with the approval of the Engineer-in- Charge.
Nothing extra shall be payable on this account.
The contractor shall maintain it during the complete period of execution and realign it if required, for
execution of works.
1.1.8 The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary caution boards
day and night. In case of any accident of labours/ contractual staffs the entire responsibility will rest
on the part of the contractor and any compensation under such circumstances, if becomes payable,
shall be entirely borne by the contractor.
1.1.9 The work shall generally be carried out in accordance with the “CPWD Specifications 2009 Vol. I &
II” with up to date correction slips, additional/Particular Specifications, architectural/Structural
drawings and as per instructions of Engineer-in-Charge. Any additional item of the work, if taken up
subsequently, shall also confirm to the relevant CPWD specifications as mentioned above.
37
1.1.10 The several documents forming the tender are to be taken as mutually complementary to one another.
Detailed drawings shall be followed in preference to small scale drawings and figured dimensions in
preference to scale dimensions.
1.1.11 There be any difference or discrepancy between the description of items as given in the schedule of
quantities, particular specifications for individual items of work (including special conditions) and I.S.
Codes etc., the following order of preference shall be observed.
a) Description of items as given in Schedule of quantities
b) Particular specifications
c) Special conditions
d) Additional Condition
e) Tender drawings attached
f) CPWD Specifications including correction slips issued up to the last date of submission of tender.
g) General Conditions of Contract for CPWD works including correction slips issued up to the last date
of submission of tender.
h) Indian Standards Specifications of B.I.S.
i) ASTM, BS, or other foreign origin code mentioned in tender document.
j) Manufacturer’s specifications and as decided by the Engineer-in-Charge.
k) Sound Engineering practices or well established local construction practices.
1.1.12 The works to be governed by this contract shall cover delivery and transportation up to destination,
safe custody at site, insurance, erection, testing and commissioning of the entire works including
Defect Liability Period as mentioned in the NIT.
The works to be undertaken by the contractor shall inter-alia include the following:
a) Preparation of detailed SHOP drawings and AS BUILT drawings wherever applicable.
b) Obtaining of Statutory permissions where-ever applicable and required.
c) Pre-commissioning tests as per relevant standard specifications, code of practice, Acts and Rules
wherever required.
d) Warranty obligation for the equipments and / or fittings/fixtures supplied by the contractor.
e) Contractor shall provide all the shop drawings or layout drawings for all the coordinated services
before starting any work or placing any order of any of the services etc. These shop drawings/layout
drawings shall be got approved from Engineer-in-charge before implementation and this shall be
binding on the contractor.
f) The contractor shall submit material submittals along with material sample for approval of
Engineer-in-Charge prior to delivery of material at site.
1.1.13 The work shall be carried out in accordance with the approved architectural drawings, structural
drawings, services drawings to be issued from time to time, by the Engineer-in-Charge. Before
commencement of any item of work the contractor shall correlate all the relevant architectural and
structural drawings, nomenclature of items and specifications etc. issued for the work and satisfy
himself that the information available from there is complete and unambiguous. The figure and
written dimension of the drawings shall be superseding the measurement by scale. The discrepancy,
if any, shall be brought to the notice of the Engineer-in-charge before execution of the work. The
contractor alone shall be responsible for any loss or damage occurring by the commencement of
work on the basis of any erroneous and or incomplete information and no claim whatsoever shall be
entertained by the Client on this account.
38
a) The delay caused on account of non-timely action by the contractor in resolution of the differences
whatsoever shall not be considered as valid ground for extension of time unless otherwise accepted
by Engineer-in-Charge.
1.1.14 Unless otherwise provided in the Schedule of quantities, the rates tendered by the contractor shall be
all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing extra
shall be payable to him on this account.
1.1.15 The Contractor(s) shall take instructions from the Engineer-in-Charge regarding collection and
stacking of materials at any place. No excavated earth or building rubbish shall be stacked on areas
where other buildings, roads, services and compound walls are to be constructed. The stacking shall
take place as per stacking plan however, if any change is required, the same shall be done with the
approval of Engineer-in-Charge.
1.1.16 The contractor shall engage specialized agency for carrying out specialized items mentioned in this
document. Before engaging such agency, the contractor shall submit the details for the approval of
Engineer-in-charge, the name of the agency along with their working experience, presentation on
method statement and materials being used for execution of such items etc.
1.1.17 The Contractor shall bear all incidental charges for cartage, storage and safe custody of materials, if
any, issued by Client as well as to those materials also arranged by the contractor.
1.1.18 Any cement slurry added over base surface (or) for continuation of concreting for better bond is
deemed to have been built in the items and nothing extra shall be payable or extra cement considered
in consumption on this account.
1.1.19 The contractor shall give performance test of the entire installation(s) as per the specifications in the
presence of the Engineer-in-charge or his authorized representative before the work is finally
accepted and nothing extra what-so-ever shall be payable to the contractor for such test.
1.1.20 Water tanks, taps, sanitary, water supply & drainage pipes, fittings & accessories should conform to
bye-laws of local body/corporation, where CPWD specifications are not available. The Contractor
should engage approved, licensed plumbers for the work and get the materials (fixtures/fittings)
tested, by the municipal Body/ Corporation authorities wherever required at his own cost. The
Contractor shall submit for the approval of the Engineer-in-Charge, the name of the plumbing
agency (along with their working experience in recent past) proposed to be engaged by him.
The contractor shall make his own arrangements for water and for obtaining electric connections if
required and make necessary payments directly to the departments concerned. Contractor shall get
the water tested from laboratory approved by the Engineer-in-charge at regular interval as per the
CPWD Specifications. All expenses towards collection of samples, packing, transportation etc. shall
be borne by the contractor. Contractor shall neither be allowed to use existing borewell, if any, nor
shall be allowed to dig any borewell in the site premises unless he gets permission from the
concerned authority. If required, the contractor shall install water treatment plant at site and treat the
water to obtain the desired parameter of water quality required for construction as per relevant IS
codes.
39
1.1.22 Site test register & MAS Registers to be maintained by contractor:
All test registers and MAS registers issued by the engineer-in-charge shall be maintained by the
contractor which will be reviewed by the officers of Client or the person authorized by Client at
regular intervals. These may also be reviewed by Engineer in charge as and when required.
Frequency of tests will be governed by the CPWD specifications with up to date correction slips.
1.1.23 PREVENTION OF NUISANCE AND POLUTION CONTROL
The Contractor shall take all precautions to abide by the environmental related restrictions imposed
by any statutory body having jurisdiction in Delhi.
The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to the
owners, tenants or occupiers of adjacent properties and to the public in general and to prevent any
damage to such properties from pollutants like smoke, dust, noise. The contractor shall use such
methodology and equipment so as to cause minimum environmental pollution of any kind during
and minimum hindrance to road users and to occupants of the adjacent properties or other services
running adjacent/near vicinity. The contractor shall make good at his cost and to the satisfaction of
the Engineer-in-Charge, any damage to roads, paths, cross drainage works or public or private
property whatsoever caused due to the execution of the work or by traffic brought thereon by the
contractor.
All waste or superfluous materials shall be carried away by the contractor, without any reservation,
entirely to the satisfaction of the Engineer-in-Charge and disposed at designated places only
The contractor shall follow the guidelines of Statutory government offices such as Pollution Control
Board, National Green Tribunal and all other concerned government departments and statutory
bodies.
Utmost care shall be taken to keep the noise level to the barest minimum so that no disturbance as
far as possible is caused to the nearby occupants/users of building(s), if any.
1.1.24 SECURITY AND TRAFFIC ARRANGEMENTS
In the event of any restrictions being imposed by the Security agency, Traffic or any other authority
having jurisdiction in the area on the working or movement of labour/material, the contractor shall
strictly follow such restrictions and nothing extra shall be payable to the contractor on such
accounts. The loss of time on these accounts, if any, shall have to be made up by augmenting
additional resources whatever required.
1.1.25 The contractor is required to make his own arrangements to provide huts for laborer’s as is acceptable
to local bodies and nothing extra shall be paid on this account. He shall make his own arrangements
for stores, field office etc. Before tendering, he shall visit the site and assess the manner in which he
is able to arrange the above facilities. The Engineer-in- Charge shall in no way be responsible for
any delay on this account and no claim, whatsoever, on this account shall be entertained.
1.1.26 No payment shall be made for any damage caused by rain, snowfall, flood or any other natural
calamity, whatsoever during the execution of the work. The contractor shall be fully responsible for
any damage to the govt. property and the work for which payment has been advanced to him under
the contract and he shall make good the same at his risk and cost. The contractor shall be fully
responsible for safety and security of his material, T&P/Machinery brought to the site by him.
40
1.1.27 The contractor shall construct suitable godowns, yard at the site of work for storing all materials so as
to be safe against damage by sun, rain, damages, fire, theft etc. at his own cost and also employ
necessary watch and ward establishment for the purpose at his cost. The contractor shall also
establish the batching plant and office of the contractor at site free of cost. Before starting such
office/ yard, the contractor will submit a layout plan to Client for approval. This shall be maintained
as per the prevailing norms of statutory bodies failing which a suitable penalty shall be imposed on
the contractor. The contractor will barricade this area at his own cost and nothing shall be paid on
this account.
1.1.28 All materials brought at site by contractor shall be got checked by the representative of Engineer-in-
Charge on receipt of the same at site before use.
1.1.29 The contractor shall be responsible for the watch and ward/guard of the buildings, safety of all fittings
and fixtures including all equipments, services provided by him against pilferage and breakage
during the period of Installations and thereafter till the building is physically handed over to
authorized representative of Client or to the contractor of next stage work as directed by the
Engineer-in-charge. No extra payment shall be made on this account and no claim shall be
admissible on this account.
1.1.30 The Contractor shall keep himself fully informed of all acts and laws of the Central & State
Governments, all orders, decrees of statutory bodies, tribunals having any jurisdiction or authority,
which in any manner may affect those engaged or employed and anything related to carrying out the
work. All the rules & regulations and bye-laws laid down by Collector and/or any other statutory
bodies shall be adhered to, by the contractor, during the execution of work. The Contractor shall also
adhere to all traffic restrictions notified by the local authorities. All statutory taxes, levies, charges
(including water and sewerage charges, charges for temporary service connections and / or any other
charges) if any payable to such authorities for carrying out the work, shall be borne by the Contractor.
The water charges (for municipal water connection as well as tanker water) if any shall be borne by
the contractor. Also, if the contractor obtains water connection for the drinking purposes from the
municipal authorities or any other statutory body, the consequent sewerage charges shall be borne by
the contractor. The Contractor shall arrange to give all notices as required by any statutory /
regulatory authority and shall pay to such authority all the fees that is required to be paid for the
execution of work. The contractor shall protect and indemnify the Client and its officials & employees
against any claim and /or liability arising out of violations of any such laws, ordinances, orders,
decrees, by himself or by his employees or his authorized representatives. Nothing extra shall be
payable on these accounts. The fee payable to statutory authorities for obtaining the various
permanent service connections and Occupancy Certificate for the building shall be borne by the
Client.
1.1.31 For works below ground level the contractor shall keep that area free from water. If dewatering or
bailing out of water is required the contractor shall do the same at his own cost and nothing extra shall
be paid except otherwise provided in the items of Schedule of Quantities.
1.1.32 The Contractor shall make all necessary arrangements for protecting from rains, fog or likewise
extreme weather conditions, the work already executed and for carrying out further work, during
monsoon including providing and fixing temporary shelters, protections etc. Nothing extra shall be
payable on this account and also no claims for hindrance shall be entertained on this account.
1.1.33 In case of flooding of site on account of rain or any other cause and any consequent damage,
whatsoever, no claim financially or otherwise shall be entertained notwithstanding any other
provisions elsewhere in the contract agreement. Also, the Contractor shall make good, at his own cost,
the damages caused, if any. Further, no claims for hindrance shall be entertained on this account.
41
1.1.34 The contractor will take reasonable precautions to prevent his workman and employees from
removing and damaging any flora (plant/vegetation) & fauna from the project area.
1.1.35 SETTING OUT
The Contractor shall carry out survey of the work area, at his own cost, setting out the layout of
building in consultation with the Engineer-in-Charge & proceed further. Any discrepancy between the
architectural drawings and actual layout at site shall be brought to the notice of the Engineer-in-
charge. It shall be responsibility of the Contractor to ensure correct setting out of alignment. Total
station survey instruments only shall be used for layout, fixing boundaries, and centre lines, etc.,
Nothing extra shall be payable on this account.
(ii) The Contractor shall establish, maintain and assume responsibility for grades, lines, levels and
benchmarks. He shall report any errors or inconsistencies regarding grades, lines, levels, dimensions
etc. to the Engineer-in-Charge before commencing work. Commencement of work shall be regarded
as the Contractor’s acceptance of such grades, lines, levels, and dimensions and no claim shall be
entertained at a later date for any errors found.
(iii) If at any time, any error appears due to grades, lines, levels and benchmarks during the progress
of the work, the Contractor shall, at his own expense rectify such error, if so required, to the
satisfaction of the Engineer-in-Charge. Nothing extra shall be payable on this account.
(iv) Though the site levels are indicated in the drawings, the Contractor shall ascertain and confirm
the site levels with respect to benchmark from the concerned authorities. The Contractor shall protect
and maintain temporary/ permanent benchmarks at the site of work throughout the execution of work.
These benchmarks shall be got checked by the Engineer-in-Charge or his authorized representatives.
The work at different stages shall be checked with reference to bench marks maintained for the said
purpose. Nothing extra shall be payable on this account.
(v) The approval by the Engineer-in-Charge, of the setting out by the Contractor, shall not relieve the
Contractor of any of his responsibilities and obligation to rectify the errors/ defects, if any, which may
be found at any stage during the progress of the work or after the completion of the work.
(vi) The Contractor shall be entirely and exclusively responsible for the horizontal, vertical and other
alignments, the level and correctness of every part of the work and shall rectify effectively any errors
or imperfections therein. Such rectifications shall be carried out by the Contractor at his own cost to
the entire satisfaction of the Engineer-in-Charge.
(vii) The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out work
(including marking of reference points, center lines of buildings), construction and maintenance of
reference bench mark(s), taking spot levels, construction of all safety and protection devices, barriers,
barricading, signage, labour safety, labour welfare and labour training measures, preparatory works,
working during monsoon, working at all depths, height and location etc. and any other incidental
works required to complete this work. Nothing extra shall be payable on this account.
1.1.36 The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen etc. and
nothing extra on this account is admissible.
1.1.37 A site laboratory with the minimum equipment as specified in CPWD specifications/in this agreement
shall be established, made functional and maintained within one month from the award of work
42
without any extra cost to the Client. In case of non-compliance / delay in compliance in this, a
recovery @ Rs. 5000/- per day will be imposed which will be recovered from the immediate next
R/A Bill of the Contractor. The contractor will calibrate all lab equipments as per manufacturers’
specifications and shall maintain a frequency chart of calibration of various lab equipments. The
calibration certificate for equipments used for this project shall not be 3 month older than date of
start of work.
1.1.38 INTEGRATED SERVICE DRAWINGS
Before taking up the work, the contractor shall be provided progressively with integrated drawings
for various civil and electrical services showing details of layout plan including sectional elevations
and contractor shall plan and mobilize his resources as per the Integrated drawings and as per the
site conditions to facilitate convenient execution, installation as well as maintenance of these
services. Nothing extra shall be payable on this account. The contractor shall intimate requirement
of additional integrated drawings fifteen days in advance before planning for the execution of work.
1.1.39 TOOLS AND PLANTS
The bidder should have own constructions equipment required for the proper and timely execution
of the work. Nothing extra shall be paid on this account.
No tools and plants including any special T&P etc. shall be supplied by the Client and the
Contractor shall have to make his own arrangements at his own cost. No claim of hindrance (or any
other claim) shall be entertained on this account.
1.1.40 SCAFFOLDING
Wherever required for the execution of work, all the scaffolding shall be provided and suitably
fixed, by the Contractor. It shall be provided strictly with steel double scaffolding system, suitably
braced for stability, with all the accessories, gangways, etc. with adjustable suitable working
platforms to access the areas with ease for working and inspection. It shall be designed to take all
incidental loads. It should cater to the safety features for workmen. Nothing extra shall be payable
on this account. It shall be ensured that no damage is caused to any structure due to the scaffolding.
The contractor shall prepare detailed drawing for all temporary works like scaffolding, centering and
shuttering and get it vetted from the third party consultant approved by the Engineer-In-Charge
Nothing extra shall be paid on this account.
1.1.41 The Contractor shall do proper sequencing of the various activities by suitably staggering the
activities within various pockets in the plot so as to achieve early completion. The contractor to
deploy adequate equipment, machinery and labour as required for the completion of the entire work
within the stipulated period specified. also ancillary facilities shall be provided by contractor
commensurate with requirement to complete the entire work within the stipulated period. Nothing
extra shall be payable on this account. Adequate number/sets of equipment in working condition,
along with adequate stand-by arrangements, shall be deployed during entire construction period. It
shall be ensured by the Contractor that all the equipment, Tools & Plants, machineries etc. provided
by him are maintained in proper working conditions at all times during the progress of the work and
till the completion of the work. Further, all the constructional tools, plants, equipment and
machineries provided by the Contractor, on site of work or his workshop for this work, shall be
exclusively intended for use in the construction of this work and they shall not be shifted/ removed
from site without the permission of the Engineer-in-Charge. The contractor shall not use more than
10-year-old machinery in the above unless the permission is obtained in special case from Client and
43
shall keep the valid registration and fitness certificates available all the time for inspection. The
contractor will deploy only certified and competent operator for operation of various machinery.
1.1.42 The Contractor shall maintain all the work in good condition till the completion of entire work. The
Contractor shall be responsible for and shall make good, all damages and repairs, rendered necessary
due to fire, rain, traffic, floods or any other causes. The Engineer-in- Charge shall not be responsible
for any claims for injuries to person/workmen or for structural damage to property happening from
any neglect, default, want of proper care or misconduct on the part of the Contractor or of any other
of his representatives, in his employment during the execution of the work. The compensation, if
any, shall be paid directly to the Client / authority / persons concerned, by the Contractor at his own
cost.
1.1.43 ROYALTY
Royalty at the prevalent rates shall be paid by the Contractor or the RMC supplier as per the terms of
supply between them, on all materials such as boulders, metals, all sizes stone aggregates, brick
aggregates, coarse and fine sand, moorum, river sand, gravels and bajri etc. collected by him for the
execution of the work, directly to the revenue authority of the state government concerned. Further,
contractor needs to submit proof of submission of full royalty to the state government or local
authority. Nothing extra shall be payable on this account.
1.1.44 PRESERVATION AND CONSERVATION MEASURES
Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services, if any,
encountered in the course of the execution of work shall be protected against the damage by the
contractor at his own expense. In case the same are to be removed and diverted, expenditure
incurred in doing so shall be payable to the contractor. The contractor shall work out the cost, get the
same approved by Engineer-in-Charge before taking up actual execution. The contractor shall not
store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of
such services.
All fossils, coins, articles of value of antiquity, structures and other remains or things of geological
or archaeological interest discovered on project location during excavation/construction shall be the
property of Client, and shall be dealt with as per provisions of the relevant legislation. The
contractor will take reasonable precaution to prevent his work men or any other persons from
removing and damaging any such article or thing. He will, immediately upon discovery thereof and
before removal acquaint the Engineer-in-charge of such discovery and carry out the official
instructions of Engineer-in-charge for dealing with the same, till then all work shall be carried out in
a way so as not to disturb/damage such article or thing.
1.1.46 CO-OPERATION WITH OTHER CONTRACTORS/SPECIALIZED AGENCIES/SUB-
CONTRACTORS
i) The Contractor shall cooperate with and provide the facilities to the other agencies working at
site for smooth execution of the work. The Contractor shall:
a) Allow use of scaffolding, toilets, sheds etc.
b) Properly co-ordinate their work with the work of other Contractors.
c) Provide control lines and benchmarks to his Sub-Contractors and the other Contractors.
d) Provide electricity and water at mutually agreed rates.
e) Provide hoist and crane facilities for lifting material at mutually agreed rates.
44
f) Co-ordinate with other Contractors for leaving inserts, making chases, alignment of services etc.
at site.
g) Adjust work schedule and site activities in consultation with the Engineer-in-Charge and other
Contractors to suit the overall schedule completion.
h) Resolve the disputes with other Contractors/sub-contractors amicably and the Engineer-in-
Charge shall not be made intermediary or arbitrator.
ii) The work should be planned in a systematic manner so as to ensure proper co-ordination of
various disciplines viz. sanitary & water supply, drainage, rain water harvesting, electrical, fire
fighting, information technology, communication & electronics and any other services.
iii) Other agencies will also simultaneously execute and install the works of sub- station / generating
sets, air-conditioning, lifts, etc. for the work and the contractor shall afford necessary facilities
for the same. The contractor shall leave such recesses, holes, openings trenches etc. as may be
required for such related works (for which inserts, sleeves, brackets, conduits, base plates, clamps
etc. shall be supplied fixed by the contractor at his cost unless otherwise specifically mentioned)
and the contractor shall fix the same at time of casting of concrete, stone work and brick work, if
required, and nothing extra shall be payable on this account.
iv) The contractor shall conduct his work, so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor(s) or by the Engineer-In- Charge
and shall as far as possible arrange his work and shall place and dispose of the materials being
used or removed so as not to interfere with the operations of other contractor or he shall arrange
his work with that of the others in an acceptable and in a proper –co-ordinated manner and shall
perform it in proper sequence to the complete satisfaction of others.
v) The Contractor shall be fully responsible for the performance of the entire composite system like
a) Roof Insulation & Waterproofing system, b) ACP & structural Glazing system and any other
composite system and shall give appropriate Guarantee for the Same.
1.1.47 Supervision of work
The Contractor shall depute Site Engineer & skilled workers as required for the work. He shall
submit organization chart along with details of Engineers and supervisory staff. It shall be ensured
that all decision making powers shall be available to the representatives of the Contractor at site
itself to avoid any likely delays on this account. The Contractor shall also furnish list of persons for
specialized works to be executed for various items of work. The Contractor shall identify and deploy
key persons having qualifications and experience in the similar and other major works, as per the
field of their expertise. If during the course of execution of work, the Engineer-in-Charge is of the
opinion that the deployed staff is not sufficient or not well experienced; the Contractor shall deploy
more staff or better- experienced staff at site to complete the work with quality and in stipulated time
limit. Principle Technical representative of the Contractor having minimum twenty years of
experience in similar nature of work as mentioned in the clause 36 of the General Conditions of the
Contract, shall always be available at the site during the actual execution of the work. The recovery
of Rs. 1,00,000/- (One lac) per month shall be effected from the Contractor in the event of not
fulfilling this provision.
1.1.48 Specialized Agencies
I) The main contractor shall submit the credential of specialized agency well in advance as per
the direction of Engineer-in-charge. After verification of the same, written approval will be
conveyed to main contractor in this regard. The quantum of credentials will be broadly in
45
line with guidelines issued by Engineer-in-Charge. The main contractor shall not change the
specialized agency. However, if the change is warranted, he may do so, with permission of
Engineer-in-charge. However before making any such change he has to enter into similar
agreement as with previous agency & submit the same to Engineer-in–Charge for approval.
This shall however be without any change in the accepted rates of the contract agreement
and without any time and cost implications to the Client.
II) It shall be the responsibility of main contractor to sort out any dispute / litigation with the
Specialized Agencies without any time & cost overrun to the Client. The main contractor
shall be solely responsible for settling any dispute / litigation arising out of his agreement
with the Specialized Agencies. The contractor shall ensure that the work shall not suffer on
account of litigation/ dispute between him and the specialized agencies / sub-contractor(s).
No claim of hindrance in the work shall be entertained from the Contractor on this account.
No extension of time shall be granted and no claim what so ever, of any kind, shall be
entertained from the Contractor on account of delay attributable to the selection/rejection of
the Specialized Agencies or any dispute amongst them.
1.1.49 Rates
I) The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out
work, profile, setting lay out on ground, establishment of reference bench mark(s), installing
various signage, taking spot levels as directed by Engineer-in-charge, survey with total
station, construction of all safety and protection devices, compulsory use of helmet and
safety shoes, and other appropriate safety gadgets by workers, imparting continuous training
for all the workers, barriers, preparatory works, construction of clean, hygienic and well
ventilated workers housings in sufficient numbers as per drawing supplied by Engineer in
charge, working during monsoon or odd season, working beyond normal hours, working at
all depths, height, lead, lift, levels and location, implementation of green building norms to
achieve desired GRIHA Rating compliances etc. and any other unforeseen but essential
incidental works required to complete this work. Nothing extra shall be payable on this
account and no extension of time for completion of work shall be granted on these accounts.
The rates quoted by the tenderer, shall be firm and inclusive of all taxes and levies
(including works contract tax and construction labour welfare cess but excluding service
tax).
II) No foreign exchange shall be made available by the Department for importing (purchase) of
equipment, plants, machinery, materials of any kind or any other items required to be carried
out during execution of the work. No delay and no claim of any kind shall be entertained
from the Contractor, on account of variation in the foreign exchange rate.
III) Ancillary and incidental facilities required for execution of work like labour camp, stores,
fabrication yard, offices for Contractor, watch and ward, temporary ramp required to be
made for working at the basement level, temporary structure for plants and machineries,
water storage tanks, installation and consumption charges of temporary electricity,
telephone, water etc. required for execution of the work, liaison and pursuing for obtaining
various No Objection Certificates, completion certificates from local bodies etc., protection
46
works, testing facilities / laboratory at site of work, facilities for all field tests and for taking
samples etc. during execution or any other activity which is necessary (for execution of
work and as directed by Engineer-in-Charge), shall be deemed to be included in rates quoted
by the Contractor, for various items in the schedule of quantities. Nothing extra shall be
payable on these accounts. Before start of the work, the Contractor shall submit to the
Engineer-in-Charge, a site / construction yard layout, specifying areas for construction, site
office, positioning of machinery, material yard, cement and other storage, steel fabrication
yard, site laboratory, water tank, etc.
IV) For completing the work in time, the Contractor might be required to work in two or more
shifts (including night shifts). No claim whatsoever shall be entertained on this account,
notwithstanding the fact that the Contractor may have to pay extra amounts for any reason,
to the labourers and other staff engaged directly or indirectly on the work according to the
provisions of the labour and other statutory bodies regulations and the agreement entered
upon by the Contractor with them.
V) All material shall only be brought at site as per program finalized with the Engineer-in-
Charge. Any pre-delivery of the material not required for immediate consumption shall not
be accepted and thus not paid for.
VI) The rate for all items, in which the use of cement is involved, is inclusive of charges for
curing.
VII) Payment for items of “RCC work”, brick work and concrete work above different floor shall
be made at the rates provided for these items. For operation of these rates, the floor level
shall be considered as top of the main structural slab in that floor viz Top of RCC slab in
main room and not top of any sunk or depressed floor for toilet slabs.
VIII) Contractor has to make his own labour hutment arrangements outside the campus , For that
he has to identify the areas close to site & take necessary permissions & develop the area
with proper facilities like water, sanitation, drains etc. Nothing extra shall be payable on this
account to contractor.
1.1.50 SAFETY PRACTICES
I) WARNING/ CAUTION BOARDS: All temporary warning / caution boards / glow signage
display such as "Construction Work in Progress", "Keep Away", “No Parking”, Diversions
& protective Barricades etc. shall be provided and displayed during day time by the
Contractor, wherever required and as directed by the Engineer-in-Charge. These glow
signage and red lights shall be suitably illuminated during night also. The Contractor shall
be solely responsible for damage and accident caused, if any, due to negligence on his part.
Also he shall ensure that no hindrance, as far as possible, is caused to general traffic during
execution of the work. This signage shall be dismantled & taken away by the Contractor
after the completion of work, only after approval of the Engineer–in–Charge. Nothing extra
shall be payable on this account.
II) SIGN BOARDS: The Contractor shall provide and erect a display board of size and shape as
required and paint over it, in a legible and workman like manner, the details about the
salient features of the project, as required by the Engineer-in-Charge. The Contractor shall
fabricate and put up a sign board in an approved location and to an approved design
indicating name of the project, Client/Owner & Architects etc. besides providing space for
names of other Contractors, Sub-Contractors and specialized agencies within 15 days from
47
issue of award letter. Nothing extra shall be payable on this account. In case of non-
compliance/delay in compliance in this, a penalty @ Rs. 500/- per day will be imposed
which will be recovered from the immediate next R/A Bill of the Contractor.
III) Necessary protective and safety equipments such as helmet, safety shoes, gloves etc. shall
be provided to the Site Engineer, Supervisory staff, labour and technical staff of the
contractor and visitors by the Contractor at his own cost and to be used at site.
IV) No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at
site. Only limited quantity of P.O.L may be allowed to be stored at site subject to the
compliance of all rules / instructions issued by the relevant authorities and as per the
direction of Engineer-in-Charge in this regard. Also all precautions and safety measures
shall be taken by the Contractor for safe handling of the P.O.L products stored at site. All
consequences on account of unsafe handling of P.O.L shall be borne by the Contractor.
1.1.51 QUALITY ASSURANCE
I) The proposed work is a prestigious campus development project and quality of work is of
paramount importance. Contractor shall have to engage well-experienced skilled labour and
deploy modern T&P and other equipment to execute the work. Many items like Facade
Elevation, specialized flooring work, Expansion joints work, factory made door window
shutters, proper slope maintaining in toilet units, sanitary/water supply installation, finishing
work, water proofing treatment etc. will specially require engagement of skilled workers
having experience particularly in execution of such items.
II) The contractor shall ensure quality construction in a planned and time bound manner. Any
sub-standard material / work beyond set out tolerance limit shall be summarily rejected by
the Engineer-in-charge & contractor shall be bound to replace / remove such sub-standard /
defective work immediately. If any material, even though approved by Engineer-In-Charge
is found defective or not conforming to specifications shall be replaced / removed by the
contractor at his own risk & cost.
III) In addition to the supervision of work by the Client or its authorized representative or the
Consultants deployed by the Client shall also be carrying out regular and periodic inspection
of the ongoing activities in the work and deficiencies, shortcomings, inferior workmanship
pointed out by them shall be communicated by Client representative to the contractor. Upon
receipt of instructions from Engineer in Charge or his authorized representatives these are
also to be made good by necessary improvement, rectification, replacement upto his
complete satisfaction. Special attention shall be paid towards line and level of internal and
external plastering, exposed smooth surface of RCC members by providing fresh shuttering
plates, rubberized linings to all the shuttering joints, accurate joinery work in wooden doors
and windows, thinnest joints in stone/ tiling / cladding work, non-hollowness in floor and
dado tiles work, protection of scratches over flooring by impounding layer of plaster of
Paris, water tight pipe linings, absence of hollow vertical joints in brick/ block masonry,
proper compaction of filled up earth etc. to achieve an Institution of International standards
and up keeping of quality assurance shall be of paramount importance, as such.
IV) The Contractor shall submit, within 15 days after the date of award of work, a detailed and
complete method statement for the execution, testing and Quality Assurance, of such items
of works, as directed by the Engineer-in-Charge or his representative. All the materials to be
48
used in the work, to give the finished work complete in all respects, shall comply with the
requirements of the specifications and shall pass all the tests required as per specifications as
applicable or such specifications / standards as directed by the Engineer-in-Charge.
However, keeping the Quality Assurance in mind, the Contractor shall submit, on request
from the Engineer-in-Charge, his own Quality Assurance procedures for basic materials and
such items, to be followed during the execution of the work, for approval of the Engineer-in-
Charge.
V) All materials and fittings brought by the contractor to the site for use shall conform to the
samples approved by the Engineer-in-charge which shall be preserved till the completion of
the work. If a particular brand of material is specified in the item of work in Schedule of
Quantity, the same shall be used after getting the same approved from Engineer-In-Charge.
Wherever brand / quality of material is not specified in the item of work, the contractor shall
submit the samples as per suggested list of brand names given in the tender document /
particular specifications for approval of Engineer-In-Charge. For all other items, materials
and fittings of ISI Marked shall be used with the approval of Engineer-In-Charge. Wherever
ISI Marked material / fittings are not available, the contractor shall submit samples of
materials / fittings manufactured by firms of repute conforming to relevant specifications or
IS codes and use the same only after getting the approval of Engineer-In-Charge.
VI) The Contractor shall procure and provide all the materials from the manufacturers /
suppliers as per the list attached with the tender documents, as per the item description and
particular specifications for the work. The equivalent brand for any item shall be permitted
to be used in the work, only when the specified make is not available. This is, however,
subject to documentary evidence produced by the contactor for non-availability of the brand
specified and also subject to independent verification by the Engineer-in-Charge. In
exceptional cases, where such approval is required, the decision of Engineer-in-Charge as
regards equivalent make of the material shall be final and binding on the Contractor. No
claim, whatsoever, of any kind shall be entertained from the Contractor on this account.
Nothing extra shall be payable on this account. Also, the material shall be procured only
after written approval of the Engineer-in-Charge.
VII) All materials shall be got checked by the Engineer-in-Charge or his authorized supervisory
staff on receipt of the same at site before use.
VIII) The contractor has to establish field laboratory at site including all necessary equipment for
field tests.All the relevant and applicable standards and specifications shall be made
available by the contractor at his cost in the field laboratory. The contractor shall designate
one of his technical representatives as Quality Assurance Engineer, who shall be responsible
for carrying out all mandatory field/laboratory tests. The contractor shall also provide
adequate supporting staff at his cost for carrying out field tests, packaging and forwarding of
samples for outside laboratory tests and for maintaining test records.
IX) The tests, as necessary and where no field laboratory facilities are available, shall be
conducted in the laboratory approved by the Engineer–in-Charge. For materials for which
field testing equipment is established at site, for those materials 90% of total tests shall be
done at the laboratory established at site by contractor and remaining 10% in the reputed
laboratories approved by Engineer-in-charge. The samples shall be taken for carrying out all
or any of the tests stipulated in the particular specifications and as directed by the Engineer-
in-Charge or his authorized representative.
49
X) All the registers of tests carried out at Construction Site or in outside laboratories and all
material at site (MAS) registers including cement register shall be maintained by the
contractor which shall be issued to the contractor by Engineer-in-charge. All the entries in
the registers will be made by the designated Engineering Staff of the contractor and same
should be regularly reviewed by Engineer-in-Charge or his authorized representative.
Contractor shall be responsible for safe custody of all the registers.
XI) The Contractor shall at his own risk and cost make all arrangements and shall provide all
such facilities including material and labour, the Engineer-in-Charge may require for
collecting, preparing, forwarding the required number of samples for testing as per the
frequency of test stipulated in the contract specifications or as considered necessary by the
Engineer-in-Charge, at such time and to such places, as directed by the Engineer-in-Charge.
Nothing extra shall be payable for the above.
XII) The Contractor or his authorized representative shall associate in collection, preparation,
forwarding and testing of such samples. In case he or his authorized representative is not
present or does not associate him, the result of such tests and consequences thereon shall be
binding on the Contractor .The Contractor or his authorized representative shall remain in
contact with the Engineer-in–Charge or his authorized representative associated for all such
operations. No claim of payment or claim of any other kind, whatsoever, shall be entertained
from the Contractor.
XIII) Samples of materials required for testing shall be provided free of charge by the contractor.
All the testing charges for the samples sent to outside approved laboratories shall be borne
by the contractor.
XIV) All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to
be properly tested as per the design conditions before covering and their measurements in
computerized measurement book duly test checked shall be deposited with Engineer in
charge or his authorized representative, prior to hiding these items.
XV) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should
confirm to bylaws and municipal body / corporation where CPWD 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. The contractor shall give performance test of the entire
installation(s) as per the standing specifications before the work is finally accepted and
nothing extra whatsoever shall be payable to the contractor for the test.
XVI) The contractor shall have to execute guarantee bonds in respect of water proofing, Post
tensioning, Anti-termite treatment, Pagoda roofing etc. as per proformas provided by
Engineer-in-charge.
XVII) The Contractor shall arrange electricity at his own cost for testing of the various electrical
installations as directed by Engineer-in-Charge and for the consumption by the contractor
for executing the work. Also all the water required for testing various electrical installations,
fire pumps, wet riser, firefighting, HVAC equipment, fire sprinklers etc. and also testing
water supply, sanitary and drainage lines, water proofing of underground sump, overhead
tanks, water proofing treatment etc. shall be arranged by the contractor at his own cost.
Nothing extra shall be payable on this account.
XVIII) The work should be planned in a systematic manner so that chase cuttings in the walls,
ceilings and floors are minimized. Wherever absolutely essential, the chase shall be cut
50
using chase cutting machines. Chases will not be allowed to be cut using hammer / chisel.
The electrical boxes should be fixed in walls simultaneously while raising the brick work.
The contractor shall ensure proper coordination of various disciplines viz. sanitary & water
supply, electrical, fire-fighting and any other services.
1.1.52 SUBMISSION AND DOCUMENTATION
a) The Contractor shall display all permissions, licenses, registration certificates, bar charts,
other statements etc under various labour laws and other regulations applicable to the works,
at his site office. He should also keep at site at least one set of BIS Codes and other relevant
codes at site and produce the same if asked for by Engineer-In-Charge. In case of non
compliance, these codes will be purchased from the Market and actual cost of purchase will
be recovered from the next RA Bill of the Contractor.
b) The Contractor shall coordinate and make available four (04) sets of completed Building
Drawings, “As Built Drawings” along with literatures, manuals, warranty certificates etc. of
various installed fittings, fixtures and equipment for the completed projects. This shall be
the prerequisite for payment of final bill.
c) The Contractor shall make available four (04) sets of all drawings of internal and external
services i.e. Water Supply, Sanitary line and Drainage lines. This shall be the prerequisite
for payment of final bill. These drawings shall have the following information:
i) Run off for all piping and their diameters including soil, waste pipes and vertical stacks.
ii) Ground and invert level of all drainage pipes together with locations of all manholes and
connections, up to outfall.
iii) Run off for all water supply lines with diameters location of control valves, access panels
etc.
d) The contractor shall make available four (04) sets of computerized Standard Measurement
Books (SMBs) having measurement of all the permanent standing in a building.
e) The Performance Guarantee shall not be released to the contractor until the aforesaid
drawings are submitted to the Engineer-in-Charge
f) The contractor will submit computerized measurement sheet for the work carried out by him
for making payment as per Clause – 6A of the CPWD General Conditions of Contract 2014
with correction slips upto the last date of submission of tender. For casting of RCC members
and other hidden items the corrected and duly test checked measurement sheets of
reinforcement or that of other hidden items shall be deposited with Engineer-in-charge or his
authorized representative, before casting of RCC or other hidden items. The delay in
submission of corrected and duly checked measurement sheet may, therefore, delay casting
of RCC or execution of hidden item for which no hindrance shall be recorded.
g) To avoid delay, contractor should submit all samples well in advance so as to give timely
orders for procurement.
1.1.53 PROGRAM CHART:
The Contractor shall prepare an integrated program chart within fifteen days of issue of
Letter of Award including civil as well as E & M activities for the execution of work,
showing clearly all activities from the start of work to completion, with details of
51
manpower, equipment and machinery required for the fulfillment of the program within the
stipulated period and submit the same for approval of the Engineer-In-Charge within fifteen
days of the award of the work. These shall be submitted by the contractor through electronic
media besides forwarding hard copies of the same. The integrated program chart so
submitted should not have any discrepancy with the physical milestones attached in the
contract agreement. The program chart should include the following:-
i) Descriptive note explaining sequence of various activities.
ii) Construction Program prepared on PRIMAVERA/MS Project Software, which will indicate
resources in financial terms, manpower and specialized equipment for every important stage.
The contractor shall make available latest hardware as well as software at site for planning
and monitoring purpose.
iii) Program for procurement of materials by the contractor.
iv) Program for arranging and deployment of manpower both skilled and unskilled so as to
achieve targeted progress.
v) Program of procurement of machinery/equipment having adequate capacity, commensurate
with the quantum of work to be done within the stipulated period, by the contractor.
vi) Program for achieving fortnightly micro milestones and periodic milestones.
vii) In case of non compliance/delay in compliance in this, a penalty @ Rs.5000/- per day will
be imposed which will be recovered from the immediate next R/A Bill of the Contractor.
viii) If at any time, it appears to the Engineer-In-Charge that the actual progress of work does not
conform to the approved program referred above, the contractor shall produce a revised
program showing the modifications to the approved program by additional inputs to ensure
completion of the work within the stipulated time.
ix) The submission for approval by the Engineer-In-Charge of such program or the furnishing
of such particulars shall not relieve the contractor of any of his duties or responsibilities
under the contract. This is without prejudice to the right of Engineer-In- Charge to take
action against the contractor as per terms and conditions of the agreement.
x) Apart from the above integrated program chart, the contractor shall be required to submit
fortnightly progress report of the work in a computerized form on 1st and 16th of every
month. The progress report shall contain the following, apart from whatever else may be
required as specified above:
xi) Construction schedule of the various components of the work through a bar chart for the
next two fortnights (or as may be specified), showing the micro- milestone/milestones,
targeted tasks (including material and labour requirement) and up to date progress. Atleast
10 digital photographs showing all the parts of construction site (designated spots) along
with at least 5 minutes video of executions of different items in soft copy has to be
submitted in every fortnightly progress report.
Xii) Progress chart of the various components of the work that are planned and achieved, for the
fortnight as well as cumulative up to the fortnight under reckoning, with reason for
deviations, if any in a tabular format.
xii) Plant and machinery statement, indicating those deployed in the work.
xiii) Man-power statement indicating:
52
Individually the names of all the staff deployed on the work, along with their designations.
No. of skilled workers (trade wise) and total no. of unskilled workers deployed on the work
and their location of deployment i.e. blocks.
Financial statement, indicating the broad details of all the running account payment received
up to date, such as gross value of work done, advances taken, recoveries effected, amount
withheld, net payments details of cheque payment received, extra/substituted/deviation items
if any, etc.
In case of non compliance / delay in compliance in submission of fortnightly, a penalty @
Rs.10000/- (Rupees Ten Thousand Only)per fortnightly report will be imposed which will
be recovered from the immediate next R/A Bill of the Contractor.
1.1.54 PROJECT REVIEW MEETINGS:
The contractor, immediately on award of work shall submit details of his key personnel to
be engaged for the work at site. In addition, he shall furnish the Engineer-in-charge detailed
organogram involved with the work.
The contractor shall present the programme and status at various review meetings as
required.
i) Weekly Review Meetings: Shall be attended by Local Team headed by Project Engineer-in-charge of contractor
alongwith Client’s representative, and representative of Design consultants for every
alternative week.
Likely Agenda points:
a) Weekly programme v/s actual achieved in the past week and programme for next week.
b) Remedial actions and hold up analysis.
c) Any decision on queries raised either by contractor/PMC.
ii) Monthly Review Meetings: Shall be attended by Project Engineer–in–charge and the
Management representative of contractor who can take independent decisions along with
Client’s representative, PMC team and representative of Design consultants.
Likely Agenda points:
a) Progress Status/Statistics.
b) Completion Outlook.
c) Major hold ups/slippages.
d) Assistance required.
e) Critical issues.
f) Any decision on queries raised either by Contractor/PMC.
g) Anticipated cash flow requirement for next two months.
1.1.55 TEMPORARY WATER/ ELECTRICITY/ TELEPHONE CONNECTION
(i) Arrangement of temporary telephone connection, water and electricity required by
Contractor, shall be made by him at his own cost and also necessary permissions shall be
obtained by him directly from concerned authorities, under intimation to the Client. Also, all
initial cost and running charges, and security deposit, if any, in this regard shall be borne by
him. The Contractor shall abide by all the rules/ bye laws applicable in this regard and he
53
shall be solely responsible for any penalty on account of violation of any of the
rules/byelaws in this regard. Nothing extra shall be payable on this account.
(ii) The Contractor shall be responsible for maintenance and watch and ward of the complete
installation and water / electricity meter and shall also be responsible for any pilferage, theft,
damage, penalty etc. in this regard. The Contractor shall indemnify the Client against any
claim arising out of pilferage, theft, damage, penalty etc. whatsoever on this account.
Security deposit for the work shall be released only after No Dues Certificates are obtained
from the local Authorities from whom temporary electric/ water/ telephone connection have
been obtained by the Contractor. Nothing extra shall be payable on this account.
(iii) The Client shall in no way be responsible for either any delay in getting electric and/or water
and/or telephone
connections for carrying out the work or not getting connections at all. No claim of delay or
any other kind, whatsoever, on this account shall be entertained from the Contractor. Also
contingency arrangement of stand-by water & electric supply shall be made by the
Contractor for commencement and smooth progress of the work so that work does not suffer
on account of power failure or disconnection or not getting connection at all. No claim of
any kind whatsoever shall be entertained on this account from the Contractor. Nothing extra
shall be payable on this account.
1.1.56 CLEANLINESS OF SITE
I) The Contractor shall not stack building material/malba/muck on the land or road of the local
development authority or on the land owned by the others, as the case may be. So the muck,
rubbish etc. shall be removed periodically as directed by the Engineer-in- Charge, from the
site of work to the approved dumping grounds as per the local byelaws and regulations of
the concerned authorities and all necessary permissions in this regard from the local bodies
shall be obtained by the Contractor. Nothing extra shall be payable on this account. In case,
the Contractor is found stacking the building material/malba as stated above, the Contractor
shall be liable to pay the stacking charges/penalty as may be levied by the local body or any
other authority and also to face penal action as per the rules, regulations and bye-laws of
such body or authority. The Engineer–in-Charge shall be at liberty to recover, such sums
due but not paid to the concerned authorities on the above counts, from any sums due to the
Contractor including amount of the Security Deposit and performance guarantee in respect
of this contract agreement.
II) The contractor shall take instructions from the Engineer-In-Charge regarding collection and
stacking of materials at any place. No excavated earth or building rubbish shall be stacked
on areas where other buildings, roads, services and compound walls are to be constructed.
III) The site of work shall be always kept clean due to constraints of space and to avoid any
nuisance to the users of buildings in the adjacent plots. The Contractor shall take all care to
prevent any water- logging at site. The waste water, slush etc. shall not be allowed to be
collected at site. It may be directly pumped into the creek with prior approval of the
concerned authorities. For discharge into public drainage system, necessary permission shall
be obtained from relevant authorities after paying the necessary charges, if any, directly to
the authorities. The work shall be carried out in such a way that the area is kept clean and
tidy. All the fees/charges in this regard shall be borne by the Contractor. Nothing extra shall
be payable on this account.
54
1.1.57 INSPECTION OF WORK
I) In addition to the provisions of relevant clauses of the contract, the work shall also be open
to inspection by Senior officers of Client & the representative of the Consultants. The
contractor shall at times during the usual working hours and at all times at which reasonable
notices of the intention of the Engineer-in-charge or other officers as stated above to visit
the works shall have been given to the contractor, either himself be present to receive the
orders and instructions or have a responsible representative duly accredited in writing, to be
present for that purpose.
II) Inspection of the work by consultant appointed by Client.
a) Representatives of the consultant shall be inspecting the works including workshops and
fabrication factory to ensure that the works are in general being executed according to the
design, drawings and specifications laid down in the contract. Their observations shall be
communicated to Client.
III) Senior Officers of EPCH, Dignitaries from Central Ministry shall also be inspecting the on-
going work at site at any time with or without prior intimation. The contractor shall,
therefore, keep updated the following requirements and detailing.
b) Display Board showing detail of work, weekly progress achieved with respect to targets,
reason of shortfall, status of manpower, wages being paid for different categories of
workers.
c) Entrance and surrounding area to be kept cleaned.
d) Display layout plan key plan, Building drawings including plans, elevations and sections.
e) Upto date displays of Bar chart, CPM and PERT etc.
f) Keep details of quantities executed, balance quantities, deviations, possible Extra item,
substituted Item etc.
g) Keep plastic / cloth mounted one sets of building drawings.
h) Set of Helmets, Jackets and safety shoes as per standard colour code for exclusive use for
officers/dignitaries visiting at site.
1.1.58. FINAL TESTING OF THE INSTALLATION
The Contractor shall demonstrate trouble free functioning of all the Civil and E & M
installations and services. All arrangements required for testing and commissioning of E&M
installations and services shall be made by contractor at his own cost. The Engineer-in-Charge
or his authorized representatives shall carry out final inspection of the various Civil and E & M
services and installations. Any defect(s) noticed during demonstration shall be rectified by the
Contractor at his own cost to the entire satisfaction of the Engineer-in-Charge. Nothing extra
shall be payable on this account.
1.1.59. SUBMISSION OF AS BUILT DRAWINGS AND OBTAINING OCCUPATION
CERTIFICATE
The contractor shall coordinate and facilitate consultant for preparing as built drawings and
obtaining occupation certificate / completion certificate from local bodies including getting the
required site visits conducted by such authorities with a view to obtain the same.
1.1.60. Deleted.
55
1.1.61. DEFECT LIABILITY PERIOD (REFUND OF SECURITY DEPOSIT)
The clause 17 of the General Conditions of Contract for CPWD works 2014 shall be applicable.
1.1.62. DEALING WITH INCONSISTENT RATES
The Contractors shall quote same rates for the identical items which may inadvertently appear in
more than one place. If different rates are quoted by the tenderers for such identical items, the same
shall be rationalized by considering the lowest quoted rate for such items, for evaluation and
acceptance of tender. In case of any conflict, the decision of Engineer-in-charge shall be final.
1.1.63. GENERAL CLARIFICATIONS
i) Wherever any reference to any Indian Standards occurs in the documents relating to this contract,
the same shall be inclusive of all amendments issued thereto or revisions thereof, if any, up to the
date of submission of tenders.
ii) Unless otherwise specified in the schedule of quantities, the rates for all items of work shall be
considered, as inclusive of pumping out or bailing out water, if required throughout the construction
period for which no extra payment shall be made. This shall also include water encountered from
any source such as rains, floods, sub soil water table being high and/or due to any other cause
whatsoever.
iii) All stone aggregate and stone ballast shall be of hard stone variety to be obtained from approved
quarries.
iv) Coarse sand should be obtained from approved sources. The same shall be clean and sharp angular
grit type. The coarse sand shall be screened before using, if required. If the sand brought to site is
dirty, it must be washed in clean water to bring the sand to the required specifications. Nothing extra
shall be payable on this account.
v) The rates for all items of work, shall unless clearly specified otherwise, include cost of all operations
and all inputs of labour, material, T & P, scaffolding, wastages, watch and ward, all incidental
charges, all taxes, cess, VAT, duties, levies etc. required for execution of the work.
1.1.64. PRODUCT DELIVERY, STORAGE AND HANDLING OF CHEMICALS
i. The contractor shall construct storage space for Chemicals materials to ensure that the storage
conditions are as recommended by the manufactures.
ii) All the materials shall be procured and delivered in sealed containers with labels legible and
intact.
iii) All the chemicals {polymers, epoxy, water proofing compound, plasticizer, Polysulphide, SBR
based elastomeric, all exterior and interior paints, polish etc.} shall be procured in convenient
packs say 20 litres (/kg) capacity packing only or as approved by the Engineer-in-Charge, and not
in bigger capacity containers, say 200 litre (/kg) drums unless otherwise specifically permitted by
the Engineer-in-Charge. One sample from each lot of the chemical procured by the contractor
shall be tested in a laboratory as approved by the Engineer-in-charge.
iv) All material required for the execution of the work shall be got approved, procured and deposited
with the Client or their authorized representative. The materials shall be kept in joint custody of
the contractor and Client or their authorized representative. The watch and ward of such material
56
shall, however, remain to be the responsibility of the contractor and no claim, whatsoever, on this
account shall be entertained. Different containers of each chemical shall be serially numbered on
packing and also consumed in that order. Day-to-Day account of receipt, issue and balance shall
be maintained by the agency in the prescribed format and this shall also be checked by Client or
their authorized representative and proper account shall be maintained at site of work in the
prescribed form as per the standard practice.
v) All the chemicals shall be procured by the contractor directly from the manufacturer. In
exceptional circumstances, the contractor may be allowed to procure the materials from the
authorized dealers of the manufacturers, if specifically permitted by the Engineer-in- Charge.
vi) The original copies of challan/cash memos towards the quantity of various chemicals procured
shall be made available by the contractor at the request from the Engineer-in-Charge and a copy
of the same shall be kept in record.
vi) The Name of manufacturers, manufacturer’s product identification, manufacturer’s mixing
instructions, warning for handling and toxicity and date of manufacturing and shelf life shall be
clearly and legibly mentioned on the labels of the each container.
vii) The contractor shall submit for the chemicals procured, manufacturer’s and / or authorized
dealer’s certificate regarding supplying and verifying conformance to the material
specifications, as specified.
viii) All filled containers shall be handled in safe manner and in a way to avoid breaking container
seals.
ix) Empty containers of the chemicals should not be removed from site till the completion of work
and shall be removed only with the written approval of the Engineer-in-Charge.
x) All arrangements for measuring, dosing and mixing of material / chemicals at site have to be
made by the contractor.
xi) Contractor shall suitably advise his site Engineer and all the workers as regards safe handling of
chemicals. Necessary protective and safety equipments in form of hand gloves, goggles etc.
shall be provided by the contractor and be also used at site.
Xii) All incidental charges of any kind including cartage, storage and wastage and safe custody of
material etc. shall be borne by the contractor and no claim, whatsoever, shall be entertained on
this account.
The chemicals shall be tested in an independent laboratory as approved by the Engineer-in-
charge at the frequency as specified. If required, more samples may have to be tested as per the
directions of the Engineer-in-Charge. Nothing extra shall be payable on this account.
1.1.65. INSURANCE POLICIES
Before commencing the execution of work, the Contractor shall, without in any way limiting his
obligations and liabilities, insure at his own cost and expense against any damage or loss or
injury, which may be caused to any person or property, at site of work. The Contractor shall
obtain and submit to the Engineer-in-Charge proper Contractor All Risk Insurance Policy for an
amount 1.25 times the contract amount for this work, with Engineer-in-Charge as the first
beneficiary. The insurance shall be obtained in joint names of Engineer-in-Charge and the
Contractor (who shall be second beneficiary). Also, he shall indemnify the Client from any
liability during the execution of the work. Further, he shall obtain and submit to the Engineer-in-
Charge, a third party insurance policy for maximum Rs.10 lakh for each accident, with the
Engineer-in-Charge as the first beneficiary. The insurance shall be obtained in joint names of
Engineer-in-Charge and the Contractor (who shall be second beneficiary). The Contractor shall,
57
from time to time, provide documentary evidence as regards payment of premium for all the
Insurance Policies for keeping them valid till the completion of the work. The Contractor shall
ensure that Insurance Policies are also taken for the workers of his Sub-Contractors / specialized
agencies also. Without prejudice to any of its obligations and responsibilities specified above, the
Contractor shall within 10 days from the date of letter of acceptance of the tender and thereafter
at the end of each quarter submit a report to the Client giving details of the Insurance Policies
along with Certificate of these insurance policies being valid, along with documentary evidences
as required by the Engineer-in-Charge. No work shall be commenced by the Contractor unless he
obtains the Insurance Policies as mentioned above. Also, no payment shall be made to the
Contractor on expiry of insurance policies unless renewed by the Contractor. Nothing extra shall
be payable on this account. No claim of hindrance (or any other claim) shall be entertained from
the contractor on these accounts.
58
1.1.66. APPLICABLE PERMITS
The contractor shall give to the Municipality, police and other authorities all necessary notices
etc. that may be required by law and obtain all requisite licenses for temporary obstructions,
enclosures etc. and pay all fee, taxes and charges which may be levied on account of these
operations in executing the contract. He shall make good any damage to the adjoining property
whether public or private and shall supply and maintain lights either for illumination or for
cautioning the public at night.
The contractor shall ensure that applicable permits mandated by the local bodies and in case
warranted for this work are obtained as required under the Applicable Laws. Consequences on
account of failure to obtain the mandatory permits shall be the sole responsibility of the
contractor and no claim what so ever shall be entertained by the EIC. Any liability incurred by
EIC on account of such failure shall be recovered from the amounts/payments due to the
contractor. An indicative but not exhaustive list of some of the applicable permits are mentioned
below for the guidance of the Contractor.
a)Permission of the State Government for extraction of boulders from quarry;
b) Permission of Pollution Control Board for installation of crushers;
c) Licence for use of explosives;
d) Permission of the State Government for drawing water from river/reservoir;
e) Licence from Inspector of factories or other competent authority for setting of Batching
Plant;
f) Clearance of Pollution Control Board for setting up Batching Plant;
g) Clearance of Pollution Control Board for Asphalt Plant;
h) Clearance of Pollution Control Board for installation of diesel generator sets;
i) Fire safety clearance from fire authorities;
j) Permission of State Government for cutting of trees; if any.
k) Permit for employing unskilled/semi-skilled labour during day/night.
l) Permit for disposal of solid waste/excess material or soil,
m) Permissions from the public utilities for diversion of utilities including
reinstatement/reconstruction to original specifications;
n) Approvals for electric supply/distributions;
Any other permits or clearance required under the Applicable laws.
59
1.1.67. UTILISATION OF MOBILISATION ADVANCE
Mobilization advance will not be given for any material for which secured advance is payable. T
& P advance will not be given for tools & plants equipments, owned by the contractor as
intimated in the eligibility documents. Installments of Mobilization advance except the first
installment shall be released after receiving the utilization certificate supported by bank statement
showing the disbursement of mobilization advance by the contractor.
Contractor while applying for mobilization advance shall inform the intended use of mobilization
advance and submit the utilization certificate of the same. Any deviation from intended use shall
not be accepted without the prior approval of Engineer-in-charge.
1.1.68. SITE OFFICE FOR CLIENT, PMC & ARCHITECTURAL CONSULTANT: DELETED
1.1.69. TERMS OF PAYMENT
Stage payment to the contractor for various components of work shall be regulated as per CPWD
Specifications. For works for which the % payment is not specially mentioned in the
specification, the rate of stage payment shall be decided by Engineer-in-Charge.
Stage Payment for SITC items, shall be as mentioned below:
a) 75 % payment within 15 days of supply of the system at site in good condition alongwith test
reports etc.
b) 10% payment after installation (ready for testing and commissioning).
c) 10% payment after testing, commissioning
d) 5% after Handing over to the department for beneficial use.
If the rate quoted by the lowest (L1) of the tenderer is considered unbalanced (in relation to the
Department's estimate of cost of work to be performed under the contract) by the Client, then
tenderer shall submit detail price/rate analysis of major items of the work within 7 days of such
notice so as to demonstrate the internal consistency of these price/rate(s) with his quoted
price/rate(s). After evaluation by tender sanctioning authority Client may require the tenderer to
submit additional Security upto 5% of the estimated cost put to tender for the performance of
the agreement in the shape of F.D. or a BG receipt in favor of the Executive Director, EPCH
before signing of the agreement, which shall be refunded along with the normal S.D. after
Completion of work. If he fails to complete the work or leave the work incomplete, this 5%
additional SD, shall also be forfeited by the Client, in addition to other provision of the contract
& the agreement shall be terminated and action shall be taken in accordance of relevant contract
clause of the agreement.
1.1.72 The list of approved makes is provided in the tender document which shall be used by the
contractor during the construction. It is deemed that the rates quoted by the contractor have
considered the approved makes only. Wherever in any item a catalogue number is mentioned
along with the brand name, an equivalent product of the brands mentioned in the list of
approved makes of materials shall be allowed. However, the data sheets along with all other
details of the product shall be got approved from Engineer-in-Charge before procurement.
60
1.1.83 Special Instruction to Bidders:
1. Measures for protection of Blocks existing in close vicinity of proposed construction.
It would be responsibility of the contractor to take all necessary measures to ensure complete safety
to above referred existing structures.
Wherever such situation arises, contractor will first submit details of intended protection measures
and obtain Client’s prior approval before starting work.
61
TECHNICAL SPECIFICATIONS
FOR INTERIOR WORKS
1.0 GENERAL
Bidder to note that the sizes of furniture mentioned in the Schedule of Rates are approximate /tentative.
Bidder to quote the rates accordingly.
2.0 MDF BOARD:
MDF board shall be Pre-laminate MDF board of Grade-II (Interior grade) conforming to IS: 14857 unless
mentioned otherwise elsewhere in the tender. The contractor shall ensure to use MDF board in single piece
(without joint) for a size/requirement of furniture.
3.0 PRELAMINATED PARTICLE BOARD
Pre-laminated particle board shall be of interior grade conforming to IS: 12823. The contractor shall ensure to
use prelaminated particle board in single piece (without joint) for a size/requirement of furniture.
4.0 LAMINATE:
The Laminate shall be of 0.8-1.0 mm thickness of approved shade, colour and pattern on main/exposed
/visible faces and 0.6mm thickness (balancing laminate) on other faces as approved by Engineer in charge.
5.0 POWDER COATING
All CRCA/ Aluminum members shall be powder coated in approved shade as per best standard practice/
process to the thickness of 50-60 micron. All steel & aluminum parts shall be pretreated for 7 stages anti-
rust treatment as per manufacturer's specifications.
6.0 CRCA MS MEMBERS
All CRCA members shall be of Grade D or higher (as per IS:513)
7.0 ALUMINIUM EXTRUSIONS
All Aluminum extrusions shall be of Grade He-9-63400
8.0 VENEER
The veneer board shall be 4 mm thick of approved shade, colour and pattern conforming to IS: 1328 (type-I)
and it shall be factory pressed on the board. The surface shall be finished with melamine polish.
9.0 HARD WOOD
Hard wood, if used shall be chemically treated, anti-termite treated, and kiln seasoned as per relevant
standards and specifications and shall be free from any defects.
10.0 FABRIC
The fabric panel/tile shall meet the following specifications. The quality, shade and texture of fabric shall
be approved by Engineer in charge. The contractor shall submit manufacturer’s test certificate towards the
compliance to the following specifications.
62
Sl. No. Description Specification for
Fabric tiles
Specification for chair fabric
1. Composition 100% polyester 100% polyester
2. Weight
(gram per liner meter)
415
(Width of fabric shall be 1.40
meter + 2%)
Mess - 370
Seat – 257
3. Abrasion In excess of 90,000 cycles
Martindale abrasion tester at
12 KPA Pressure.
Mess: 50, 000 cycles
Seat: 36, 000 cycles
4. Flammability BS EN 1021-
1:1994 (Cigarette)
BS 7176: 1955 (Low Hazard)
BS EN 1021-1:1994
(Cigarette)
BS7176:1955 (Low
Hazard)
5. Fastness to light 5+(BS 1006: 1990) 4 or more
6. Fastness to rubbing Wet: 5, Dry: 4.5 4-5
11.0 LEATHERETTE
The Leatherette shall meet the following specifications. The quality, shade and texture of leatherette shall
be approved by Engineer in charge. The contractor shall submit manufacturer’s test certificate towards the
compliance to the following specifications.
Sl. No. Description Specifications
1 Composition PVC + PU coated fabric
2 Weight 650 GSM+5%
3 Abrasion Above 80000 cycles as per ASTM D 4966:98 (Martindale test, load: 600g)
4 Fastness to light 4-5
5 Fastness to rubbing Wet: 5, Dry : 3
12.0 EDGE BANDING/ LIPPING
The PVC edge banding shall be of best quality as approved by Engineer in charge and shall be hot pressed
to the edges at factory as per the standard methodology. The thickness of the Edge banding shall be 2
mm minimum on all the exposed/ front edges and 0.8 mm on all the unexposed/ rear/ concealed / inner
edges as approved by Engineer in charge.
13.0 FLOOR LEVELERS:
The rate quoted by the bidder shall be deemed to be inclusive of the providing and fixing of floor levelers
and or leg caps of approved quality, wherever required.
63
14.0 FLIP TOP BOX:
The flip top box to be provided on table tops shall be of approved quality and design and of suitable size to
accommodate the required number of switches and sockets of electrical/ voice/ data etc. The rate quoted by
the bidder shall be deemed to be inclusive of the same.
15.0 VARIATION IN DIMENSION:
Variation in dimensions (other than thickness) of the furniture like height of workstation, size of loose
furniture, storages, height of table top, storage units etc. up to + 25 mm. may be acceptable at the time of
approval of shop drawings/ layouts, depending upon site conditions, standard product of the manufacturer
and decision of Engineer in charge. No extra cost/rebate shall be payable to the contractor on this account.
However, it shall be contractor’s obligation to match the standard dimensions required as per tender
drawings, specifications and direction of Engineer in charge.
16.0 “APPROVED EQUIVALENT”:
The term “approved equivalent” used anywhere in this tender shall mean the material/ item meeting the
specifications as mentioned in the tender for that material/ item and resembling the reference image given
in the tender for that item/ material, and having price (latest/ prevalent pricelist of the manufacture) same
or more than the approved makes specified in the tender, and sample is submitted by the contractor and
approved by Engineer in charge.
17.0 SHARING OF PARTITIONS AND MODIFICATIONS IN DIMENSIONS AS PER SITE
CONDITION:
Bidder shall study the tender drawings thoroughly and note that at certain locations, tile-based partitions are
in sharing between different type of workstations and/or half cabins. Similarly, depending upon site specific
restrictions at certain locations, furniture components like partition, back table tops, and side units may be
required to be modified in dimensions in consonance to the typical details given in the tender drawings.
Such items shall be paid at the rates given in the respective items only and no deduction/addition of
payment from SOR rates shall be applicable on account of such modifications in dimensions and sharing
of partitions. The decision of Engineer in Charge shall be final in this regard. Bidder shall quote the rates
accordingly in consideration of above.
18.0 WARRANTEES:
The contractor shall provide minimum 2 (Two) years manufacturer’s warrantee after the completion of
works for all the items /works to be done by the contractor, unless mentioned otherwise elsewhere in the
tender.
19.0 GRIHA CERTIFICATION REQUIREMENTS FOR GREEN BUILDING
The building is targeted GRIHA (4 STAR) rating. The contractor shall follow the relevant requirements in
terms of material, execution, and documentation pertaining to GRIHA requirements. No extra payment shall
be made to the contract on this account.
Page 64 of 64
LIST OF APPROVED MANUFACTURERS/ MAKES
List of approved makes of materials is listed below. However, approved equivalent materials of any other specialized
makes may be used, in case it is established that the brands specified below are not available in the market subject to
approval by the Engineer-in-charge.
Note: The agency must quote the rates based on price of the brand/make stipulated in the item of works as described in
Schedule of Rates, Specifications, and Drawings. The owner reserves the right to select any of the brands indicated in
the “list of approved makes/agencies” in case of delay in delivery of ordered „make of item. The contractor shall not
claim anything extra, if the owner changes the make / agencies but within the list of approved makes.
SL. NO.
MATERIAL
MANUFACTURER/SUPPLIER/MAKE
1 MODULAR, LOOSE FURNITURE &
CHAIRS
GEEKEN, FEATHERLITE, BP ERGO, HERMAN
MILLER. SPAN SEATING PVT. LTD.
2
PAINT
ASIAN PAINTS, ICI, NEROLAC, BERGER
3
FLOAT/TEMPERED GLASS
SAINT GOBAIN, MODI GUARD, INDO, ASAHI
4
EXPANSIONS BOLTS, ANCHOR
FASTENER HILTI, FISCHER, EBCO
5
PARTICLE BOARD & MDF BOARD
GREENPLY, MERINO, DURATUFF, NUWUD,
NOVAPAN, CENTURY
6
ALUMINIUM EXTRUSION SECTIONS
HINDALCO, INDALCO, JINDAL, BHORUKA,
MAHAVIR
7
LAMINATE
MERINO, GREENLAM, ARCHIDPLY, CENTURY
8
FABRIC
COLORAYS, RESPONSE, VIMAL OR APPROVED
EQUIVALENT
9
LOCKS & HANDLES
HETTICH, HAFELE, BLUM
10
CRCA / STEEL
TATA, SAIL, ESSAR, JINDAL
11
HARDWARE FITTINGS
HETTICH, HAFELE, BLUM (ALL SOFT-CLOSING)
12
SILICON SEALANT
DOW CORNING, GE, HILTI
13
MELAMINE POLISH
MRF, BERGER, ASIAN
14
WOOD VENEER
GREEN, MERINO, CENTURY, ARCHIDPLY, SHARDA
PLYWOOD
15
SCREW
KUNDAN, ARROW, JINDAL, SAVEX
16
COMMERCIAL PLY & BOARD
MERINO, GREENLAM, ARCHIDPLY, CENTURY
17
SOLID ACRYLIC SURFACE & ITS
JOINTING ADHESIVE
LG HI-MACS, DUPOINT, NEONNEX,HANEX
18
LEATHERETTE
RESPONSE, COMRADE, COLORAYS OR APPROVED
EQUIVALENT
19
PU FOAM
FEDA, FEATHER FOAM, SLEEPWELL OR APPROVED
EQUIVALENT
20 ADHESIVE TAPES/VINYL
PAPER/PRINT/MEDIA/SELF 3M, AVERY or approved equivalent
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
Interior work
1 Providing wood work in frames of doors, windows, clerestory windows and other frames,
wrought framed and fixed in position with hold fast lugs or with dash fasteners of required dia
& length.
Second class teak wood cum 0.5 130183 65092
2 Providing and fixing ISI marked flush door shutters conforming to IS: 2202 (Part I) non-
decorative type, core of block board construction with frame of 1st class hard wood and well
matched commercial 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. sqm 9 3023.95 27216
3 Providing and fixing, Mortise cylinder lock case with Eura profile double cylinder with a pair
of Stainless Steel 304 grade lever handles, with necessary accessories and screws of approved
make etc all complete as per the specifications of the approved vendor and as per the directions
of the Engineer-in-charge. each 4 3600 14400
4 Providing and fixing aluminium concealed cam action door closer with hold open slide arm as
per EN: 1154 for door width up to 1100 mm and door weight up to 100 kgs of approved make
with necessary accessories and screws etc all complete as per the specifications of the approved
vendor and as per the directions of the Engineer-in-charge. each 4 11500 46000
5 Providing and fixing SS 304 grade D type Pull Handles 300 mm x 22 mm (minimum) in all
types of door shutters of approved make with necessary accessories and screws etc all complete
as per the directions of the Engineer-in-charge. each 8 550 4400
6 Providing and fixing Stainless Steel (grade 316) Hanging floor door stoppers in stainless steel
(Twin) in all finish as approved of approved make with necessary stainless steel screws etc. or
as approved equivalent make with necessary stainless steel screws etc. complete as per
direction of Engineer in charge. each 4 345 1380
Schedule of Quantities for Interior Works
Proposed Interior works for TFC Jodhpur
1 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
7 Providing & Fixing decorative high pressure laminated sheet of plain / wood grain in gloss /
matt / suede finish with high density protective surface layer and reverse side of adhesive
bonding quality conforming to IS : 2046 Type S including cost of adhesive of approved quality.
1.5mm thick. sqm 260.00 1200.00 312000
8 Distempering with 1st quality acrylic washable distember ( ready mixed ) of approved
manufacturer and of required shade and colour complete as per manufacturer's specification.
Two or more coats on new work sqm 220.00 120.00 26400
9 Wooden wall Panelling :Providing and fixing wall panelling as shown in the drawing
consisting of 1.5mm thick Laminate in approved shade and pattern over the 19mm MDF board
fixed on the wall over the wooden frame as shown in the drawing,with the help of necessary
crews ,fasteners,nails, adhesive etc.complete and as per the direction of the Engineer-in-
Charge.sqm 306.00 2000.00 612000
10 Finishing walls with textured paint of approved shade and finish as per the manufacturers
specifications including the prepration of surface. ( Make Oikos or approved equivalent. ) sqm 348.00 450.00 156600
11 Providing and fixing 6mm thick Back painted machine cut ( Laquered ) glass Approved shade
of make Saint Gobain or approved equivalent in required size shape and colour of approved
make on the wall lining/cladding fixed over the 12mm thick FR grade Ply board with the help
of silicone ( GE WINSEL-20/Dow Corning-786 ) ,over aluminum sub frame fixed to the wall
at all level as per detail drawings complete. ( Sample of glass shall be got approved before
execution by Engineer-in- charge) sqm 5.00 2200.00 11000
2 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
12 Providing anf fixing 25 mm thick fibre Glass Acoustical Wall Panels of size 600x1200 mm,
resin bonded square edges having NRC of 0.9 minimum. The panels should be manufactured
from high density bio-soluble resin bonded glass wool absorber having density of 96 Kgs/m3
and wrapped on the front side with an acoustically transparent fabric having option of colours
and fabric options like jute, mars, etc. as per approved by architect/engineer-in-charge,plain
tissue backer and fabric wrapped hardened edges. Panels should have humidity resistance up to
90 %, thermal conductivity 0.03 (m² k / w) thermal resistance 0.9 (m² k / w) & moisture rate
1% (JC/T670 – 2005). The panel should be fully recycled and fire retardant as per Class A. The
installation comprises a GI framework for acoustic wall panelling as per design drawing (made
from especially fabricated galvanized iron sheets 0.55 mm thick pressed section galvanizing @
120 grams per sqm including both sides) consisting of floor channel of size 50*32*32*0.55
mm thick bottom and top fixed with nylon sleeves and screw.
Further vertical GI studs of size 48*34*36*0.55 mm thick are placed at 600 mm center to
center vertically on the wall using 12 mm dia 50 mm long wedged type expanded zinc alloy
dash fastener with 10 mm bolt, to avoid any undulations on the wall. The extra channel must
be used at openings and junctions as required. Further, wooden batten of 6mm thickness and a
width of 5” to be placed at 600 mm center to center horizontally on the vertical GI Studs.
Surface impalers of size 3”X4” having projecting element called spikes shall be fixed on the
wooden batten surface at 1200 mm center to center horizontally and 600 mm center to center
vertically, using self tapping screws. Silica based construction adhesive to be dabbed on to the
projecting elements (spikes) of the impalers. Wall Panels shall be pierced through the spikes of
the impalers ensuring line & level of panel are maintained. The panels should be mounted on
the impalers horizontally or vertically as per the approved design or as per the directions of the
Engineer-in-Charge. sqm 275.00 2800.00 770000
13 Providing and applying plaster of paris ( POP ) putty of 9 to 12 mm thickness over plastered
surface to prepare the surface even and smooth complete. sqm 220.00 220.00 48400
3 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
14 Providing and fixing grooved acoustic wooden melamine laminate panels of size2440mm
x128mm x 15mm with 2mm groove at 14mm pitch, with lineal perforation. The panel shall be
fire resistance(FR) BS476 Part 7 Tongue and Groove edges for seamless mounting having
density of 800kg/m3(base panel confirming to IS 12406 and laminated panel confirming to IS
14587). The back of the panels are perforated with a nonwoven fabric covering of 0.2mm for
providing Sound absorption via the acoustic impedance method. Panel is fixed by using GI
Framework spaced at 600mm centers @aluminum framework spaced at 400mm centers with
suitable brackets and he system is backline with glass wool and along with all accessories. sqm 172 1800 309600
15 Supply, Installation, Testing and Commissioning of 100-110 mm thick Manual sliding folding
partition (with 6-7 equal panels of width 100-1200 mm and height upto false ceiling level)
confirming to DIN 52210 or the BS equivalent, of Dorma Huppe or approved equivalent, and
having sound insulation of 50-52dB as per manufacturer's specifications with following
components:(Approx max. True ceiling height is 3830 mm and false ceiling height 2.75m +/-
50mm). The item includes all fittings, and accessories, removable handle for operations,
submission of required test certificates, manufacturer's warrantee for operable Walls against
faulty workmanship and materials for a minimum period of 24 Months, all complete as per
manufacturer’s specifications, drawings, tender specifications, and direction of Engineer-In-
Charge. Area of partition below the false ceiling shall be measured for payment.
Partition system:
The partition system comprises of Series of individual flat panels, manually operated, top
supported with retractable top and bottom seals, travelling along a ceiling track and assembled
to form a solid wall. Each 100-110 mm thick panel shall consist of non-warping aluminium
hollow chamber profiles and steel tube profiles. Vertical panel trim shall not have an exposed
aluminium trim preferably. Each panel shall be lined with 16-18 mm thick Medium Density
Fiber board hung in acoustic free suspension from the panel frame. Cavity shall be filled with
rock wool of Density 45-50Kg/cum so that the wall can give sound insulation of 50-52 dB. The
panels shall be interlocked by means of positive magnetic locking aluminium sections engaged
with each other. Each panel shall have a manually operated spindle mechanism, which presses
the extendable, spring loaded, top and bottom retractable seals against the floor and the ceiling
track. One of the end panels shall have telescopic element making this panel expandable upto
100-120 mm in width to seal the space perfectly.
4 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
Acoustic Sealing
Vertical sound seals: The panels shall be interconnected by means of a concave/convex(or
tongue & groove) aluminium profile. The profile shall have an integrated magnetic strip and a
vinyl acoustic seal.
Horizontal Seals: Each panel shall have spring-loaded seals that are pressed against the
surfaces of the floor and of the ceiling head track by means of a spindle mechanism.
Polyurethane corner pieces provide an overlapping acoustic seal of horizontal sealing strips.
The seal spindle mechanism must be assessable while the panel is hanging for servicing and
adjustment if necessary.
Suspension & tracking system
The system shall be suspended with the help of four sided die cast aluminium (Grade- AA 6061
or equivalent) tracks suitable for side stacking, with brackets at 1.2 m centers , capable of
withstanding the dynamic load of 500 kgs per panel. Tracks shall be supported by adjustable
steel hanger brackets connected to structural support pairs of 13-16 mm diameter threaded rods
fastened to the RCC ceiling with approved anchor fasteners. Tracks shall be fixed with the help
of steel plates, of thickness 8-10mm. The rollers are made of all steel trolleys with pre-
lubricated ball bearing wheels with 4 numbers of multi - directional trolleys for smooth and
guided operations.
Baffle wall:
The item includes providing and installing baffle wall in the space between the aluminium
track/ at false ceiling level and the true ceiling as per manufacturer's specification comprising
gypsum board cladding on both side over a suitable frameworks as per manufacturer's
specification and filled with mineral wool infill to attain the desired sound insulation.
Finish:
All aluminium components shall be Powder coated (50-60 micron) or anodized as per
manufacturer's specifications. The item includes finishing the operable Wall Panel faces with
approved colour and quality fabric in required pattern wrapped over 3.5 to 4 mm thick MDF
board suitably fixed to the operable panels all complete as per drawings, specifications and
direction of Engineer in Charge. The fabric shall have minimum weight of 340(+/- 5%)gm/m
(for width 1.40m), abrasion value of 50,000 cycles or more, flammability as per BS EN 1021-
1:1994 (Cigarette) or equivalent fastness to light 5 or better as per BS 1006 or equivalent,
Fastness to rubbing 4.5-5 (Minimum basic rate of fabric shall be Rs 190/- per running meter,
considering fabric width of 1.4m). sqm 20 80 000 1600000
5 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
16 Providing and fixing 123mm thick gypboard partition consisting of 13 mm thick gyprock
duraline ( confirming to BS 5234-1992,Part 2) and 12.5mm thick Plain gypboard ( confirming
to IS: 2095-1996,Part-1 ) screwed on to the flanges on either side of the70mm wide Gypsteel
ultra stud placed at 600mm centre to centre in 72mm wide gypsteel ultra floor and ceiling
channel anchored to floor & ceiling with the help of fatseners. The horizontal joints of the
outer layer of boards shall be provided with the gypsteel fixing Channel of 99mm width having
flanges of 9.5mm fixed to the studs using metal to metal flat head screws.The joints of the
boards shall be screwed staggered to avoid leakage through joints and shall have a flush look
by filling and finishing the joints with the jointing compound,paper tape etc.The cavity between
the gyp Boards shall be filled with 50mm glasswool slab of density 32kg/m3.The gypboard
partition shall have a provision of fixing the door frame and shall act as a complete wall
system as per the direction of the Engineer-in-Charge. sqm 104 1 950 202800
6 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
LOOSE FURNITURE :
1 Reception Table : Providing and fixing of Reception desk made out of commercial ply box ,
carcase & skirting in marine ply +304 grade brush finish stainlees steel sheet witout joint in
single peice. all visible sides, top will be cladded with 12mm thick solid acrylic & brush finish
stainless steel sheet of 304 grade stainlees steel sheet as per detail drawing. Cost to include all
necessary hardware, wire managers of approved makes. The products should be as per BIFMA
standards. complete as per the approved sample/image/ shop drawing and as per the direction
of Architect & Engineer-In-Charge.
3000x900x750/1050 each 3 1 50 000 450000
2 Reception Back Unit :Providing and fixing of modular drawer storage made of 18mm thick
three layer pre-laminated particle board of grade II Type III of IS 12823 designation PLB 23 of
approve decorative color laminate in swede/matt finish on front. The 30mm thick drawer top
would be made with 18mm thick MDF board & finished with 12mm thick solid acrylic as per
sample approved by architect, back and side panels including the drawer fasicas is made out
Pre-laminated particle board of grade II Type IIII of IS 12823 of 18mm thickness , edges dully
sealed with pvc edge beading . Drawers would be made with Push to open soft close drawer
slides of approved make as per specs, and Front multi purpose lock. complete storage made of
18mm thick prelaminated particle board or MDF. Complete storage shall be have knock down
system . all flat edges duly sealed with 2mm thick machine pasted PVC beading. The products
should be as per BIFMA standards.The boards used sholud meet international standards of
quality and safety, indian standard IS 12823 grade II should meet long time loadbending ,
screw - withdrawl strength and moudulus rupture and modulus of elasticity bending test as per
IS 2380 (Part 4 ,Part 13 and Part 14). complete as per the approved sample/image/ shop
drawing and as per the direction of Architect & Engineer-In-Charge.
3000x450x900 each 3 45 000 135000
7 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
3 Centre Table :Providing and placing side table main frame is made of SS pipe 202 grade size
50x10x1.5mm thick is welded with tig welding and finishing in bright finish. Table top is made
of prelaminated particle board 18mm thick is fix in SS frame. The PVC shoes are place in the
bottom of frame. The products should be as per BIFMA standards. The boards used sholud
meet international standards of quality and safety, indian standard IS 12823 grade II should
meet long time loadbending , screw - withdrawl strength and moudulus rupture and modulus of
elasticity bending test as per IS 2380 (Part 4 ,Part 13 and Part 14). all complete as per
specicitions, tender drawings, Reference images, approved samples/shop drawings and
direction of Engineer - In - Charge.
1200x750x400 each 10 15 000 150000
4 Reception & Waiting Sofa Chairs :Providing and placing single seater sofa, inner frame,
basic structure made of Marandi hard wood and commercial ply frame with upholstery
40kg/m3 ,130mm thick of foam in seat and 32kg/m3 ,90 mm thick of foam in back , Back
foam Leatherette tapestry with 1+/-.1 mm thick and arms are made of Hard wood and
commercial plywood and upholstered with foam 32kg / m3 and support with base frame & legs
which are made of SS 202 grade, Pipe dia 30mm X 30mm X 1.5 thk chrome finish with PVC
shoe. Complete as per the approved sample/image/ shop drawing and as per the direction of
Architect & Engineer-In-Charge.
800x750x800 each 30 15 000 450000
5 Staff & Reception Chair:Providing & Placing ergonomical, comfortable and aesthetically
design medium Back chair. The seat size shall be 480mm (W) x 500mm (D) and the back size
shall be 540mm . The seat shall be made of hot pressed moulded ply(15mm thick) and
Urethane foam upholstered (Foam density 40kg/m3) with Leatherette tapestry. The back frame
shall be made up of CRC pipe dia.19mm X1.6mm thick) and covered with net and Urethane
foam upholstered (Foam density 32kg/m3) with Leatherette tapestry,outer frame of back CRC
pipe(25mm X 10mm X 1.6mm) and chrome plated which joint seat & back together. The
armrests are made of CRC pipe (40mm X 10mm X 1.6mm) and covered with PU arm. The
mechanism shall be knee tilt with four point locking. The pneumatic height adjustment shall
have an adjustment of 63mm BIFMA Standard class 3. The pedestals shall be made of HR steel
chrome plated fitted with 5 nos. twin wheel castors which are made of injection moulded
polyproplene. The pedestal dia shall be 65+/-0.5cm and the pitch centre dia shall be 75+/-1cm
(with castors). The twin wheel castors shall be injection moulded in black nylon.each 39 10 000 390000
8 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
5 Tranning room & Conf. hall chair with table: Providing and supplying student/training
room chair with ergonomic design for user comfort. The seat and back shall be made of 15mm
and 12mm thick hot pressed commercial plywood padded with high resilience moulded
polyurethane foam 50mm thick having density 40kg/m³ in seat and 40mm thick having density
32Kg/m³ in back. The same shall be upholstered with fabric tapestry 0.6mm thick and 235
GSM and PVC liping also provide with seat and back. The seat and back shall be arrested
together with MS powder coated HR steel spine. The armrest shall be used black integral
polyurethane arm completely joint with metal frame. The chair shall be supplied with folding
writing pad made of 18mm thick particle board with 0.8mm edge lipping. Book-try shall be
provided under the seat made of powder coated round wires. The frame structure shall be
cantilever support type made up of MS/CRCA powder coated with 50-60µ (DFT) thick round
pipe of dia. 25.4mm with 2mm thick. There shall be PPCP shoe provided at the base to avoid
scratches on the floor. The seat size shall be 460±10mm (D) X 475±10mm (W) and back size
shall be 450±10mm (W) X 410±10mm (H) from seat. Overall height shall be = 820±10 mm,
overall depth = 665±10 mm & overall width = 540±10 mm. each 214 4 000 856000
6 Conf. & meeting room Mid back Chair: All floorsproviding ergonomical, comfortable and
aesthetically design medium back chairs.
The seat size shall be 500mm (W) x 500mm (D) and the back size shall be mm 500(W) x
750mm (H) (Seat to back height). The seat and back shall be made of hot pressed moulded
double layered plywood 16mm thk and Urethane foam upholstered (Foam density 40kg/m3)
with Leatherette tapestry. The back shall be Urethane foam upholstered (Foam density
32kg/m3) with Leatherette tapestry. The armrests are made of CRC pipe 50mm X 15mm X
1.6mm chrome plated and cushion with foam and Leatherette tapestry. The mechanism shall be
360 degree revolving Torsion bar with single point locking. The pneumatic height adjustment
shall have an adjustment of 65mm BIFMA Standard class 3. The pedestals shall be made of
HR steel 1.2mm thk, chrome plated fitted with 5 nos. twin wheel castors. The pedestal dia shall
be 65+/-0.5cm and the pitch centre dia shall be 75+/-1cm (with castors). The twin wheel
castors shall be injection moulded in black nylon. each 69 12 000 828000
9 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
7 Conf. & meeting room & Admin officer task high back Chair : Providing and placing
ergonomical, comfortable and aesthetically design high back chairs.
The seat size shall be 500mm (W) x 500mm (D) and the back size shall be mm 500(W) x
750mm (H) (Seat to back height). The seat and back shall be made of hot pressed moulded
double layered plywood 16mm thk and Urethane foam upholstered (Foam density 40kg/m3)
with Leatherette tapestry. The back shall be Urethane foam upholstered (Foam density
32kg/m3) with Leatherette tapestry. The armrests are made of CRC pipe 50mm X 15mm X
1.6mm chrome plated and cushion with foam and Leatherette tapestry. The mechanism shall be
360 degree revolving Torsion bar with single point locking and tension arragment. The
pneumatic height adjustment shall have an adjustment of 65mm BIFMA Standard class 3. The
pedestals shall be made of HR steel 1.2mm thk, chrome plated fitted with 5 nos. twin wheel
castors. The pedestal dia shall be 65+/-0.5cm and the pitch centre dia shall be 75+/-1cm (with
castors). The twin wheel castors shall be injection moulded in black nylon. each 4 13 500 54000
8 Cafe Chair : Providing and supplying café chair. The seat and back shall be made up of 12.5%
glass filled one piece injection moulded polypropylene. The structure shall be supported on
polypropylene holder. The understructure shall consist of 4 nos. of reducing legs made up of
solid wood bolting together with PP holder. The seat size shall be 440±10 mm(W) X
450mm±10 (D), back size shall be 440±10 mm(W) X 400±10 (H) from seat, seat height shall
be 460±10 mm. Overall height = 840±10 mm, overall width = 605±10 mm, overall depth =
600±10 mm. each 108 4 000 432000
9 Guest room study & dinning Chair : Providing and placing dining chair, inner frame, basic
structure made of Marandi hard wood and commercial ply frame with upholstery 40kg/m3
,130mm thick of foam in seat and 32kg/m3 ,90 mm thick of foam in back , Back foam fabric
tapestry with 1+/-.1 mm thick. base frame & legs are made of solid teak wood with PVC shoe.
Complete as per the approved sample/image/ shop drawing and as per the direction of Architect
& Engineer-In-Charge. each 12 12 000 144000
10 Court Yard Chair in Ratan : Providing & Placing Ratan Chairs completely made of
aluminum frame inside & covered with synthetic wicker (RATAN) from Rehau or Viro Make.
Loose Seat will be made with 130mm thick of foam in seat and 32kg/m3 & approved fabric,
Leatherette. Aluminum leg are also to be covered with RATAN & PVC leveler to be provided
at bottom of legs. The seat size shall be 480mm (W) x 500mm (D) and the back height shall be
500mm . each 24 10 000 240000
10 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
11 Training Hall Faculty table : Providing and fixing of modular table with work top made of
25mm thickness prelam particle board of interior grade II Type III as per IS 12823:1990 with
flat edges, work top clad with decorativie laminate on front as per standard and back side with
0.45mm white balancing. Flat edges duly sealed with 2mm thick machine pasted PVC beading
.Gable ends for vertical support of table top shall be made of 25mm thickness prelam particle
board of grade II Type IIIas per IS 12823 with decorative laminates both side , flat edges duly
paseted by 2mm thick pvc edge banding . Pre-laminated particle board of grade II Type IIIof IS
12823 Modesty panel shall be of 18mm thick prelam particle board (PLPB) clad with
decorative laminate on both side , edges shall be sealed with pvc beading. Complete table
having knock down system . The products should be tested as per BIFMA standards. The
boards used sholud meet international standards of quality and safety, indian standard IS 12823
grade II should meet long time loadbending , screw - withdrawl strength and moudulus rupture
and modulus of elasticity bending test as per IS 2380 (Part 4 ,Part 13 and Part 14). All
complete as per specicitions, tender drawings, Reference images, approved samples/shop
drawings and direction of Engineer - In - Charge.
900x600x750 each 2 13 500 27000
12 Conference room Table : Providing and fixing of table, top shall be made of of 25mm thick
prelam particle board of Interior grade II as per IS 12823:1990 with flat edges , clad with
decorative laminate on front and back side with white balancing .All flat edges to be duly
sealed with 2mm thick machine pasted PVC dge beding . Gable end for vertical support of
table top will be made of 25mm thick particle board with flat edges with decrative laminate .
Modesty panel shall be 18mm thick of height 725mm of prelam particle board (PLPB), clad
with decorative lainate on both sides, edges will be sealed with pvc beading . Complete table
having knock down system on mini fitting.Each modulae to have 1 nos. metal brush flaper with
metal tray made of CRCA steel 1.2mm thick for wire managemnet and electrical and data
switch - socket mounting provison . Vertebrae for proviosion of moving wires from floor to
flpaer. All CRCA steel componenets / parts powder coated of 50-60 micron.
The products should be as per BIFMA standards.The boards used sholud meet international
standards of quality and safety, indian standard IS 12823 grade II should meet long time
loadbending , screw - withdrawl strength and moudulus rupture and modulus of elasticity
bending test as per IS 2380 (Part 4 ,Part 13 and Part 14).
1500x750x750 each 23 12 000 276000
11 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
13 Console table in meeting, conf. & suite room: Providing & Placing console table, main frame
is made of SS pipe 202 grade size 50x10x1.5mm thick is welded with tig welding and finishing
in bright finish.
75mm thick Table top is made of commercial ply and finished with wood veneer & fixed on
SS frame. 20mm thick veneered ply bottomcompartment to be provided.. with ss frame all
around and fixed to the main frame. The PVC shoes are place in the bottom of frame.
Polishing and Varnishing – General Holes and indentations on surface shall be filled with
putty made of whiting and linseed oil. The pad shall be moistened with polish and rubbed hard
on the surface applying the polish sparingly but uniformly and completely over the entire
surface. Another coat shall be applied in the same way after the first coat has dried sufficiently.
Finishing coats shall be sprayed on the surface in 2 coats or as required till the satisfied result,
using melamine polish of approved make. Application of extra coats shall not charged extra.
complete as per the approved sample/image/ shop drawing by supplier and as per the direction
of Architect & Engineer-In-Charge.
1500x450x900 each 7 20 000 140000
14 Side Table - 1 : Supplying and placing cafeteria table with an overall Dia. 800mm X 750mm.
The top of the table shall be made of 8mm thick tempered glass with bevelled edges. The top
profile shall be in circular shape and supported on Aluminium round spacer mounted on CRCA
rectangle pipe frame having cross-section area 30mm X 15mm in Y shape welded together
with tubular pipe frame having cross-section area 40mm X 20mm with 1.6mm thick in circular
shape. The understructure shall consist of 3 nos. of legs made up of MS/CRCA. The complete
metal structure shall be supplied with 50-60µ thick powder coated and chrome plated. There
shall be plastic shoe provided at the base to avoid scratches on the floor.
600Ø X600 height each 21 13 500 283500
12 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
15 Meeting Table : Providing and fixing of modular discussion table with work top made of
25mm thick prelam particle board of interior grade II as per IS 12823:1990 with flat edges,
work top clad with decorative laminate on front as per standard and back side with white
balancing . Flat edges duly sealed with 2mm thick machine pasted PVC beading .Table shall
have legs made of welded prime quality CRCA steel , chrome plated tubular frame of
60x30mm size and of 1.6mm thick. , all leg have level adjuster PVC shoes with plastic color
shoes cap, both leg jointed by 75x30x15mm die casted jointer through rectangular tubular pipe
of 40x20mm size and 1.6mm thickness. Meeting table with metal brush flapper with metal tray
made of CRCA steel 1.2mm thick for wire management and switch/socket mounting provision
Vertical cable riser made of CRCA steel 1.2mm thick for provision of moving wires from floor
to flapper all CRCA steel components / parts powder coated of 50-60 micron.
Complete table having knock down system on kd fittings
The products should be as per BIFMA standards. The boards used sholud meet international
standards of quality and safety, indian standard IS 12823 grade II should meet long time
loadbending , screw - withdrawl strength and moudulus rupture and modulus of elasticity
bending test as per IS 2380 (Part 4 ,Part 13 and Part 14). complete as per the approved
sample/image/ shop drawing by supplier and as per the direction of Architect & Engineer-In-
Charge.
3000x1200x750 each 1 35 000 35000
16 Admin Office Table : Providing and fixing of modular table with work top made of 36mm
thickness pre-laminated particle board of grade II Type III of IS 12823 of approve decorative
color laminate on front and back side with white balancing laminate. lower part of the top will
be encased with aluminium section edging 25x10x1.5mm with front three layer design below
the work top on edges .Pre-laminated particle board of grade II Type III of IS 12823 Modesty
panel shall be 18mm thick prelam particle board (PLPB) clad with decorative laminate on both
side , edges shall be sealed with pvc edge beading. Complete table having knock down system
on kd fittings. Table shall have one hydraulic deskport with provision of power point, voice &
data. etc ( 2400x900x750)
a) Drawer Unit :- Darwer unit below the table top. 2 file drawer and 1 box drawer. The drawer
front, back and side panels are made out of 18mm pre-laminated particle board(PLPB) , edges
dully sealed with pvc edge beading . The drawers boxes are mounted on rollers slides to enable
smooth operation of the drawer . Drawer runs on soft closing telescopic channel The pedestal
will have central locking mechanism and handles.( 500x450x600)
each 2 85 000 17000013 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
b) SIDE TABLE:- Side storage cabinet carcass & drawer unit , top made of 25mm thick and rest
body like shelves , back and shutters shall be made up of 18mm thick Pre-laminated particle
board of grade II Type III of IS 12823 . Side unit top made of 18mm thick with pvc edge
beading on edges. Work top shall be supported on side unit and Fixed drawer unit.(
1200x600x650)c) BACK UNIT:- Top made of 25mm thick and rest body made of 18mm thick three layer pre-
laminated particle board of grade II Type III of IS 12823 of approve decorative color laminate
on front. Storage will have swing shutters on soft closing hinges with locking system
,adjustable shlef in storage for keep file according to user, all panels shall be of 18mm thick
prelam particle board of grade II Type III of IS 12823 of 18mm thickness , edges dully sealed
with pvc edge beading . Complete knock down system . Storage with lock and handels.
The products should be as per BIFMA standards. The boards used sholud meet international
standards of quality and safety, indian standard IS 12823 grade II should meet long time
loadbending , screw - withdrawl strength and moudulus rupture and modulus of elasticity
bending test as per IS 2380 (Part 4 ,Part 13 and Part 14). complete as per the approved
sample/image/ shop drawing by supplier and as per the direction of Architect & Engineer-In-
Charge.( 2400x450x650)
each 2 85 000 170000
14 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
17 Half Cabin Work Station
Front table Providing and fixing of modular table with work top made of 25mm thickness
particle board of grade II Type III as per IS 12823 with pvc edge banding on edges , I shape leg
made of CRCA sheet with powder coating for vertical support of table top, Pre-laminated
particle board of grade II Type III of IS 12823 Modesty panel shall be of 18mm thick prelam
particle board (PLPB) clad with decorative laminate on both side , edges shall be sealed with
pvc beading. Size ( 1800 x750x750 )
Side unit Providing and fixing of modular table with work top made of 25mm thickness
particle board of grade II Type III as per IS 12823 with pvc edge banding on edges , I shape leg
made of CRCA sheet with powder coating for vertical support of table top, Pre-laminated
particle board of grade II Type III of IS 12823 Modesty panel shall be of 18mm thick prelam
particle board (PLPB) clad with decorative laminate on both side , edges shall be sealed with
pvc beading. Size ( 1050 x 450 x 750 )
Back unit Providing and Fixing of storage cabinet carcass , shelves , back and shutters shall be
made up of 18mm thick Pre-laminated particle board of grade II Type III of IS 12823 . Side
unit top made of 25mm thick with pvc edge beading on edges . storage have drawer with
telecsopic chhaanles for smooth operation of drawers. inner box all drawers shall be made of
18mm thick same colour , and opennable shutter storage made of 18mm thick prelaminated
particle board with pvc edge banding , all drawer and shutter have 4'' steel brush finish branded
handle , drawer and shutter with front lock. The products should be as per BIFMA standards.
The boards used sholud meet international standards of quality and safety, indian standard IS
12823 grade II should meet long time loadbending , screw - withdrawl strength and moudulus
rupture and modulus of elasticity bending test as per IS 2380 (Part 4 ,Part 13 and Part 14)
complete as per the approved sample/image/ shop drawing by supplier and as per the direction
of Architect & Engineer-In-Charge.Size ( 2550x 450 x750 )
each 5 65000 325000
15 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
Thickness of the partition to be 60mm along the main spine and the return spine to be 60mm of
height 1200mm.Panel based partition work made of knockdown aluminum extrusion section
fully treated partition comprising of vertical sections made from aluminum extrusion duly
powder coated with ten tanks process and 50-60 micron thick coating . The frame work made
of Knockdown metal frame comprising of vertical sections made from minimum 1.2 to 1.6mm
aluminum as per grade 6063, formed into channels of minimum size 20mm X 60mm.) These
vertical channels have suitable and sturdy arrangement to accept tile block. All exposed vertical
edges of partition panels finished with contoured edged powder coated Aluminum section of
minimum 1mm thickness as per grade 6063. Connectors of die cast aluminum with a waterfall
edge for a continuous transition from horizontal to vertical trim. Two Raceway should be
below the work top consisting of powder coated section minimum 1.2 mm thick of Aluminum
grade 6063 of approved shade provided of minimum 100mm -140mm.Panel have cutouts of
required sizes for installing electrical switch boards (as per switch samples provided by
clients)There will be separate slots for passage of data and electrical wires. The frames
designed to easily handle CAT 6 wires at entry points. Tile above the work top fabric tile pin-
up tile/laminate tile/white board/magnetic white board / glass panel/ below the table tile should
be laminated. Fabric Tiles with 52mm thick block base made of or particle board /mdf of
minimum 9mm thick tile Fabric of approved shade and quality. Laminate tiles with 53mm
block made of particle board/mdf of minimum 9mm thick tile with lamination of approved
color
each 5 65000 325000
16 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
18 L' Shaped work Stations
Providing and fixing L-shaped workstation with partition to be 60mm thick along the main
spine and the return spine to be 60mm thick & height of 1200mm. Panel based partition work
made of knockdown aluminum extrusion section fully treated partition comprising of vertical
sections made from aluminum extrusion duly powder coated with ten tanks process and 50-60
micron thick coating . The frame work made of Knockdown metal frame comprising of
vertical sections mad of aluminum formed into channels These vertical channels have
suitable and sturdy arrangement to accept tile block . All exposed vertical edges of partition
panels finished with contoured edged powder coated Aluminum section of and Connectors of
die cast with a waterfall edge for a continuous transition from horizontal to vertical trim. Two
Raceway should be below the work top .Panel have cutouts of required sizes for installing
electrical switch boards (as per switch samples provided by clients)There will be separate
slots for passage of data and electrical wires.
The frames designed to easily handle CAT 6 wires at entry points. Tile above the work top
fabric tile pin-up tile/laminate tile/white board. Below the table tile should be laminated. a)
Fabric Tiles with 52mm thick block base made of or particle board of minimum 9mm thick
tile Fabric of approved shade and quality.
Laminate tiles with 53mm block made of particle board/MDF of minimum 9mm thick tile with
lamination of approved color. Work Top made up of 25mm thick pre- laminated particle
board interior grade conforming to IS: 12823 -1990 with PVC lipping/edge binding 2mm
thick Bottom shall have a backing laminate of white color with minimum 0.45mm thickness.
The front edge of work surface shall be provided with machine pressed 2mm thick PVC
Lipping / edge binding. key board tray made up of 18mm thick pre-laminated particle board
which runs on telescopic channel for smooth operation.
Pre-laminated three drawer pedestal 400mmX450mmX680mm with two equal size drawer and
one file drawer duly place under the work surface Small Drawers running on bottom mounting
white channels and filling drawer running on soft closing Telescopic Channels these
arrangement for smooth operations, with best quality handle and latest technology made front
lock for locking of all drawers with single lock. Cpu trolley with castor made up of 18mm thick
pre-lmainted particle board for keeping CPU .Trolley With castor for smooth operation on
floor.
17 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
The products should be as per BIFMA standards. The boards used sholud meet international
standards of quality and safety, indian standard IS 12823 grade II should meet long time
loadbending , screw - withdrawl strength and moudulus rupture and modulus of elasticity
bending test as per IS 2380 (Part 4 ,Part 13 and Part 14). complete as per the approved
sample/image/ shop drawing by supplier and as per the direction of Architect & Engineer-In-
Charge.
1800x1350x750/1200 each 14 42 000 588000
19 Double Bed with side tables :
Providing and placing bed with all over size 2100x1800mm, headboard height will be 800mm
from the floor finish. all 4 sides & head board of bed will be made with 200x25mm thick teak
wood and legs will be made with 200x200x65mm solid teak wood. Internal framing of the bed
will be made with solid teak wood and SS hardware as required for assembling of the bed. Bed
top will be made with both side laminated factory finish 12mm thick commercial ply. Bed shall
be in knock down condition with all required hardware to be assembled at site. Detailed
working drawing of the bed will be made by supplier & approved by architect.Bed side table of
450x400x375mm, table will be made with 18mm commercial ply & 4mm thick teakwood
veneer. legs will be made with 150x150x65mm solid teak wood. One drawer of 150mm drawer
to be provided at bottom of the table, above legs with soft closing channels. Detailed working
drawing of the bed will be made by supplier & approved by architect. Polishing and
Varnishing – General Holes and indentations on surface shall be filled with putty made of
whiting and linseed oil. Surface shall be given a coat of filler made of 2.25 kg of whiting in
1.5 liters of methylated spirit. .
When it dries, surfaces shall be rubbed down perfectly smooth with sand paper again and
wiped clean Melamine Polishing. Polish shall be of an approved make, confirming to IS 346.If
it is to be prepared on site, the polish shall have methylated spirit without heating. Pigment may
be mixed to obtain required shade. The pad, made from clean fine cotton cloth and cotton wool
shall be used to apply polish. The pad shall be moistened with polish and rubbed hard on the
surface applying the polish sparingly but uniformly and completely over the entire surface.
Another coat shall be applied in the same way after the first coat has dried sufficiently.
Finishing coats shall be sprayed on the surface in 2 coats or as required till the architect is
satisfied with the result, using melamine polish of approved make. Application of extra coats
shall not charged extra each 10 40 000 400000
18 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
20 Providing and fixing of Reception desk made out of commercial ply box , carcase & skirting in
marine ply +304 grade brush finish stainlees steel sheet witout joint in single peice. all visible
sides, top will be cladded with 12mm thick solid acrylic & brush finish stainless steel sheet of
304 grade stainlees steel sheet as per detail drawing. Cost to include all necessary hardware,
wire managers of approved makes. The products should be as per BIFMA standards. complete
as per the approved sample/image/ shop drawing and as per the direction of Architect &
Engineer-In-Charge.
2100x900x750/1050 each 1 1 25 000 125000
21 Reception Back Unit : Providing and fixing of modular drawer storage made of 18mm thick
three layer pre-laminated particle board of grade II Type III of IS 12823 designation PLB 23 of
approve decorative color laminate in swede/matt finish on front. The 30mm thick drawer top
would be made with 18mm thick MDF board & finished with 12mm thick solid acrylic as per
sample approved by architect, back and side panels including the drawer fasicas is made out
Pre-laminated particle board of grade II Type IIII of IS 12823 of 18mm thickness , edges dully
sealed with pvc edge beading . Drawers would be made with Push to open soft close drawer
slides of approved make as per specs, and Front multi purpose lock. complete storage made of
18mm thick prelaminated particle board or MDF. Complete storage shall be have knock down
system . all flat edges duly sealed with 2mm thick machine pasted PVC beading. The products
should be as per BIFMA standards.The boards used sholud meet international standards of
quality and safety, indian standard IS 12823 grade II should meet long time loadbending ,
screw - withdrawl strength and moudulus rupture and modulus of elasticity bending test as per
IS 2380 (Part 4 ,Part 13 and Part 14). complete as per the approved sample/image/ shop
drawing and as per the direction of Architect & Engineer-In-Charge.
2100x450x900 each 1 35 000 35000
19 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
22 TV Console with study table : Providing and fixing of modular TV console with study table
made of 18mm thick three layer pre-laminated particle board of grade II Type III of IS 12823
designation PLB 23 of approve decorative color laminate in swede/matt finish on front. The
24mm thick top of the console would be made with 12mm thick MDF board & finished with
12mm thick solid acrylic as per sample approved by architect. Back and side panels including
the unit will be made out Pre-laminated particle board of grade II Type IIII of IS 12823 of
18mm thickness , edges dully sealed with pvc edge beading . Finger groove handels to be
carved in shutters top as per referance image & to be finished neatly with 2mm thick PVC edge
bending as per architects complete satisfaction, console will have swing shutters on soft closing
hinges with locking system. complete storage made of 18mm thick prelaminated particle board
or MDF. Complete storage shall be have knock down system . all flat edges duly sealed with
2mm thick machine pasted PVC beading. The products should be as per BIFMA standards.The
boards used sholud meet international standards of quality and safety, indian standard IS 12823
grade II should meet long time loadbending , screw - withdrawl strength and moudulus rupture
and modulus of elasticity bending test as per IS 2380 (Part 4 ,Part 13 and Part 14). complete as
per the approved sample/image/ shop drawing and as per the direction of Architect & Engineer-
In-Charge.
2400x450x750 each 10 39 000 390000
23 Providing and placing three seater sofa, inner frame, basic structure made of Marandi hard
wood and commercial ply frame with upholstery 40kg/m3 ,130mm thick of foam in seat and
32kg/m3 ,90 mm thick of foam in back , Back foam Leatherette tapestry with 1+/-.1 mm thick
and arms are made of Hard wood and commercial plywood and upholstered with foam 32kg /
m3 andsupport with base frame & legs which are made of SS 202 grade, Pipe dia 30mm X
30mm X 1.5 thk chrome finish with PVC shoe. Complete as per the approved sample/image/
shop drawing and as per the direction of Architect & Engineer-In-Charge.
1800x750x780 each 6 40 000 240000
20 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
24 Sofa Single Seater : Providing and placing single seater sofa, inner frame, basic structure
made of Marandi hard wood and commercial ply frame with upholstery 40kg/m3 ,130mm thick
of foam in seat and 32kg/m3 ,90 mm thick of foam in back , Back foam Leatherette tapestry
with 1+/-.1 mm thick and arms are made of Hard wood and commercial plywood and
upholstered with foam 32kg / m3 and support with base frame & legs which are made of SS
202 grade, Pipe dia 30mm X 30mm X 1.5 thk chrome finish with PVC shoe. Complete as per
the approved sample/image/ shop drawing and as per the direction of Architect & Engineer-In-
Charge.
800x750x780 each 2 15 000 30000
25 Cafe Table-1 : Providing and placing of modular cafe table, The 30mm thick table top would
be made with 18mm thick marine ply board & finished with 12mm thick solid acrylic & bottom
would be finish with white laminate as per sample approved by architect. Flat edges duly sealed
with same 12mm thick solid acrylic .The table shall have support with 304 grade stainless steel
understructure & single pole & 4 leg . The products should be as per BIFMA standards.The
boards used sholud meet international standards of quality and safety, indian standard IS 12823
grade II should meet long time loadbending , screw - withdrawl strength and moudulus rupture
and modulus of elasticity bending test as per IS 2380 (Part 4 ,Part 13 and Part 14).
900x900x750 each 34 15 000 510000
26 Admin Office Storages : Providing and fixing of modular storage made of 18mm thick three
layer pre-laminated particle board of grade II Type III of IS 12823 designation PLB 23 of
approve decorative color laminate in swede/matt finish on front. Opennable /swing door
storage with hindges, recessed handels and Front multi purpose lock , adjustable shlef for keep
file according to user comfortability . Distributed load capacity of shelf should be 35kg .
complete storage made of 18mm thick prelaminated particle board. .Complete storage shall be
have knock down system . all fat edges duly sealed with 0.8/1/2mm thick machine pasted PVC
beading. The products should be as per BIFMA standards. The boards used sholud meet
international standards of quality and safety, indian standard IS 12823 grade II should meet
long time loadbending , screw - withdrawl strength and moudulus rupture and modulus of
elasticity bending test as per IS 2380 (Part 4 ,Part 13 and Part 14)Complete as per the
approved sample/image/ shop drawing by supplier and as per the direction of Architect &
Engineer-In-Charge. sqft 165 1 500 247500
21 of 22
S.No. Description Unit. Quantity Rate Amount
1 2 3 4 5 6
27 Wardrobe : Providing & Placing 2 Door Wardrobe. Carcass & shutter, shelf made of 18mm
thick pralamianted partical board . All exposed edges sealedwith 2mm thick PVC edge band of
matching colour of Reahu make . Back Panel made up of 9mm thick prelaminated partical
board. drawers with soft closing telescopic slides and lock. Provision of Hanger Rod , shutter
with spring loaded latch and lock. The products should be as per BIFMA standards. The boards
used sholud meet international standards of quality and safety, indian standard IS 12823 grade
II should meet long time loadbending , screw - withdrawl strength and moudulus rupture and
modulus of elasticity bending test as per IS 2380 (Part 4 ,Part 13 and Part 14).complete as per
the approved sample/image/ shop drawing by supplier and as per the direction of Architect &
Engineer-In-Charge. sqft 1100 1 800 1980000
28 Bed for Dormatories : Providing, Placing and fixing Bed. Outer Frame would be made with
CRCA pipe Dia. 28.5mm x 2mm thick welded with horizontal pipe size -25mm x25mm x 2mm
thick for support the top Ply & head rest side horizontal pipe height will be 2 inch more than
the leg side pipe. L- section will be provide around the plytop & which is support to mattress.
head rest to be covered with 25mm thick molded laminated ply. All structure will be welded
with MIG welding process and Top Ply is made of 18mm commercial Plywood. All steel
components should be powder coated 50-60micron thick. The product should be complete and
as per apprroved sample and as per the direction of Engineer-In-charge
900x1800x400 each 32 18 000 576000
Sub Total 14714288.00
Add 1% Contingencies 147143.00
Grand Total 14861431.00
22 of 22