31
7/28/2019 2 t e n d e r d o c u m e n p&t http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 1/31 1 T E N D E R D O C U M E N T FOR THE WORK OF Civil works under Project Arrow at PO building Gohana MDG Certified that this tender document contains pages from 01 (One) to 31 (Thirty One) and no page is missing or torn. Executive Engineer Postal Civil Division Ambala Postal Civil Division Ambala (Hr.)

2 t e n d e r d o c u m e n p&t

Embed Size (px)

Citation preview

Page 1: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 1/31

1

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

FOR

THE WORK OF

Civil works under Project Arrow at PO building GohanaMDG 

Certified that this tender document contains pages from 01 (One) to 31 (ThirtyOne) and no page is missing or torn.

Executive EngineerPostal Civil DivisionAmbala

Postal Civil DivisionAmbala (Hr.)

Page 2: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 2/31

2

NAME OF TENDERER : ……………………………………….

NAME OF WORK : Civil works under Project Arrow at PO building Gohana MDG

I N D E XSL.NO.

DETAILSPAGES

FROM TO

1) Cover Page 1 1

2) Index 2 2

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

3 3

4) Declaration 4 4

5) Notice Inviting tender 5 5

6) CPWD -6 6 8

7) CPWD -8 (Abridged form) 9 10

8) Proforma of schedules 11 13

9) Correction slip No.1 14 14

10) Special Conditions for Aluminium Works 15 15

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

16 16

12) Additional conditions, additional specifications & important notes 17 22

13) Special conditions for ISI marked items 23 23

14) Special Schedule-D 24 25

15) Performa-A 26 2616) Schedule of quantity 27 31

Certified that this N.I.T. contains pages from 01 (One) to 31 (Thirty One) and no page is missing or torn.

Executive EngineerPostal Civil DivisionAmbala

Page 3: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 3/31

3

IMPORTANT INSTRUCTIONS TO TENDERERS WHO HAVEDOWNLOADED THE TENDER DOCUMENT FROM WEB

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

1. The tenderer should see carefully & ensure that the complete tender document including

schedule of quantity has been down loaded & there are 31 Pages in all in the tender document.

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

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

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

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

6. On page ‘2’ or ‘3’ of the down loaded tender document, the name of the tenderer should befilled by the tenderer.

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

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

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

10. The tenderer shall furnish a declaration to this effect that no addition/ deletion/correctionshave been made in the tender document submitted and it is identical to the tender documentappearing on Web site.

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

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

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

CONTRACTOR Executive Engineer (C)

Page 4: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 4/31

4

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

It is to certify that :

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

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

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

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

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

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

8) I have read carefully & understood the important instructions to the all tenderers & to

tenderers who have down loaded the tenders from the web.

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

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

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

contractors of the Department.

Dated ………………………

(CONTRACTOR)(SIGN WITH SEAL)

Page 5: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 5/31

5

DEPARTMENT OF POST (CIVIL WING)

NOTICE INVITING TENDERNIT No : 51/EE(C)/PCDA/2012-13 Date: 18/10/2012

1.0 Item rate tenders are invited on behalf of the President of India from approved and eligible contractors from the approved listof Department of Posts, B.S.N.L., CPWD, MES, Railways, Local State PWD (B&R) and allied Departments of local state

PWD (B&R) eligible for tendering in respective State PWD (B&R) for building works for the work of “Civil works under

Project Arrow at PO building Gohana MDG”. The Central/State Government Undertakings in their own capacity shall

also be eligible to tender under usual terms and conditions applicable to them from time to time.1.1 Tenders will be received up to 3 P.M. on 30/10/2012 in the office of Executive Engineer © Postal Civil Division Ambala.a) Estimated cost put to tender ` 494953/-b) Earnest money to be deposited ` 9900/- in the shape of call receipt of a scheduled bank / fixed deposit receipt of a

schedule bank / demand draft of a schedule bank issued in favour of Accounts Officer, Postal Civil, Division, Ambala.

c) Period of completion allowed Two months.d) Tenders will be opened at 3.30 p.m. by Executive Engineer (C) Postal Civil Division Ambala or his authorized representative

on the same day in the presence of those who want to be present at Executive Engineer © Postal Civil Division Ambala.1.2 All intending tenders, other than those enlisted with Department of Posts while applying for above work should have

completed satisfactorily under Central Government/State Government/Public Sector Undertakings / Autonomous body ofCentral Govt / Local State Govt at least three similar works each of value not less than 40% of estimated cost or two similarworks each of value not less than 50% of estimated cost or one similar work costing not less than 80% of Estimated Costduring the last 7 years ending last day of the month previous to one in which the tenders are invited.

1.3 The contractors shall submit list of completed works of the requisite magnitude along with attested copies ofcertificates/testimonials of their satisfactory completion from the department concerned obtained from an officer not belowthe rank of an Executive Engineer in charge of the work while applying for issue of tender forms. The work completed withimposition of levy of compensation for delay shall not be considered as satisfactorily completed work for the purpose of workexperience.

2.0 The tender and the earnest money (including cost of tender if downloaded from web) shall be placed in separate sealedenvelopes each marked “Tender” and “Earnest Money” respectively. Both the envelopes shall be submitted together inanother sealed envelope with name of work For down loadable tenders there should be two extra separate envelops marked“Eligibility documents” and “Declaration” respectively, addressed to the Executive Engineer (C) Postal Civil Division ,Ambala. The Contractors who do not deposit the earnest money in the above manner and also submit the downloadabletender in the manner prescribed will be summarily rejected.

3.0 Conditions and tender forms can be had on application from Executive Engineer © Postal Civil Division Ambala.on payment of the ` 500 /-(` Five hundred only) in cash as cost of tender (non-refundable).

Application for tender forms will be received up to 4 p.m. on 26/10/2012 and tenders will be sold up to 4 p.m. on29/10/2012. In case of holiday is declared on any of the above noted days, that activity will be automatically shifted to nextworking day.

4.0 Tenders, in which any of the prescribed conditions is not fulfilled or any condition including that conditional rebate is put forthby the tenderer, shall be summarily rejected. However, the tenders with unconditional rebate will be acceptable.

5.0 The blank tender document with additional conditions and schedule of quantities / other schedule can also be downloadedfrom Web site www.e-procure.gov.in. The cost of tender (Non-refundable) may be submitted along with EMD in the samemanner as specified in Para 6 above. 

6.0 INSTRUCTIONS FOR TENDERER USING DOWNLOADED TENDER DOCUMENTS FROM WEBSITE :(i) The downloaded “Tender documents” in which rates are quoted should be properly bound and wax sealed. Loose/ spiral

bound submission shall be rejected out rightly (in case of any correction / addition / alteration / omissions in the tenderdocuments shall be treated as non responsive and shall be rejected). Every page of downloaded tender shall be signed bythe contractor with stamp (seal). The tenderer shall furnish declaration to this effect that no addition /deletion/ correctionhave been made in the tender documents submitted and it is identical to the tender documents appearing on WEBSITE.

(ii) The tenderers shall also submit attested copies of eligibility and experience particulars in a separate sealed envelopsuperscribing “Eligibility Documents” in addition to the ‘Tender’ and ‘EMD’ as specified in para 2.0 above. The envelopecontaining eligibility document shall be opened first. The envelope containing ‘Tender’ and ‘EMD’ shall only be opened forthose tenderers who meet the eligibility criteria as per this NIT. The tender of the Contractor who do not submit the eligibilitydocuments in the above manner will be summarily rejected. 

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

7.0 This notice is also available on website http://www.e-procure.gov.in.

Executive Engineer(C) Postal Civil DivisionAmbala 

Page 6: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 6/31

6

CPWD 6GOVERNMENT OF INDIA

DEPARTMENT OF POSTS(CIVIL WING)

NOTICE INVITING TENDERNIT No.: 51/EE(C)/PCDA/2012-13 Dated:-18/10/20121.0 Item rate tenders are invited on behalf of the President of India from approved and eligible

contractor from the approved list of Department of Posts, BSNL, CPWD, MES, Railways, LocalState PWD (B&R) and allied Departments of local state PWD (B&R) eligible for tendering in

respective State PWD (B&R) for building works for the “Civil works under Project Arrow at

PO building Gohana MDG”. The Central/State Government Undertakings in their own capacity

shall also be eligible to tender under usual terms and conditions applicable to them from time to

time.

1.1 Tenders will be received up to 3:00 P.M. on 30/10/2012

(a) Estimated cost put to tender ` 494953/-

(b) Earnest money to be deposited ` 9900/- in the shape of call receipt of a scheduled bank / fixed

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

Officer, Postal Civil, Division, Ambala.

(c) Period of completion allowed Two months.

Tenders will be opened at 3:30 p.m. on the same day in the presence of those who want to bepresent at Executive Engineer © Postal Civil Division Ambala.

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

above work should have completed satisfactorily under Central Government/State

Government/Public Sector Undertakings / Autonomous body of Central Govt / Local State Govtatleast three similar works each of value not less than 40% of estimated cost or two similar works

each of value not less than 50% of estimated cost or one similar work value not less than 80% of 

estimated cost (rounded to nearest one thousand rupees) in last 7 years ending last day of the

month previous to one in which the tenders are invited

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

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

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

applying for issue of tender forms. The work completed with imposition of levy of compensationfor delay shall not be considered as satisfactorily completed work for the purpose of work 

experience.

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

is available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and

conditions of the said form which will form part of the agreement.

3 The time allowed for carrying out the work will be Two months from the date of start as defined

in schedule ‘F’ or from the date of handing over of the site, whichever is later, in accordance with

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

4 The site for the work is available .

5 Conditions and tender forms can be had on application from Executive Engineer © Postal CivilDivision Ambala on payment of the `500 /- in cash as cost of tender (Non-refundable).

Application for tender forms will be received up to 4 p.m. on 26/10/2012 and tenders will be sold

up to 4 p.m. on 29/10/2012

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

shifted to next working day.

6(i) Tenders shall be accompanied with Earnest money of ` 9900/- (In cash up to ` 10000/-) /Receipt

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

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

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

Page 7: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 7/31

7

balance amount of earnest money can be accepted in the form of Bank guarantee issued by a

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

6(ii) The tender and the earnest money (including cost of tender if downloaded from web) shall be

placed in separate sealed envelopes, each marked “Tender” and “Earnest Money” respectively.

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

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

shall be submitted together in another sealed envelope with the name of work and due date of 

opening written on envelope, which will be received by the EE(C) or his authorized representative

in offices at 1.1 above up to 3.00 P.M. on 30/10/2012 and will be opened by him or his authorized

representative in offices at 1.1 above on the same day at 3.30 P.M. The envelope marked “Tender”of only those tenderers shall be opened, whose earnest money (including cost of tender if 

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

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

(five percent) of the tendered amount within the period specified in Schedule F. This guarantee

shall be in the form of cash (in case guarantee amount is less than ` 10000/-) or Deposit at call

receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any

scheduled bank/pay order of any scheduled bank (in case guarantee amount is less than `1,00,000/-) or Govt. Securities or Fixed Deposit Receipts or Guarantee Bonds of any scheduled

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

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

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

shall be forfeited automatically without any notice to the contractor. 

8 The description of the work is as follow :

“Civil works under Project Arrow at PO building Gohana MDG”Copies of other drawings and documents pertaining to the works will be open for inspection by the

tenderers at the office of the above mentioned officer.

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

before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable),

the form and nature of the site, the means of access to this site, the accommodation they may

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

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

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

any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for

arranging and maintaining at his own cost all materials, tools & plants, water, electricity access,

facilities for workers and all other services required for executing the work unless otherwisespecifically provided for in the contract documents. Submission of a tender by a tenderer implies

that he has read this notice and all other contract documents and has made himself aware of the

scope and specifications of the work to be done and of conditions and rates at which stores, tools

and plant, etc. will be issued to him by the Government and local conditions and other factors

having a bearing on the execution of the work.

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

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

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

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

tenderer shall be summarily rejected.

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

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

11 The competent authority on behalf of President of India reserves to himself the right of acceptingthe whole or any part of the tender and the tenderer shall be bound to perform the same at the rate

quoted.

12 The contractor shall not be permitted to tender for works in the Postal Civil Circle (Division in

case of contractors of Horticulture/Nursery category) responsible for award and execution of 

contracts in which his near relative is posted as Divisional Accountant or as an officer in any

capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He

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

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

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

Page 8: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 8/31

8

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

Department.

13 No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative

duties in an Engineering Department of the Government of India is allowed to work as a contractor

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

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

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

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

engagement in the contractor’s service.

14 The tender for the works shall remain open for acceptance for a period of 90 (ninety) days from thedate of opening of tender. If any tenderer withdraws his tender before the said period or issue of 

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

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

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

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

work.

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

tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days

from the stipulated date of start of the work, sign the contract consisting of:-

(a) The notice inviting tender, all the documents including additional conditions, specifications and

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

thereof together with any correspondence leading thereto.

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

16 The blank tender document with additional conditions and schedule of quantities / other schedule

can also be downloaded from Web site www.e-procure.gov.in. The cost of tender ` 500 (Non-

refundable) shall be submitted along with EMD in the same manner as specified in para 6 above. 

17 INSTRUCTIONS FOR TENDERER USING DOWNLOADED TENDER DOCUMENTS

FROM WEBSITE :(i) The downloaded “Tender documents” should be properly bound and wax sealed. Loose/ spiral

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

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

page of downloaded tender shall be signed by the contractor.

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

separate sealed envelop superscribing “Eligibility Documents” in addition to the ‘Tender’ and‘EMD’ as specified in para 6(i) above. The envelope containing eligibility document shall be

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

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

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

be opened. 

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

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

with unconditional rebates will be acceptable.

This notice is also available on website http://www.e-procure.gov.in/ .

Executive Engineer (C)

For & on behalf of President of India.

Page 9: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 9/31

9

CPWD- 8GOVERNMENT OF INDIADEPARTMENT OF POSTS

STATE: H.P. CIRCLE: AmbalaBRANCH: Civil Wing DIVISION: AmbalaZONE : N.E. Zone SUB DN : Ambala

ITEM RATE TENDER & CONTRACT FOR WORKS

Tender for the work of:- Civil works under Project Arrow at PO building Gohana MDG.

i) To be submitted by 15:00 hrs on 30/10/2012  at Executive Engineer © Postal CivilDivision Ambala. 

ii) To be opened in Presence oftenderers who may be present at 15:30 hrs on 30/10/2012  in the office of Executive

Engineer © Postal Civil Division Ambala. 

Issued to:- _________________________________ (Contractor)

Date of issue:- ________________________ 

Executive Engineer (C)Postal Civil Division

Ambala

T E N D E R

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, Specialconditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and allother contents in the tender document for the work.I/We hereby tender for the execution of the work specified for the President of India within the time specified inSchedule ‘F’, Viz., schedule of quantities and in accordance in all respects with the specifications, designs,drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 ofthe Conditions of contract and with such materials as are provided for, by, and in respects in accordance with,such conditions so far as applicable.We agree to keep the tender open for sixty (90) days from the due date of submission thereof and not to makeany modifications in its terms and conditions.

A sum of `  9900/- is hereby forwarded in Deposit at call receipt of a Scheduled Bank/fixed deposit receipt ofScheduled Bank/Demand Draft of a scheduled Bank as earnest money, If I/we, fail to furnish the prescribedperformance guarantee within prescribed period, I/we agree that the said President of India or his successors

in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest moneyabsolutely. Further, if I/We fail to commence work as specified, I/We agree that President of India or hissuccessors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeitthe said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall beretained by him towards security deposit to execute all the works referred to in the tender documents upon theterms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to bedetermined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further,I/We agree that in case of forfeiture of Earnest money or both Earnest money and performance guarantee asafore said, I/We shall be debarred for participation in the re-tendering process of the work.

Page 10: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 10/31

10

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

in any manner prejudicial to the safety of the State.

Dated……………….. Signatures of ContractorPostal Address

Witness:

Address:

Occupation:

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

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

i)

ii)

iii)

Signatures……………………….

Designation…………………….

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

Page 11: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 11/31

11

SCHEDULES

SCHEDULE ‘A’ - Schedule of Quantities (Enclosed) 

SCHEDULE ‘B’ -

Schedule of materials to be issued to the contractor.

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

1. 2. 3. 4. 5.

Schedule ‘B’ deletedSCHEDULE ‘C’ –

Tools and plants to be hired to the contractor

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

1. 2. 3. 4.

Schedule ‘C’ deleted

SCHEDULE ‘D’-

Extra schedule for specified requirements/documents for the work, if any.

SCHEDULE ‘E’

Schedule of component of other Materials, Labour POL etc. for price escalation.

SCHEDULE ‘F’

Reference to General Conditions of contract.

Name of work:- Civil works under Project Arrow at PO building Gohana MDG

i) Estimated cost of Work:- ` 494953/-

ii) Earnest Money:- ` 9900/-

iii) Performance Guarantee- 5% of tendered Value

iv) Security Deposit  5% of tendered Value

General Rules & Directions:-

Officer Inviting tender:- Executive Engineer(c), Postal Civil Division, Ambala

Maximum percentage for quantity of items of work tobe executed beyond which rates are to be determinedin accordance with Clauses 12.2. & 12.3 See below

Definitions:

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

ii) Accepting Authority: Executive Engineer(c), Postal Civil Division, Ambala

iii) Percentage on cost of materials 15%

Page 12: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 12/31

12

and labour to cover all over-heads and profits.

iv) Standard Schedule of Rates: DSR-2007

v) Department: Department of Posts

vi) Standard CPWD contract Form CPWD form 8 as modified & corrected up to date correctionslip and General conditions.

Clause 1

i) Time allowed for submission of Performance Guarantee 07 daysfrom the date of issue of letter of acceptance, in days.

ii) Maximum allowable extension beyond the period 03 daysprovided in (i) above in days.

Clause

Authority for fixing compensation under clause 2. S.E(c), PCC, AmbalaCompensation for delay as per clause 2 shall be @1.5% of tender Value per day. The other content of clause 2 will remain same.

Clause 2A

Whether Clause 2A shall be applicable: No

Clause 5Number of days from the date of issue of letterof acceptance for reckoning date of start. 10 Days 

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

1.2.3.4.

1/8 (of whole work)3/8

th(of whole work)

3/4th

(of whole work)Full

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

th(of whole work)

Full

Time allowed for execution of work: Two months

Clause 6, 6A

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

Clause 7

Gross work to be done together with net payment/adjustment `  2.47 Lakhof advances for material collected, if any, since the last suchPayment for being eligible to interim payment.

Clause 10CC

Clause 10 CC to be applicable in contracts with stipulatedPeriod of completion exceeding the period shown in nextColumn. 18 (Eighteen) months

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

Correction Slip/AdditionsClause 1212.2 & 12.3 Deviation Limit beyond which clauses 50%

12.2. & 12.3 shall apply for buildingWork.

12.5 Deviation Limit beyond which clauses 100%12.2 & 12.3 shall apply for foundation

Page 13: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 13/31

13

Work.

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

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

S.No. Minimum

Qualification ofTechnicalRepresentative

Discipline Designation

(PrincipalTechnical/ Technicalrepresentative)

Minimum

Experience

Number Rate at which recovery

shall be made from thecontractor in the eventof not fulfilling provisionof clause 36(i)Figures Words

Clause 42

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

ii) Variation permissible on theoretical quantities:

a) Cement for works with estimated cost put to 3% Plus/ minustender not more than ` 5 lakhsfor works with estimated cost put to 2% Plus /minusto tender more than ` 5 lakhs

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

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

d) All other materials NIL

Page 14: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 14/31

14

CORRECTION SLIP NO.1

(Correction to Form CPWD-6 & 7/8 (2008)

(For use in Department of Posts: India)

CORRECTION TO:- Definition under “CONDITIONS OF CONTRACT” all reference to:-i) Director General of Works, CPWD,ii) CPWD/Public Works Department,

iii) Administrative Head of CPWD,iv) Chief Engineer, CPWDv) CPWD Circle &vi) Ministry of Urban Development

In various clauses shall be taken to mean:-

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

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

i) CPWD safety code,ii) Clause

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

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

iv) Central Public Works Department Contractor’s Labour Regulations (In Heading andRegulations No.1 only),

v) CPWD- Delhi Schedule of Rates and Specifications

Contractor Engineer-in-Charge

Page 15: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 15/31

15

SPECIAL CONDITIONS FOR ALUMINIUM WORKS

(For Doors, Windows, Ventilators and Partitions)

1. Extruded aluminium sections of JINDAL, INDAL or Equivalent as approved by theEngineer-in-Charge shall only be used. The various aluminium sections of JINDAL makegenerally used in doors, windows, ventilators, partitions etc, are indicated in the table attached.The sections of other size, shape and thickness may also be used is approved by the Engineer-

in-Charge. Various tests of aluminium sections shall be conducted in accordance with relevantprovisions of IS:1868, IS:5523 & IS:5528.

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

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

4. Aluminium sections shall be jointed to each other, wherever required, with extrudedaluminium angle cleats of suitable size and of thickness not less than 6mm in frames of

doors/windows/ventilators/partitions & door shutters and not less than 4mm in window shutters,with stainless steel screws. All joints, unless specified, shall be mitred.

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

6. Sliding-Shutters in partly openable windows, shall be provided with heavy-duty nylonrollers with concealed bearings and aluminium stoppers and special locking arrangements asapproved by the Engineer-in-Charge. The interlocking styles of sliding shutters shall be providedwith PVC weather sealing gasket. To drain off rain water collected in between channels, cuts of15mm width shall be provided at both ends of the bottom track as directed by the Engineer-in-Charge.

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

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

Contractor Engineer-in-Charge

Page 16: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 16/31

16

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

(Refer Original and Main Agreement No………………Dated……………………..)

The Agreement made this ……………. Day of ……………. Two thousand and ……………….between ……………………….. son of ………………………………… of………………………………………. (hereinafter called the Guarantor of the one part) and thePRESIDENT OF INDIA (hereinafter called Government of the other part).

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

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

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

Provided that the guarantor will not be responsible for leakage caused by earth quake or

structural defects or misuse of roof or alteration and for such purpose:a) Misuse of roof shall mean any operation which will damage proofing treatment, likechopping of fire wood and things of the same nature which might cause damage to roof;

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

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

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

be final and binding.That if GUARANTOR fails to execute the water-proofing or commits breach there under

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

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

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

1………………………………., 2. ……………………………………

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

1 ………………………………, 2. ………………………………………

Contractor Engineer-in-Charge

Refer appendix-25 of CPWD Works Manual 2007)

Page 17: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 17/31

17

ADDITIONAL CONDTIONS, ADDITIONAL SPECIFICATIONS &IMPOTANT NOTES

“A” ADDITIONAL CONDITIONS

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

2. The Contractor shall maintain safe custody of materials brought to the site. The contractor shall

also employ necessary watch and ward establishment for the work and other purposes as requiredat his own cost.

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

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

4.1 CEMENT

4.1.1 The contractor shall procure 43 grade (Conforming to I.S: 8112) Ordinary Portland Cement, asrequired in the work, from reputed manufactures of cement, having a production-capacity of one

million tonnes per annum or more. Such as A.C.C. L&T, Vikmam, Shri Cement and CementCorporation of India etc. as approved by Ministry of Industry, Government of India, and holdinglicense to use ISI Certification mark for their product. Supply of cement shall be taken in 50 kgbags bearing manufacturer’s name and ISI marking. Samples of cement arranged by thecontractor shall be taken by the Engineer-in-charge and got tested in accordance with provisionsof the relevant BIS Codes. In case test results indicate that the cement arranged by the contractordoes not conform to the relevant BIS Codes, the same shall stand rejected and shall be removedfrom the site by the contractor at his own cost within a week’s time of written order from theEngineer-in-Charge to do so.

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

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

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

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

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

4.2 STEEL

4.2.1 The contractor shall procure steel reinforcement bars conforming to relevant BIS Codes formmain producers as approved by the Ministry of Steel and Secondary Producers or re-rollershaving valid BIS licence. For TMT Bars conforming to relevant BIS codes, procurement shall bemade from main producers and secondary producers having valid BIS Licence. The contractorshall have to obtain and furnish test certificates to the Engineer-in-Charge in respect of allsupplies of steel brought by him to the site of work. Samples shall also be taken and got tested bythe Engineer-in-Charge as per the provisions in this regard in the relevant BIS Codes. In case thetest results indicate that the steel arranged by the contractor does not conform to BIS Codes, thesame shall stand rejected and shall be removed from the site of work within a week’s time fromwritten order from the Engineer-in-Charge to do so.

Page 18: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 18/31

18

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

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

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

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

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

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

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

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

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

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

4.2.5 Coefficient of weight i.e., the weight per unit length of the steel procured by the contractor shall beascertained at site before using it and certified by the Engineer-in-Charge. In case weight per unitlength is beyond the rolling margin as laid down in the BIS: 1786, the steel will be rejected andshall be removed as per para 5.2.1 above from the site of work within a week’s time from writtenorder from the Engineer-in-Charge to do so. In case weight per unit length is more than thestandard coefficient of weight for the diameter, but is within the rolling margin, then the paymentshall be made as per the standard weight per unit length, and, where the weight per unit length islesser than the standard coefficient of weight for the diameter, but is within the rolling margin, thepayment shall be restricted with respect to the actual weight per unit length of the diameter.

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

4.4 The actual issue and consumption of steel and cement on the work shall be regulated and properaccounts maintained as provided in clause 10 of the contract. The theoretical consumption ofcement and steel shall be worked out as per procedure prescribed in Clause 42 of the contract adshall be governed by conditions laid therein.

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

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

6. Some restrictions may be imposed by the security staff etc. on the working and/or movement oflabour, materials etc. and the contractor shall be bound to follow all such restrictions/instructionsand nothing extra shall be payable on this account.

Page 19: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 19/31

19

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

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

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

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

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

11. The contractor shall take all precautions to avoid all accidents by exhibiting necessary cautionboards such as day and night boards, speed limit boards and flags, red lights and providing

barriers etc. He shall be responsible for all the damages and accidents caused due to negligenceon his part. No hindrance shall be caused to traffic during the execution of work. Nothing extra willbe paid on this account.

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

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

14. The contractor shall be responsible to arrange on his own cost all necessary tools and plantsrequired for execution of work. The contractor shall provide at his own cost suitable weighing andmeasurement arrangements at site for checking weight/dimensions as may be necessary for the

execution of the work. The contractor shall maintain all work in good condition during theexecution and till completion of entire work allotted to him.

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

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

17. Samples of various materials required for testing shall be provided free of charges by thecontractor. Testing charges, if any shall be borne by the Deptt. If the test results are satisfactoryand are in conformity to the relevant provisions of the specifications. All other expenditurerequired to be incurred for taking samples, conveyance, packing, octroi/Tax, if any, etc. shall beborne by the contractor himself.

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

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

20 OTHER TAXES AND ROYALTIES 

20.1 Works Contract Sales Tax as prevalent as per statutory orders of State/Central Government andshall be charged on gross value of all the bills and shall be recovered from bill of the contractor asworks contract sales tax should there be any increase in rate of works Contract Sales Tax duringexecution of the contract, the same shall also be payable by the contractor.

Page 20: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 20/31

20

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

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

in-Charge before payment of final bill.

21. PROGRAMME FOR EXECUTION OF WORK

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

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

22 ARRANGEMENT OF WATER AND PAYMENT OF CHARGES ETC. IN CONNECTION WITH

WATER USED FOR CONSTRUCTION PURPOSE

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

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

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

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

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

“B”  PARTICULAR SPECIFICATIONS

1. GENERAL

1.1 The work, shall in general, conform to the CPWD specifications shall mean CPWD specifications2009 Vol. I to II with up to date correction slips.

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

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

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

Page 21: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 21/31

21

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

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

1.2.2 In case of discrepancy in the item given in the schedule of quantities appended with the tender

and architectural drawings relating to the relevant item, former shall prevail unless otherwisegiven in writing by the Engineer-in-Charge.

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

2.1 EARTH WORK 

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

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

the contractor only when all men, machinery’s and materials have been arranged and closing ofthe trench(s) thereafter shall be ensured within the least possible t ime.

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

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

2.2  Reinforced Cement Concrete Work & Plain Cement ConcreteGeneral

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

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

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

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

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

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

Page 22: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 22/31

22

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

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

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

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

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

2.6.2 In the case of steel windows and doors, steel glazing, wire gauge steel ventilators, rollingshutters, grills etc. an approved quality-priming coat of zinc chromate shall be applied over andabove shop coat of primer. Nothing extra shall be payable for providing shop-coat primer.

3.  IMPORTANT NOTES;- 

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

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

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

Page 23: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 23/31

23

SPECIAL CONDITIONS FOR ISI MARKED ITEMS

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

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

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

borne by the contractor.

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

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

SPECIAL CONDITIONS FOR PAINT WORK

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

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

SPECIAL CONDITIONS FOR VITRIFIED TILES, CERAMICTILES AND FLOOR TILES

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

enclosed with the bill for record.

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

execution.

Contractor Engineer-in-Charge

Page 24: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 24/31

24

SPECIAL SCHEDULE ‘D’

The contractor shall submit a detailed report within ten days of start of the work, as stipulated inthe agreement, after surveying the all quarter prior to taking up of the work. The details shall becollected as per proforma ‘A’ enclosed herewith and duly signed by the Principal Technical

Representative and Assistant engineer (Civil) Postal Civil Sub ‐  Dn. No. I/II, and the bill shall be

finalized only after receipt of proforma ‘A’ duly signed by the occupant.

The contractor shall submit the credential of Principal Technical Representative, viz. Certificate ofexperience, qualification, address and mobile number alognwith three number of passport size

photographs. The Engineer ‐  in ‐  charge shall issue a temporary Identity Card for particular work

and for contract period. The Identity Card shall be returned to Engineer‐ 

in‐ 

charge aftercompletion of the work.

The cement used for the work shall conform to following specification/ brand (Only for petty andmaintenance work).

Type of Cement. IS Code: Brand.

OPC grade 33/43 IS: 269/ IS: 8112 ACC/JP/Lafarge

Portland slag cement 33/43 grade IS: 455 Ultratech/Birla

Portland Pozzolana cement IS: 1489 (I/II)

(Note: For structure work/ RCC work only OPC shall be used)

All reinforcement as TMT bars shall conform to IS 1786 and shall qualify the mandatory test viz (i)tensile test as per IS: 1599 (ii) RE test as per IS 1786 (iii) Rebend test as per IS 1786 and shall as

specified in CPWD specification addendum No. SE/S&S/SPEC‐  96/554‐  794) dated 23.06.1998.

The contractor shall get the plumbing work done by the licensed plumber. The credential shall be

submitted to the Engineer ‐  in ‐  charge prior to carrying out the work.

The item equivalent to the original items taken in the schedule shall be of equal in cost as well as

specification and must be used only in the case if Engineer ‐  in ‐  charge approves it in writing.

The difference of market rate for original item as per schedule and the equivalent items shall bepaid accordingly.

The slope in bathroom, verandah shall be proper otherwise same shall not be paid and got

re ‐  done as per contract clauses.

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

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

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

Charge.

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

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

showroom of the manufacturer of the item, prior to convey the final approval to the contractor for

its procurement.

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

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

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

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

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

the Local bodies.

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

The contractor shall insure 6 month’s warranty in addition to defect liability period as mentioned in

standard CPWD-8 for all the items. (This will be in form of a Guarantee Bond. No money will be

withheld from the bill on this account).

Page 25: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 25/31

25

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

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

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

The Department shall recover the Sales Tax as applicable for Civil Contracts by Government from

the bills paid for work.

Contractor Engineer-in-Charge

Page 26: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 26/31

26

PROFORMA—A

Details of work/ complaint on the joint survey of quarter by the Principal Technical Representative

and AEs(Civil) prior to taking up of the work.

Name of Occupant………………………….. Quarter Number:

Sl/No Defect Remarks1.2.

3.4.

5.6.7.8.

9.10.

(Name of Principal Technical Representative) (Name of the Occupant)Signature of Principal Technical Representative Signature of the occupant(For Contractor) (Relation to the allottee

Physically verified by me.(Name……………………)

Signature of AE(Civil)

(To be filled up after completion of the work)All the complaints/ defects as stated above has been attended satisfactorily

Name of PTR Signature of occupant after(Principal Tech. Representative) completion of work.

Verified by me.

Name of AE (Civil)…………………

Signature of AE (Civil)

Page 27: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 27/31

27

SCHEDULE OF QUANTITY

Name of Work :- Civil works under Project Arrow at PO building Gohana MDGEstimated Cost :- ` 494953Earnest Money :- ` 9900/-

Time :- Two months 

Sr.

No

Description of Items  Qtty Unit  Rate in words &Figures 

Amount 

1 Removing dry or oil bound distemper, water

proofing cement paint and the like by

scrapping, sand papering and preparing the

surface smooth including necessary repairs to

scratches etc. complete.

700.00 sqm

2 Distempering with 1st quality acrylic

washable distemper (ready mixed) of 

approved manufacturer and of required shade

and colour complete. as per manufacturer's

specification.

a Two or more coats on new work/old work 

scrapped surface. 600.00 sqm3 Painting with synthetic enamel paint of 

approved brand and manufacture to give an

even shade :

a Two or more coats on old work  160.00 sqm

4 Providing and laying vitrified floor tiles in

different sizes (thickness to be specified by

the manufacturer) with water absorption less

than 0.08% and conforming to IS : 15622, of 

approved make, in all colours and shades,

laid on 20mm thick cement mortar 1:4 (1

cement : 4 coarse sand), including grouting

the joints with white cement and matching

pigments etc., complete.

a Size of Tile 600x600 mm 55.00 sqm

5 Repairs to plaster of thickness 12mm to

20mm in patches of area 2.5 sq. meters andunder including cutting the patch in proper

shape, raking out joints and preparing and

plastering the surface of the walls complete

including disposal of rubbish to the dumping

ground within 50metres lead :

a With cement mortar 1:4 (1 cement : 4 fine

sand)20.00 sqm

6 Duduct for using cement based high

polymer modified quick set tile adhesive

(water based ) conforming to 15 : 15477 in

average 3mm thickness in place of C.morter1:4 ( 1C: 4C.S)bedding in laying of floortiles..

110.00 sqm

7 Renewing glass panes, with putty and nails

wherever necessary:

a Float glass panes of thickness 4 mm 2.00 sqm

9 15 mm cement plaster on the rough side of 

single or half brick wall of mix :

a 1:6 (1 cement: 6 fine sand) 50.00 sqm

10 Finishing walls with Premium Acrylic

Smooth exterior paint with Silicone additives

of required shade

Page 28: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 28/31

28

Sr.

No

Description of Items  Qtty Unit  Rate in words &Figures 

Amount 

a Old Scrapped surface work (Two or more

coats applied @ 1.43 ltr/ 10 sqm over and

including priming coat of exterior primer

applied @ 2.20 kg/ 10 sqm)

300.00 sqm

11 Providing and fixing of customer writing

ledge of size 1220mm long,400mm wide and

1450mm high with writing top at a height of 

1050mm including open drawers of 100mm

depth for keeping papers below the working

top as per architechtural drawing No. B 1 to

B 5. The writing ledge shall be made with

19mm thick block boad ( Conforming to

IS1659 BWP Grade),core of black board

construction with frame of Ist class hard

wood and well matched teak 3 ply veneering

with gvertical grains of cross bands. The

board shall be Ist quality of approved brand

Duro/Century/Greenply/ including backing

also of 1450mm. The ledge shall be

laminated with 1.00mm thick decorative

laminate suede finsih & 1.00mm thick brush

finish decorative steel laminate as per

drawing of make Greenlam/Century/ orequivalent make on all visible surface from

out side as well as inside and all hidden

surface shall be painted with white synthetic

enamel paint over priming coat of approved

qtly of paint/Primer of Note: Nomenclature

of item shall supersede over the drawing in

case of any ambiguity between the two.It

includes the S.S detachable dustbin of 

approved size 450 mm complete. 1 each

12 P/F storage cupboards as per drawing No. C1

to C4. The cupboard shall be fabricated with

following material and operation.

i. 19mm thick black board ( Conforming to IS1659 BWP grade ) core of black board

construction with frame of Ist class hard

wood and well matched teak 3ply

verneering with vertical grains or cross

bands, shall be used to prepare the

cupboard including shutters. The board shall

be Ist quality of approved brand. of 

Duro/Century / /greenply/. ii) All exposed

outer surface of whole cup boards shall be

laminated with 1.00mm thick decorative

laminate and 1.00mm thick brush finish

steel decorative laminate whereever

requiredb as per drawings. The laminateshall be Ist quaqlity of Greenlam/Century/ or

equivalent make . Inside surface remaining

& backside shall be finsihed with white

synthetic enamel paint over priming coat.

the apint and primer shall be of approved

quality of Nerolac/Berger/Asian brand

iii) The edges of board shall be covered with

by 19mm white and 3mm thick second class

teak wood margin and matching the same.

iV) The 19mm thick black board shutter shall

be fitted with M.S piano type hingte of ISI

Page 29: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 29/31

29

Sr.

No

Description of Items  Qtty Unit  Rate in words &Figures 

Amount 

marked conforming to IS 3818 finish with

nickel plating with necessary screws of over

all width 50mm. The shutters of the

cupboards shall be provide with Magnetic

catcher of heavy duty and best quality (

Triple Strip) horizontal type wsith multi

purpose cabinet look of Godrej equivalent

and brush finish stainless steel handle as per

drawing.The work shall be cost off all operations

labour & material,adhesive, nails stainless

steel screws etc. i/c approval of samples all

complete as per direction of Engineer- in-

Charge. Note: Nomenclature of items shall

supersede over the drawing in case of any

ambiguity between the two.

(a) Storage copboard of size 1220mm x 400

mm x 1050 mm containg three boxes with

magnetic catcher,brush finish stainless steel

handles of suitable size ( 75mm or 100mm)

and multipurpose cabinet lock of Godrej or

equivalent in each box as per drawing and

direction of Engineer in Charge. 6 each

13 P/F wooden customer service counter of size

1500 mm length and 300mm width having

height of 1050mm with attachment of 

working top have heith of 750mm and L

shape having legs of 1500mm x 300mm and

1350mm x 450mm with tapering at joint of 

legs including arrangement of computer

system as key board, slit for printer paper

etc complete as peer drawing No. A 1 to A 6.

Two nos stainless steel rectangular tube of 

size 25mm x 50mm of 2.0mm thic,having

heith of 2100 mmfitted with counjter to

support the over head signage panel as perdrawing. The counter shall be make of 

following ingredients.

6 each

i ) 19mm thick block board ( conforming to

IS: 1659 - BWP0 Grade),core of block board

construction with frame of Ist class hard

wood and well matched 3ply veneering with

vertical grains of cross bands. The board

shall be Ist quality of approved brand

Duro/Centruy/Greenply/ laminatd with

lamination of 1.0mm thick,decorative

Greenlam/centruy/ or equivalent make on

outer face and inside face finished with shite

synthetic enamel paint over priming coat of Nerolac/Asian/Berger brand.

ii) The edges of board shall be covered with

by 19mm white and 3mm thick second class

teak wood margin and matching the same.

iii) The key board and drawer shall be

fitted with a pair of 300mm long powder

coated telescopic channels of approved

quality of make fly rail.

iv ) The shutter below drawer in the counter

shall be fittred with M.S.piano type hinge ISI

marked conforming to IS: 13818 finished

Page 30: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 30/31

30

Sr.

No

Description of Items  Qtty Unit  Rate in words &Figures 

Amount 

with nickel painting of overall width 35mm.

v) The shutter of the counter shall be

provided with 2 nos magnetic catcher of 

heavy duty ( twin strip) horizontal type best

quality , 3 Nos. multi purpose cabinet lock of 

Godrej. Make or equivalent and 4 nos burch

finish stainless steel handle of 75mm long of 

best quality. the work shall include cost of all

completed asper direction of engineer-in-charge. Note: Nomenclature of item shall

supersede over the drawing in case of any

ambiguity between the two.

14 Repair/ cutting of wooden door/ Aluminium

door in the proper shape and size i/c

necessary fittings etc dismantelling and

refixing all complete as per the direction of 

E-I-C.

3 nos.

15 Dismantelling of old wooden counters andStacking of fmaterial up to 50 m lead

complete as per dir of E-I-C.

6.00 Mter

16 P/F additional stainless steel tube member

of section 25mm x 50mm of 2mm thick and

1450mm long between vertical stainless

steel tubes just below counter signage with

2 nos . Stainless steel corner cleats quarter

round heavy duty of size 37mm of 2.60mm

thickness fixed with necessary stainless steel

screws etc. and 2 nos. 8 mm thick plain glass

of size 575 mm x 770mm including rounding

edges where ever required of approved

make to be fixed to counter with 12 nos.

stainless semi-circular clips of size 35mm of 

2mm thickness for holding glass etc. as per

drawing no. A 7 and as per direction of 

engineer -in charge. 6 each

17 P/F board with logo of approved design andas per drawing enclosed make of acrylic

sheet of 2.00 mm thick in facing and

composite panel 3 mm thick on other three

side matching the shade of acrylic sheet with

two nos. electronic choke with two nos

florcent lanes 40 watts including cabling up

to switch board and fixing at sides complete

as per direction of the engineer -icharge.

6 each

18 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

a 1.0 mm thick. 1.00 sqm

19 Providing M.S. Piano hinges ISI marked IS :

3818 finished with nickel plating and fixing

with necessary screws etc., complete.

a Overall width 35 mm. 1.00 metre

20 Providing and fixing /deduction for 19 mm

block board of best quality of make

Duro/Century/Green ply (BWP type) brand

1 sqm

Page 31: 2 t e n d e r d o c u m e n p&t

7/28/2019 2 t e n d e r d o c u m e n p&t

http://slidepdf.com/reader/full/2-t-e-n-d-e-r-d-o-c-u-m-e-n-pt 31/31

Sr.

No

Description of Items  Qtty Unit  Rate in words &Figures 

Amount 

with necessary nails and screw complete as

per dirction Engineer-in-charge.

Total

Executive Engineer(C)

Postal Civil DivisionAmbala