NIT22 C2D Tenderdocumentmicroteachinglab
NIT22 C2D Tenderdocumentmicroteachinglab
The Executive Engineer, Chennai 2 Division, CPWD, Chennai-06 invites on behalf of President
of India, online percentage rate e- bids from CPWD enlisted contractors of appropriate class in
Single Bid System, for the following work:-
1 2 3 4 5 6 7 8
22/EE/C2D/2024-25/Chennai
Renovation of micro
teaching lab at Admin
block and providing Up to Upto
alcopanelling to circular 15.00 15.30
01 (One)
1 columns in Vivekananda Rs.7,36,597/- Rs.14,732/- hours hours
Month
block and Mahakavi on on
Bharathiyar block at 06.07.2024 06.07.2024
NITTTR, Taramani,
Chennai.
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his
bid if he considers himself eligible and he is in possession of all the documents required.
2. Information and instructions for bidders posted on website shall form part of bid document.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents can be seen and downloaded from websitehttps://www.etender.cpwd.gov.in or
www.cpwd.gov.infree of cost.
4. But the bid can only be submitted after deposition of original EMD either in office of the Executive
Engineer inviting bids or division office of any executive Engineer, CPWD within the period of bid
submission and uploading the mandatory scanned documents such as Insurance Surety Bonds, Account
Payee Demand draft or Bankers cheque or Fixed Deposit Receipts or/ and Bank Guarantee (for balance
amount as prescribed) from any of the Commercial Bank towards EMD in favour Executive Engineer,
Chennai 2 Division, CPWD, Chennai-06, receipt for deposition of original EMD to division office of any
Executive Engineer (including NIT issuing EE / AE), CPWD and other documents as specified.
1
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
5. Those contractors not registered or have not updated their profile on the website mentioned above, are
required to get registered / update their profile beforehand. The necessary training materials including
the videos with step to step process are available on download section of
https://www.etender.cpwd.gov.in.
6. The intending Tenderer must have valid Class-III and above digital signature certificate with encryption
key (combo type) to perform any operations / transactions on the e-tendering portal / website and the
bidder should download and install the eMsigner on their system as per instructions available on
download section of https://www.etender.cpwd.gov.in.
7. On opening date, the contractor can login and see the bid opening process. After opening of bids he
will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting rate in figures
appears in yellow colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the
same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the bidder, rate
of such item shall be treated as “0” (ZERO).
However, if a bidder quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in percentage rate
tender, the tender shall be treated as invalid and will not be considered as lowest bidder.
List of Documents to be filled in by the bidders in various forms as indicated below, to be signed (wherever
required) scanned and uploaded in JPG format or PDF format within the period of Tender submission:
1.
Valid CPWD Enlistment Office Order.
Insurance Surety Bonds, Account Payee Demand draft or Bankers cheque or Fixed Deposit
2. Receipts from any of the Commercial Bank towards EMD in favour Executive Engineer,
Chennai 2 Division, CPWD, Chennai -06
Copy of receipt for deposition of Original EMD issued from division office of any Executive
Engineer, CPWD including the Executive Engineer inviting tender and AE –1/II, 2/II, 3/II & 4/II
3.
Chennai.
GST registration Certificate of the state in which the work is to be taken up, if already obtained by
the bidder. If the bidder has not obtained GST registration in the state in which the work is to be
taken up, or as required by GST authorities, then in such a case the bidder shall scan and
upload following undertaking along with other bid document "lf work is awarded to me, I/we
shall obtain GST registration certificate as applicable, within one month from the date of
4.
receipt of award letter or before release of any payment by CPWD, whichever is earlier,
failing which I/We shall be responsible for any delay in payments which will be due towards
me/us on a/c of the work executed and /or for any action taken by CPWD or GST
department in this regard
Notarized Affidavit of Non-black listing‟ by CPWD/State/Central Departments/ PSUs/Autonomous
5. bodies as per Form “J” not older than the date of Notice Inviting Tender. (Name of work shall
be entered in Form-J invariably)
Notarized Affidavit of “No back -to-back execution of work” as per Form "G" on Non-
6.
Judicial Stamp Paper of Rs. 100/- duly signed by the authorized person of agency / firm.
7. Details of Contractor as per Annexure - III.
Note: All the above documents must be clearly displayed and seen by the tender opening authority
before opening the actual bid.
2
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
BRIEF SCOPE OF WORK (CIVIL COMPONENTS)
2. Statutory fees / connection charges, if any paid to the local bodies or any other agency by the
contractor shall be reimbursed by the Department on submission of vouchers/ bills / receipts
issued by the various local bodies. The cost of restoration of any services damaged by the agency
during execution shall however be borne by him.
3. Taking all precautionary measures to safeguard against any accident for the contractors employees,
general public, supervisory staff of CPWD by providing necessary safety equipment‟s e.g. MS sheet
barricading etc and Personal Protection Equipment‟s e.g. helmets, safety shoes etc. at work site.
4. The site has to be kept clean of all debris, rubbish and dirt & surplus/waste material all the time. It also
includes maintenance, cleaning & de-silting the drains, pipe lines laid by the agency for all services
etc. executed by the agency to the entire satisfaction of the Engineer-in-charge during the
maintenance periods. Cleaning and de-silting will also be done by the agency before handing over
the completed building to CPWD. All machines, equipments and labour for this purpose will be
arranged by contractor.
5. All labour employed by the firm/ contractor shall be got registered with Tamil Nadu Construction
Labour Welfare Board, ESIC and EPF, etc.,
6. Maintenance / defect liability period would be uniformly One (1) year from the date of taking over
the respective housing pocket complete in all respects & fit for occupation. However, maintenance of
other building activities such as cleaning, sweeping of pocket & de-silting of sewer lines, S.W. Drain
shall be done only once, at the time prior to handing over the respective pocket. The maintenance will
be only limited to removal of defects noticed in the works carried out by the agency during defect
liability period. The terms of Maintenance & liability period for Electrical subheads is as mentioned in
the part -C for E&M works.
7. The above scope of work includes cost of all materials, manpower, equipment‟s, T&P fixtures,
accessories, royalties, taxes, watch & ward and all other essential elements for completion and
maintenance of works as aforesaid whatsoever.
8. New RMC Plants shall be got approved by the Executive Engineer, Chennai, C2D, CPWD, Chennai-
06. and Contractor shall ensure that the quality and strength of cement concrete procured from RMC
Plants is as per design requirement through a well-defined quality control system, testing of samples,
transportation of concrete (IS 4926 : 2003) and continuous analysis of results as per CPWD
specifications and relevant India standards.
9. Contractor will erect fully automatic & computerized batch mix plant of minimum capacity 30 cum/hour
for preparation of Design mix concrete as per IS code at his own cost and will prepare all concrete
accordingly and operated subject to compliance of Pollution Control norms and other mandatory
requirements in force at the place. As per OM dt.30.10.2019
3
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
GENERAL INFORMATION
1. It shall be the responsibility of the successful bidder to maintain the security / watch and ward of
the buildings to dismantled if any, after taking over of the buildings and the Engineer-in-Charge is
not responsible for any loss of any materials from the site.
2. The successful bidder shall be responsible for any damage done in the demolition and indemnify
the Government against any claim on account thereof including third party and workmen‟s
Compensation claims. If any damage is done to any adjoining property, the Engineer-in-Charge
shall be entitled to have the same put right at the risk and expense of the successful bidder or treat
the default as a ground for terminating the contract.
3. The successful bidder shall acquire no interest in the land comprised in the said property except a
permission to enter thereon for the purpose of the demolition only aforesaid & for construction of
structure as per terms and conditions of this tender document and in particular shall not be
entitled to reside or allow anyone to reside or remain on the property except watchman during the
contract period/ extended contract period.
4. No work shall be done after 7 P.M. Due to exigencies of work, if work needs to be done beyond 7
pm, necessary prior permission shall be obtained from the Client Department. The work shall be
executed without creating disturbance to the movement of the people on the adjoining roads. Care
shall be taken to prevent dust spreading beyond the building to be demolished. The work shall be
executed without making heavy sounds.
5. The buildings shall be in the custody of the successful bidder from the date of acceptance of the
tender.
6. If the successful bidder fail(s) to observe or perform any provisions of the contract or become(s)
insolvent, or make(s) arrangement with creditors or breach if any gratuity, gift loan, perquisite
reward or advantage pecuniary or otherwise shall either directly or indirectly be given promised or
offered by the purchaser or the successful bidder‟s servants or agents to any public officer or
person in the employment of the President in any way relating to the office or employment or if any
such officer or person shall become in any way directly or indirectly interested in the contract the
Engineer-In-charge may determine the contract without notice and without prejudice to recover
from the successful bidder of any loss thereby incurred.
7. The work shall be executed in compliance with the complete labour act in force, regarding payment
of minimum wages, advances, over time, gratuity, provident fund, providing medical and other
facilities and the safety measures to be taken as applicable as per the labour act.
8. The ground where the buildings are located shall be levelled without undulations and dressed
neatly after completion of the work.
9. The contractor should appoint a full time qualified person as safety-in-charge for taking care of
implementation of safety system in order to safeguard the workers engaged for the demolition of
the building. Any casualty during demolition shall be the responsibility of the bidder.
10. The Cost of bid amount shall be net inclusive of cost of dismantling, disposal of all surplus
materials and the cost of salvageable materials including the electrical installations and fittings.
11. The Contractor shall carry out the work without disturbing / damaging the other existing structures
and trees / plants etc which are not in the purview of the contract. Any damage / disturbance
made by the contractor to the adjacent / nearby buildings / structures will be rectified at the risk
and cost of the contractor.
4
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
12. The contractor shall ensure the safety of the public / animals etc during the execution of the work.
Necessary precautionary measures shall be taken.
13. No explosives shall be used for dismantling of the buildings.
14. The Contractor shall abide to the restrictions, rules, regulations and timings imposed by the
department on the working and on movement of labour, materials etc.
15. No temporary electrical connection shall be provided by the Engineer-in-charge/CPWD. The
contractor shall make his own arrangement of temporary electrical connection from the
TANGEDCO, fuel/generator for running of tools, plants and machinery required for demolition
work. However, the department shall assist the agency in forwarding the application.
16. The Contractor shall take instructions from the Engineer-In-Charge for stacking of materials. No
excavated earth / building rubbish shall be stacked on areas where other buildings, roads,
services, compound walls are existing.
17. Demolition labours shall not be permitted (Except staff of watch and ward ) to stay inside the
campus. The Contractor shall make necessary accommodation outside the Central Revenue
Quarters campus for their labours. The labour movement should be restricted to the areas only
where the work is to be carried out.
18. The Contractor shall make necessary arrangement to obtain photo id pass / group pass for entry
of labours, materials, machinery and vehicle in to the NITTTR Campus, Taramani, Chennai if
necessary.
19. The work shall be carried out with least hindrances to the adjoining building and offices and the
contractor shall be responsible for any damages caused to the existing fixtures, electrical fittings
and other services etc in the course of execution and the contractor shall make good any such
damages at his own cost.
20. The debris / building rubbish waste and the like as generated from the work spot should be taken
out of NITTTR Campus, Taramani, Chennai. All the waste and debris material should be
disposed off the campus in a legal and environmental friendly way as per contract.
21. No one is allowed to enter into workspace and work site without adequate foot protection.
22. All the dangerous moving parts of the portable / fixed machineries being used shall be adequately
guarded.
23. Inserting of bare wires for tapping the power from electrical sockets is completely prohibited.
24. All unsafe conditions, unsafe acts identified by contractor, reported by site supervisors and / or
safety personnel to be corrected immediately.
25. No children shall be allowed to enter the work space.
26. The contractor has to provide necessary barricade by GI sheets so as to avoid the
falling/splashing of dismantled debris to the adjacent buildings, injuries and casualties to the
residents/office staff moving inside the campus.
27. Restrictions may be imposed by the security staff of client department etc., on the working and for
movement of labour, materials etc. The contractor shall be bound to follow all such
restrictions/instructions and nothing extra shall be payable on this account.
(a) The demolishing of building work will be carried out in the manner complying in all respects with
the requirements of relevant bye laws of the local body under the jurisdiction of which the work is
to be executed or as directed by the Engineer-in-Charge and nothing extra will be paid on this
account.
5
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
28. The department shall not be liable for any payment in respect of any damages or compensation
payable accordingly to law in respect or in consequences of any accident or injury or loss of life to
any workman or other person in the employment of the contractor or any sub-contractor, except
an accident or injury resulting from any act or default of the Employer, his agents or servants. The
contractor shall insure against such liability with an insurer approved by the employer for sum as
per established norms during the entire period till the completion of the contract.
29. After demolition the agency is allowed to take away all the serviceable materials like bricks,
wooden doors, trusses, steel reinforcement rods and debris etc. including the electrical
installations and fittings.
30. Wherever any reference to any Indian Standard Specification occurs in the documents relating to
this contract, the same shall be inclusive of all amendments issued there to or revision thereof if
any, up to the date of receipt of tenders.
31. Unless otherwise specified in the schedule of quantities the rate tendered by the contractor for the
items of the work shall be considered, as inclusive of pumping out or bailing out water, if required,
for which no extra payments will be made. This will include water encountered from any source,
such as rains, floods, sub-soil water table being high or due to any other cause whatsoever.
32. GST and Labour Cess etc., or any other tax applicable in respect of this contract shall be
payable by the Contractor and Government will not entertain any claim whatsoever in
respect of the same. However 2% (TWO PERCENT) of the gross bill amount will be
deducted at source, towards GST, from each running account and Final bill paid to the
contractor by the Executive Engineer, Chennai 2 Division, CPWD, Chennai-600006 or his
successors thereof as per the Section 51 of the GST Act 2017.
6
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
FORM „J‟
AFFIDAVIT
Name work: Renovation of micro teaching lab at Admin block and providing alcopanelling to circular
columns in Vivekananda block and Mahakavi Bharathiyar block at NITTTR, Taramani, Chennai.
I/we undertake and confirm that our firm/partnership firm has not been blacklisted by any
state/Central Departments/PSUs/Autonomous bodies during the last 7 years of its operations.
Further that, if such an information comes to the notice of the department then I/we shall be debarred
for bidding in CPWD in future forever. Also, if such information comes to the notice of department on
any day before date of start of work, the Engineer-in-charge shall be free to cancel the agreement
and to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee (Scanned copy of
this notarized affidavit to be uploaded at the time of submission of bid)
7
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
FORM ‘G’
NAME OF WORK: Renovation of micro teaching lab at Admin block and providing
alcopanelling to circular columns in Vivekananda block and Mahakavi Bharathiyar
block at NITTTR, Taramani, Chennai.
I / we undertake and confirm that eligible work(s) has/ have not been got executed
through another contractor on back-to-back basis. Further that, if such a violation comes to the
notice of Department, then I/we shall be debarred for tendering in CPWD in future forever. Also,
if such a violation comes to the notice of Department before date of start of work, the Engineer
in charge shall be free to forfeit the entire amount of Earnest Money Deposit/ Performance
Guarantee. NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-.
Signature of Bidder(s) or an authorized Officer of the firm with stamp Signature of Notary with
seal (Scanned copy to be uploaded at the time of submission of Bid)
*******************
8
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
ANNEXURE III
DETAILS OF CONTRACTOR
NAME OF WORK: Renovation of micro teaching lab at Admin block and providing
alcopanelling to circular columns in Vivekananda block and Mahakavi Bharathiyar block
at NITTTR, Taramani, Chennai.
-------------------------------------------
-------------------------------------------
Contact Telephone no. : ------------------------------------------
E-mail ID : --------------------------------------------
Yours faithfully
9
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Receipt of deposition of Original EMD
1. NAME OF WORK: Renovation of micro teaching lab at Admin block and providing
alcopanelling to circular columns in Vivekananda block and Mahakavi Bharathiyar
block at NITTTR, Taramani, Chennai.
-------------------------------------------------------------------------------------------------------
1. Name of Contractor………………………………………………………………… #
2. Form of EMD
……………………………………………………………………...………………………………
…………………………………………………………………… #
10
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
C.P.W.D. - 6 FOR e – TENDERING.
Percentage Rate tenders are invited on behalf of President of India from approved and Eligible
contractors of the Central PWD for the work Renovation of micro teaching lab at Admin
block and providing alcopanelling to circular columns in Vivekananda block and
Mahakavi Bharathiyar block at NITTTR, Taramani, Chennai.
1. The enlistment of the contractors should be valid on the last date of submission of tenders. In case
the last date of submission of tender is extended, the enlistment of Contractor should be valid on the
original date of submission of tenders.
1.1. The work is estimated to cost of Rs.7,36,597/-This estimate cost, however, is given merely as a
rough guide.
2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 7 (or other
Standard Form as mentioned) which is available as a Government of India Publication. Tenderer shall
quote his rates as per various terms and conditions of the said form which will form part of
agreement.
3. The time allowed for carrying out the work will be 01 (One) Month from the date of start as defined
in Schedule “ F” or from the first date of handing over the site, whichever is later, in accordance with
the phasing, if any, indicated in the tender documents.
5. The tender document consisting of plans, specifications, the schedule of quantities of various types
of items to be executed and the set of terms and conditions of the contractor to be complied with
and other necessary documents except Standard General Conditions of Contractor Form can be
seen from website www.etender.cpwd.gov.in or www.cpwd.gov.inor from www.eprocure.gov.in
free of cost.
6. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker‟s cheque
or Deposit at Call receipt or fixed deposit receipt (drawn in favour of Executive Engineer,
Chennai 2 Division, CPWD, Chennai) or Bank Guarantee of any Scheduled Bank shall be
scanned and uploaded to the e- tendering website within the period of bid submission.
The original EMD should be deposited either in the office of Executive Engineer inviting bids
or division office of any Executive Engineer, CPWD within the period of bid submission. The
EMD receiving Executive Engineer (including NIT issuing EE/AE ) shall issue a receipt of
deposition of earnest money deposit to the bidder in a prescribed format (enclosed) uploaded
by tender inviting EE in the NIT. This receipt shall also be uploaded to the e-tendering
website by the intending bidder upto the specified bid submission date and time.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum
50% of earnest money or Rs. 20 lakh, whichever is less, shall have to be deposited in shape
prescribed above, and balance may be deposited in shape of Bank Guarantee of any Scheduled
Bank having validity for 6 months or more from the last date of receipt of bids which is to be scanned
and uploaded by the intending bidders.
Copy of Enlistment Order and certificate of work experience and other documents as specified in the
press notice shall be scanned and uploaded to the e – tendering website within the period of tender
submission. However, certified copy of all the scanned and uploaded documents as specified in
press notice shall have to be submitted by the lowest bidder only within a week physical in the office
of tender opening authority.
Online tender to be submitted up to the time mentioned in tender notice to the office of the
Executive Engineer, C2D, CPWD, Chennai -06
11
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Treasury Challan or Demand Draft or Pay Order or Banker‟s Cheque or Deposit at Call Receipt or
FDR or Bank Guarantee against EMD.
Online tender documents submitted by intending bidders shall be opened only of those bidders,
whose EMD deposited with any Division office of CPWD and other documents scanned and
uploaded are found in order.
The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to
deposit tender processing fee at existing rates, or they have option to switch over to the new
registration system without tender processing fee any time.
The bid submitted shall be opened at the time mentioned in tender notice.
7. The bid submitted shall become invalid if:
(i) The bidder is found ineligible.
(ii) The bidders do not deposit Original EMD with division office of any Executive Engineer, CPWD
including the Executive Engineer inviting tender.
(iii) The bidder do not upload all the documents (including GST Registration and return and Affidavit
as per Form J ) as stipulated in the bid document including the copy of receiptFor deposition of
original EMD.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of Submission of
bid and hard copies as submitted physically by the lowest tenderer in the office of tender opening
authority.
(v)If a tenderer does not quote any percentage above / below / At par on the total amount of
the tender or any section / sub-head in percentage rate tender, the tender shall be treated
as invalid and will not be considered as lowest tenderer.
8. The contractor whose bid is accepted will be required to furnish guarantee of 5% (Five Percent) of
the bid amount within the period specified in Schedule F. This guarantee shall be in the form of cash
(in case guarantee amount is less than Rs. 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 of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or
Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the
State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the
said performance guarantee within the period as indicated in Schedule „F‟, including the extended
period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without
any notice to the contractor. The Earnest Money deposited along with tender shall be returned after
receiving the aforesaid performance guarantee.
The contractor whose bid is accepted will also be required to furnish either copy of applicable
licenses/registrations or proof of applying for obtaining labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board including Provident Fund code No. if applicable and
also ensure the compliance of aforesaid provisions by the sub-contractors, if any engaged by
the contractor for the said work and Programme Chart (Time and Progress) within the period
specified in Schedule F. ( Vide O.M. No. DG/SE/CM/CON/285 dated 04.06.2015).
9. Intending Tenders 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 to access the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their tender. A tenderer shall
be deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer
implies that he has read this notice and all contract documents and has made himself aware of the
scope and specifications of the work to be done and of conditions and rate 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.
10. 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
12
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
any condition including that of conditional rebate is put forth by the tenderer shall be summarily
rejected.
11. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the
tenders submitted by the contractors who resort to canvassing will be liable to rejection.
12. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the tender and the tenderer shall be bound to perform the same at the rate
quoted.
13. The contractor shall not be permitted to tender for works in the CPWD, Circle (Division in case of
Contractors of Horticulture/ Nursery category) responsible for award and execution of contracts,
which his near relative is posted as Divisional Accountant or as an officer in any capacity between
the grades of Superintending Engineer and Junior Engineer ( both inclusive). He shall also intimate
the names of persons who are working with him in any capacity or are subsequently employed by
him and who are near relatives to any gazette officers in the Central Public Works Department or in
the ministry of urban Development. Any breach of this condition by the contractor would render him
liable to be removed from the approved list of contractor‟s of this Department.
14. No Engineer of gazette rank or other gazetted officers employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor
for the period of one year after his retirement from Government service, without prior
permission of the Government of India in writing. This contract is liable to be cancelled if either the
contractor or any of his employees is found any time to be such a person who had not obtained the
permission of the Government of India as aforesaid before submission of the tender or engagement
in the contractor‟s service.
15. The tender for the works shall remain open for acceptance for the period of 30 days from the date of
opening of tenders. If any tenderer withdraws his tender before the said period or issue of letter of
acceptance, whichever is earlier, or makes any modification 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. . (Vide OM
No.DG/CON/293 Dated 01.07.2016).
16. This notice tender shall from the part of the contract document. The successful tenderer/ Contractor,
on acceptance of his tender by the Acceptance 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 document including additional condition, specification and
drawing, if any, forming part of the tender as uploaded at the time of invitation of tender and the rate
quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
(b) Standard C.P.W.D. Form 7 (General Conditions of Contract 2023- Construction works) with
amendments up to OM No: DG/CON/Construction 2023/11 dated: 03.06.2024, or as amended/
modified up to last date of submission of Tender.
17. For Composite Tenders
17.1 The Executive Engineer in charge of the major component will call tender for the Composite work.
The cost of the document and Earnest Money will be fixed with respect to the combined estimated
cost put to tender for the composite tender
17.2 The tender document will include following three components:-
Part A:- CPWD -6, CPWD- 7 including schedule A to F for the major components of the work,
Standard General Conditions of Contract 2023- Construction worksor latest edition as applicable
with all amendment/ modification.
Part B:- General / Specific Condition, specification and schedule of qualities applicable to Major
component of the work.
Part C:- Schedules A to F for the major components of the work (SE/EE in charge of major
Components shall also be competent authority under clause 2 and clause 5 as mentioned in
13
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Schedule A to F for major components) General/ Specific condition, Specification and Schedule of
quantities applicable to minor component(s) of the work.
17.3 The tenderer must associate with himself, agencies of the appropriate class eligible to tender for
each of the minor components individually.
The eligible tenderers shall quote rates for all item of major component as well as all item of minor
components of work.
17.4 After acceptances of the tender by competent authority, the EE in charge of major Components of
the work shall issue letter of award on behalf of the President of India. After the work is awarded, the
main contractor will have to enter into one agreement with EE in charge of major components and
has also to sign two or more copies of agreement depending upon number of EE‟s/DDH in charge of
minor components. One such signed set of agreement shall be handed over to EE/DDH in charge of
minor components. EE of major components will operate part A and part B of the agreement.
EE/DDH in charge of minor component(s) shall operate Part C along with Part A of the agreement.
17.5 Entire work under scope of composite tender including major and all minor components shall be
executed under one agreement.
17.6 Security Deposit will be worked out separately for each component corresponding to the estimate
cost of the respective component of works.
17.7 The main contractor has to associate agency(s) for minor component(s) conforming to eligibility
criteria as defined in the tender document and has to submit detail of such agency(s) to Engineer-in-
charge of minor component(s) within prescribed time. Name of the agency(s) to be associated shall
be approved by Engineer-in-charge of minor component(s).
17.8 In case the main contractor intends to change any of the above agency/agencies during the
operation of the contract, he shall obtain prior approval of Engineer- in-charge of minor components.
The new agency / agencies shall also have to satisfy the laid down eligibility criteria. In case
Engineer- in- charge is not satisfied with the performance of any agency, he can direct the contractor
to change the agency executing such items of work and this shall be binding on the contractor.
17.9. The main contractor has to enter into agreement with the contractor(s) associated by him for
execution of minor components(s) Copy of such agreement shall be submitted to EE/DDH in charge
of each minor component as well as to EE in charge of major component. In case of change of
associate contractor, the main contractor has to enter into agreement with the new contractor
associated by him.
17.10 Running payment for the major component shall be made by EE or major discipline to the main
contractor. Running payment for minor components shall be made by the Engineer-in-charge of the
discipline of minor component directly the main contractor.
17.11 Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s) in
charge of minor component(s) will prepare and pass the final bill for their component of work and
pass on the same to the EE of major component for including the final bill for composite contract.
14
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
CPWD- 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE : TAMILNADU
BRANCH : B & R DIVISION:C2D, Chennai
Percentage Rate Tender & Contract for Works
Tender for the work: Renovation of micro teaching lab at Admin block and providing
alcopanelling to circular columns in Vivekananda block and Mahakavi Bharathiyar
block at NITTTR, Taramani, Chennai.
e-TENDER
I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F, Specifications applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special
conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all
other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time specified in
Schedule „F‟, viz., schedule of quantities and in accordance in all respects with the specifications, designs,
drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of
the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with,
such conditions so far as applicable.
We agree to keep the tender open for (30) Thirty days from the due date its opening in case of single bid
system and not to make any modifications in its terms and conditions.
A sum of Rs.14,732/- is hereby forwarded in cash/ receipt treasury Challan/ deposit at call receipt of a
scheduled bank / fixed deposit receipt of a scheduled bank / demand draft of a Scheduled bank / bank
guarantee issued by a scheduled bank as earnest money. If I / We, fail to furnish the prescribed performance
guarantee within prescribed period, I / We agree that the said President of India or his successors in office
shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely.
Further, If I / We fail to commence work as specified, I / We agree that President of India or the successors in
office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said
performance guarantee absolutely. The said performance guarantee shall be a guarantee to execute all the
works referred to in the tender documents upon the terms and conditions contained or referred to those in
excess of that limit at the rate to be determined in accordance with the provision contained in Clause 12.2 and
12.3 of the tender form. Further, I / we agree that in case of forfeiture of Earnest Money or Performance
Guarantee as aforesaid, I / we shall be debarred for participation in the re-tendering process of the work.
I/We hereby declare that I/we shall treat the tender documents, drawings and other records connected
with the work as secret / confidential documents and shall not communicate information / derived there from to
any person other than a person to whom I/we am/are authorized to communicate the same or use the
information in any manner prejudicial to the safety of the State.
Dated…………………….. Signature of contractor
Postal Address
Witness :
Address:
Occupation:
15
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for
and on behalf of the President of India for a sum of Rs. ____________________
(Rupees________________________________________________________________________)
The letters referred to below shall form part of this contract Agreement:-
i)
ii)
ii)
For & on behalf of the President of India.
Signatures………………………………
Dated……………………… Designation………………………………
PROFORMA OF SCHEDULES
SCHEDULE „A‟
Schedule of quantities (Enclosed) : As per separate schedule attached
SCHEDULE „B‟
Schedule of materials to be issued to the contractor.
Sl. Description of item Quantity Rate in figures & Place of issue
No. words at which the
material will be
charged to the
contractor
1 2 3 4 5
----------NIL -------
______________________________________________________________________________
SCHEDULE „C‟
Tools and plants to be hired to the contractor.
1 2 3 4
________________________________________________________________________
__________NIL__________
________________________________________________________________________________
SCHEDULE „D‟
Extra schedule for specific requirements / documents for the work, if any - NIL
SCHEDULE „E‟
Schedule of component of Cement, Steel, other Materials, Labour etc. for price escalation.
Reference to General Conditions of contract. General Conditions of Contract 2023- Construction works vide
No:OM No: DG/CON/Construction 2023/11 dated: 03.06.2024
16
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Name of work: Renovation of micro teaching lab at Admin block and providing
alcopanelling to circular columns in Vivekananda block and Mahakavi Bharathiyar block at
NITTTR, Taramani, Chennai.
SCHEDULE „F‟
General Rules & Directions: General Conditions of Contract 2023- Construction works
vide No : OM No: DG/CON/Construction 2023/11 dated: 03.06.2024
Definitions:
2 (v) Engineer- in- Charge for Civil : EE/ C2D / CPWD / CHENNAI-06.
2 (xi) Standard Schedule of Rates for Civil DSR-2023 with correction slips issued up to date
Clause 2
Authority for fixing compensation under clause 2. CE-Chennai, CPWD
Clause 2A
Whether clause 2 A shall be applicable NO
17
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Clause 3 (vii) now introduced:
If the contractor had secured the contract with Government as a result of wrong tendering or other non-
bonafide methods of competitive tendering or commits breach of integrity agreement
Clause 5
Authority to decide
i) Extension of time ……….. EE/ C2D /CPWD/Chennai(or) CE-Chennai, CPWD
Clause 6, 6A
Clause applicable - 6A / EMB. (Electronic Measurement Book in ERP)
Clause 7
Gross work to be done together with net payment /
adjustment of advances for material collected , if 7.37 Lakhs
any since the last such payment for being eligible
to interim payment.
Clause 7A
Whether Clause 7A shall be applicable: Yes, Applicable.
No Running Account Bill shall be paid for the work till the applicable labour licenses, registration with EPFO,
ESIC and BOCW Welfare Board, whatever applicable are submitted by the contractor to the Engineer-in-
charge.
Clause 10A
List of testing equipment to be provided by the :
Contractor As applicable
18
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Clause 10B (ii)
Whether Clause 10B (ii) shall be applicable: Not Applicable.
Clause 10C
Component of labour expressed as percent of Value of work. : Not Applicable
Materials Covered Nearest Material for which Base Price and period of Materials
under Clause 10CA All India Wholesale Price covered under Clause 10 CA
Index is to be followed Per MT
Base price of all the materials covered under clause 10CA is to be mentioned at the time of approved of
NIT.
Clause 10 CC
Clause 10 CC to be applicable in contracts with stipulated period
of completion exceeding the period show in next column Not Applicable
Clause 11
Clause 12
Type of work: Construction Work
Deviation in Completion Cost : The completion cost shall, in no case exceed, 1.5
times the contract amount ( as per DG/CON/
Construction 2023/03 dated. 06.12.2023)
12.2 & 12.3 - Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for
Works for all items 100%.
12.5 (i) Deviation Limit beyond which clauses 12.2
& 12.3 shall apply for Building work(except earth work) : 100%.
(ii) Deviation Limit for items in earth work Subhead of DSR or related items: 100%.
NOTE: As per DG/CON/312 no substitute item is allowed.
19
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Clause 16
Competent Authority for deciding reduced rates. CE -Chennai, CPWD, Chennai
Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site: As per NIT conditions
Clause 25
Constitution of Dispute Redressal Committee:
For all claims in dispute:
Clause 36 i)
Minimum Qualifications & experience required for Principal Technical Representative.
Sl. Designation Minimum qualification Discipline Numbers Rate of recovery
No. and experience required Number per month per
required person in case of
non compliance.
One diploma holder or graduate engineer
Rs 25000/-
Clause 42
i) (a) Schedule / statement for determining theoretical quantity of cement & bitumen on the basis of
Delhi Schedule of Rates 2023 printed by C.P.W.D with upto date correction slips
b) Bitumen All works. 2.5% plus only & Nil on minus side
2 Steel Reinforcement NA NA
20
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
FORM OF PERFORMANCE SECURITY (GUARANTEE)
BANK GUARANTEE BOND
2. We ………………………(Indicate the name of the Bank) do hereby under take to pay the
amounts due and payable under this Guarantee without any demure, merely on a demand from the
Government stating that the amount claimed as required to meet the recoveries due or likely to be
due from the sais contractor(s). Any such demand made on the Bank shall be conclusive as regard
the amount due and payable by the bank under this Guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs.
…………..(Rupees…………………………….only)
3. We, the said bank further undertake to pay the Government any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding
pending before any court or Tribunal relating thereto, our liability under this present being absolute
and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the contractor(s) shall have no claim against us for making such payment.
21
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
5. We ………………………………… ( indicate the name of the bank)further agree with the
Government that the Government shall have the fullest liberty without our consent and without
effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said contractor(s) from time to time or to
postpone for any time or from time to time any of the powers exercisable by the Government against
the said contractor(s) and to forebear or enforce any of the terms and conditions relating to the said
agreement and we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said contractor(s) or for any forbearance, act of omission on the part
of the Government or any indulgence by the Government to the said contractor(s) or by any such
matter or thing whatsoever which under the law relating to sureties would, but for this provision,
have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s).
7. We. ……………………………… ( indicate the name of the bank) lastly undertake not to
revoke this Guarantee except with the previous consent of the Government in writing.
22
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
FORM OF EARNEST MONEY (BANK GUARANTEE)
SEALED with the Common Seal of the said Bank this .................day of ................. 20……...
THE CONDITIONS of this obligation are:
(1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender
(including extended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-
Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required;
OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions
of tender document and Instructions to contractor,
We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof upon
receipt of his first written demand, without the Engineer-in-Charge having to substantiates his demand,
provided that in his demand the Engineer-in-Charge will note that the amount claimed by his is due to
him owing to the occurrence of one or any of the above conditions, specifying the occurred condition or
conditions.
This Guarantee will remain in force up to and including the date* ............. after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be
extended by the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this Guarantee should reach the Bank not later than the above date.
WITNESS ..................SEAL
23
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
GUARANTEE BOND TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF
DEFECTS
AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS
AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said
structures will remain water and leak-proof for Five years from the date of giving of
water proofing treatment.
NOW THE GUARANTOR hereby guarantees that water proofing treatment given by
him will render the structures completely leak-proof and the minimum life of such water
proofing treatment shall be five years to be reckoned from the date after the
maintenance period prescribed in the contract.
Provided that the guarantor will not be responsible for leakage caused by earthquake or
structural defects or misuse of roof or alteration and for such purpose:
(a) Misuse of roof shall mean any operation which will damage proofing treatment,
like chopping of firewood and things of the same nature which might cause
damage to the roof;
(b) Alteration shall mean construction of an additional storey or a part of the roof or
construction adjoining to existing roof whereby proofing treatment is removed in
parts;
(c) The decision of the Engineer-in-charge with regard to cause of leakage shall be
final.
During this period of guarantee the guarantor shall make good all defects and in case of
any defect being found, render the building water proof to the satisfaction of the
Engineer-in-charge at his cost, and shall commence the work for such rectification
within seven days from the date of issue of the notice from the Engineer-in-charge
calling upon him to rectify the defects, failing which the work shall be got done by the
Department by some other contractor at the GUARANTOR „S cost and risk. The
decision of the Engineer-in-charge as to the cost, payable by the guarantor shall be
final and binding.
That if Guarantor fails to execute the water proofing or commits breach thereunder then
the Guarantor will indemnify the Principal and his successors against all loss, damage,
cost, expense or otherwise which may be incurred by him by reason of any default on
the part of the GUARANTOR in performance and observance of this supplementary
agreement. As to the amount of loss and / or damage and / or cost incurred by the
Government, the decision of the Engineer-in-charge will be final and binding on the
parties.
24
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
IN WITNESS WHEREOF these present have been executed by the
Obligor……………………...and by …………………………and for and on behalf of the
PRESIDENT OF INDIA on the day, month and year first above written.
2.
SIGNED for and on behalf of THE PRESIDENT OF INDIA by………………………..…..in
the presence of-
1.
25
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
SPECIAL CONDITIONS
1. Before tendering, the contractor shall inspect the site of work and shall fully
acquaint himself about the conditions prevailing at site, availability of materials,
availability of land and suitable location for construction of godowns, stores and camp,
transport facilities, the extent of lead and lifts involved in the work (over the entire
duration of contract) including local conditions, as required for satisfactory execution of
the work and nothing extra whatsoever shall be paid on this account.
2. The contractor shall at his own expense and risk arrange land for accommodation
of labour, setting up of office, the storage of materials, erection of temporary
workshops, and construction of approach roads to the site of the work including land
required for carrying out of all jobs connected with the completion of the work.
However, the departmental land, to the extent available may be allowed to be used for
the purpose free of rent without accepting any responsibility for the delay, if any, on this
account. The contractor shall have to abide by the regulations of the authorities
concerned and the directions of the Engineer-in-charge for the use of the land available
at the site of work. If during construction it becomes necessary to remove or shift the
stored materials shed workshop, access roads, etc. to facilitate execution of any other
work by any other agency, the contractor shall do as directed by the Engineer-in-
charge and no claim whatsoever, shall be entertained on this account.
3. It shall be deemed that the contractor shall satisfied himself as to the nature and
location of the work, transport facilities, availability of land for setting up of camp etc.
The department will bear no responsibility for lack of such knowledge and the
consequences thereof.
4. The contractor shall have to make approaches to the site, if so required and keep
them in good condition for transportation of labour and materials as well as inspection
of works by the Engineer-in-charge. Nothing extra shall be paid on this account.
5. The contractor shall be responsible for the true and proper setting out of the work
in coordination with the Engineer-in-charge or his authorized representatives and for
the correctness of the positions, levels, dimensions and alignments of all parts of the
structure and for the provisions of all necessary instruments appliances and labour in
connection therewith. If at any time, during the progress of work, any error appears or
arises in the position, levels, dimensions or alignment of any part of the work, the
contractor on being asked to do so by the Engineer-in-charge, shall rectify such error to
the entire satisfaction of Engineer-in-charge. The checking by the Engineer-in-charge
or his authorized representative shall not relieve the contractor of his responsibility for
the correctness of any setting out of any line or level. The contractor shall carefully
protect and preserve all bench marks pegs and pillars provided for the setting out of
works.
6. All setting out activities concerning establishment of benchmarks, theodolite
stations centre line pillars etc. including all materials, tools, plants, equipments,
theodolite and all other instruments, labour etc. required for performing all the functions
necessary and ancillary thereto at the commencement of the work, during the progress
of the work and till the completion of the work shall be carried out by the contractor and
nothing extra shall be paid on this account.
7. The contractor shall at his own cost submit samples of all materials sufficiently in
advance and obtain approval of the Engineer-in-charge. Subsequently, the materials to
be used in the actual execution of the work shall strictly conform to the quality of
samples approved by the Engineer-in-charge and nothing extra shall be paid on this
account. The acceptance of any sample or material on inspection shall not be a bar to
its subsequent rejection, if found defective.
8. The contractor shall at his cost, make all arrangements and shall provide
necessary facilities as the Engineer-in-charge may require for collecting, preparing,
packing forwarding and transportation of the required number of samples for tests & for
26
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
analysis at such time and to such places as directed by the Engineer-in-charge, and
bear all charges and cost of testing unless specifically provided for otherwise
elsewhere in the contract or specifications.
10. Materials used on work without prior inspection and testing (where testing is
necessary) and without approval of Engineer-in-charge are liable to be considered
unauthorized, defective and not acceptable. The Engineer-in-charge shall have full
powers to require removal of any or all of the materials brought to site by contractor
which are not in accordance with the contract, specifications or do not conform in
character or quality to the samples approved by the Engineer-in-charge. In case of
default on the part of the contractor in removing rejected materials, the Engineer-in-
charge shall be at liberty to have them removed at the risk and cost of the contractor.
11. The contractor shall make his own arrangement for the water required for
execution of work and get the water tested at his own cost with regard to its suitability
for use in the works and get written approval from the Engineer-in-charge before he
proceeds with the use of same for execution of work. Nothing extra shall be paid to the
contractor on this account.
12. The work shall be carried out in such a manner so as not to interfere/or effect or
disturb other works being executed by other agencies, if any.
13. Any damages done by the contractor to any existing work or work being
executed by other agencies shall be made good by him at his own cost.
14. The work shall be carried out in the manner complying in ail respects with the
requirement of relevant rules and regulations of the local bodies under the jurisdiction
of which the work is to be executed and nothing extra shall be paid on this account.
15. For completing the work in time, the contractor might be required to work in two or
more shifts and no claims whatsoever shall be entertained on this account,
notwithstanding the Fact that the contractor will have to pay to the labourers and other
staff engaged directly or indirectly on the work according to the provisions of the labour
regulations and the agreement entered upon and/or extra amount for any other
reasons.
16. There is no electric power supply at the site of work. The contractor will have to
make his own arrangement for obtaining electric connection from the state electricity
board and make necessary payments directly to the department concerned and/or
install generators at the site of work, if required and nothing extra whatsoever will be
payable on this account.
17. The drawings for the work attached in the document relating to this contract and
all other drawings that will be issued by the Engineer-in-charge during the execution of
work shall at all times be properly correlated before executing any work and no claim
whatsoever shall be entertained on this account.
18. The contractor shall maintain in good condition all work executed till the
completion of the entire work entrusted to the contractor under this contract and
nothing extra shall be paid on this account.
27
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
19. No payment will be made to the contractor for damage caused by rain, floods and
other natural calamities whatsoever during the execution of the works and any damage
to the work on this account shall have to be made good by the contractor at his own
cost and nothing whatsoever ' shall be paid on this account.
20. The rates for all items of work, unless clearly specified otherwise, shall include the
cost of all labour materials, de-watering and other inputs involved in the execution of
the items.
22. No claim whatsoever for idle labour, additional establishments, costs of hire and
labour charges for tools and plants etc. would be entertained under any circumstances.
23. For the safety of all labour directly or indirectly employed in the work for the
performance of the contractor's part of this agreement, the contractors shall, in addition
to the provisions of CPWD safety code and directions of the Engineer-in-charge make
all arrangements to provide facility as per the provisions of Indian Standard
Specifications (Codes) listed below and nothing extra shall be paid on this account.
24. The contractor shall take all precautions to avoid all accidents by exhibiting
necessary caution boards and by providing red flags, red lights and barriers. The
contractor shall be responsible for any accident at the site of work and consequences
thereof.
25. Royalty at the prevalent rates and all other incidental expenditure shall have to be
paid by the contractor, on all the boulders, metal single, earth, aggregates, sand, bajri,
Brick bats etc. collected by him for the execution of the work direct to the concerned
Revenue Authority of the State or Central Government and the amount paid shall not
be reimbursed in any form whatsoever.
27. All Stone aggregates, sand, stone dust, etc shall be obtained only from the quarry
or other source approved by the Engineer in charge before they are actually procured
and used in the work. The rate for the items mentioned in the schedule of quantities
includes all charges and nothing-extra payable on any account.
28
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
28. The additional specifications given below are not substitute to CPWD
specifications or I S specifications. These shall be read along with CPWD specifications
or I S specifications.
28.1 The work shall be carried out using metric dimensions only and shall be
measured and paid in metric dimensions. F P S units, if any, mentioned in drawings etc
are for guidance only.
28.2 Wherever any reference to any Indian Standard Specification occurs in the
documents relating to this contract the same shall be inclusive of all amendments
issued there to or revision thereof if any, up to the date of receipt of tenders.
28.3 Unless otherwise specified in the schedule of quantities the rate for the items of
the work shall be considered, as inclusive of pumping out or bailing out water, if
required, for which no extra payments will be made. This will include water encountered
from any source, such as rains, floods, sub-soil water table being high or due to any
other cause whatsoever.
28.4 The tenderer shall study the item description, the relevant drawings and satisfy
himself the item of work to be carried.
28.5 The contractor shall produce the copy of the current validity of the BIS certification
of the agency from whom materials was procured by the contractor. BIS marked
materials shall also be got tested. The materials and the quantity for which tests to be
conducted shall be decided by the Engineer-in-charge.
28.6 The rate shall be for all heights and locations and shall include all material, labour
etc unless specified in the item description.
All cost of mix designing and testing connected there with including
chargespayable to the laboratory shall be borne by the contractor.
1. The Mixing of Concrete shall be done in the mechanical mixer. The Minimum
Cement
Content for the Design mixed cement concrete/ RMC for reinforced cement concrete
shall be as per clause 5.8 & 5.9 of CPWD Specifications 2019 vol I with up to date
correction slips. For all RCC works cover blocks of required sizes shall be used
as per 5.3.3.2 of CPWD Specifications 2019.
2. All RCC works with design mix concrete / RMC shall, in general, conform to CPWD
Specifications 2019 vol I& II with up to date correction slips.
29
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
30. FLYASH BRICK WORK:
The size of flyash bricks shall confirm to size of FPS bricks mentioned in the CPWD
specification volume I in general and section 3.2.3 of IS 2185 (Part I) : 2005. . The
crushing strength shall not be less than 10 N / sq.mm (100 kg per sqcm). The
densities of the bricks conform to IS 2185 (Part I): 2005, section 4.2. The samples of
flyash bricks shall be got approved by Engineer-in-Charge.
31. The rate for providing and fixing water supply and sanitary fittings, the
rate is inclusive of cost of removing the existing damaged ones, unless otherwise
specified separately.
32. For the item of providing and laying granite / vitrified tile flooring, the rate
quoted shall be inclusive of protective coat of plaster of Paris of required thickness, if
necessary.
33. The rate quoted for tile flooring is inclusive of any hacking of base slab for
better bonding of cement mortar as directed by the Engineer-in-Charge.
34. The rate for dismantling includes bringing down the material to the ground level
irrespective of the lead and lift mentioned in the item.
35. M.Sand confirming to coarse sand / fine sand as that of CPWD specifications
2019 Vol-I/II with up to date correction slips shall be allowed except for plastering in the
work of in place of river sand The bidders shall quote their rate accordingly.
36. The quoted rates are inclusive of prevailing GST and nothing extra shall be
paid.
37. All expenditure to be incurred for testing of samples e.g. Packaging, sealing,
transportation, loading, unloading etc. including testing charges for any of the
items / materials as required as per CPWD specifications, shall borne by the
Contractor.
30
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
ADDITIONAL CONDITIONS
1. The contractor shall make his own arrangements for obtaining electric connections if
required and make necessary payments directly to the department concerned.
2. Other agencies doing works related with this project will also simultaneously execute
the works and the contractor shall afford necessary facilities for the same. The contractor
shall leave such necessary holes, openings etc. for laying/burying in the work of pipes, cables,
conduits, clamps, boxes and hooks for fan clamps etc. as may be required for other agencies.
Conduits for electrical wiring/cables will be laid in a way that they leave enough space for
concreting and do not adversely affect the structural members. Nothing extra over the
agreement rates shall be paid for the same.
3. Some restrictions may be imposed by the security staff etc., on the working and for
movement of labour, materials etc. The contractor shall be bound to follow all such
restrictions/instructions and nothing extra shall be payable on this account.
4. The building work will be carried out in the manner complying in all respects with the
requirements of relevant byelaws of the local body under the jurisdiction of which the work is
to be executed or as directed by the Engineer-in-Charge and nothing extra will be paid on this
account.
5. The work of water supply, internal sanitary installations and drainage work etc. shall be
carried out as per local Municipal Corporation or such local body-bye-laws and the contractor
shall produce necessary completion certificate from such authorities after completion of the
work.
6. Water tanks, taps sanitary, water supply and drainage pipes, fittings and accessories
should conform to byelaws and specifications of the 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.
7. The contractor shall comply with proper and legal orders and directions of the local or
public authority or municipality and abide by their rules and regulations and pay all fees and
charge, which he may be liable.
8. The contractor shall give a performance test of the entire installation(s) as per standing
specifications before the work is finally accepted and nothing extra whatsoever shall be
payable to the contractor for the test.
31
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
9. Any cement slurry added over base surface (or) for continuation of concreting for
better bond is deemed to have been in built in the items and nothing extra should be payable
(or) extra cement considered in consumption on this account.
10. The structural and Architectural drawings shall at all times be properly correlated
before executing any work. However, in case of any discrepancy in the item given in the
schedule of quantities appended with the tender and Architectural drawings relating to the
relevant item, the former shall prevail unless and otherwise given in writing by the Engineer-in-
charge.
11. The Contractor shall furnish his proposed methodology and programme of construction
in comprehensive manner of executing and completing the work within the stipulated period
and also for achieving the milestones simultaneously with in the specified periods in schedule
“F” within 7 days of acceptance of tender. The programme shall consist of the various
components for each part of the work stipulated to be completed as per the tender schedule
and a bar chart may be appended in this connection, failing which an amount of Rs 10,000 will
be deducted / levied and the decision of Engineer in charge in this regard is final .
12. The contractor shall take instructions from the Engineer-in-Charge for stacking of
materials in any place. No excavated earth or building material shall be stacked on areas
where other buildings, roads, services compound walls are to be constructed.
13. If as per Municipal / Local body rules the huts for labour are not be erected at the site
of work by the contractors, the contractors are required to provide such accommodation as is
acceptable to local bodies and nothing extra shall be paid on this account.
14. Royalty at the prevalent rates shall have to be paid by the contractor on all the
boulders, metals, shingle sand and bajri etc., collected by him for the execution of the work
direct to the Revenue authority or authorized agent of the State Government concerned or
Central Government.
15. Wherever Hindi version also exists, and if there be variations between Hindi and
English version in any part of the tender documents, the English version alone shall prevail.
16. The Rate for RCC works include cost of concreting in sloped & curved roof, chajjas &
beams and no extra rate shall be payable on any account.
17. The Rate for Centering & shuttering under concrete items include cost of centering and
shuttering in curves & arches up to 20 degrees.
18. The Contractor should construct proper mortar bands of lean mix with adequate depth
& smaller size over the curved roof for flooding with water & proper curing. In case of Arches,
wet gunny bags shall be used for a period of two weeks.
32
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
19. Architectural Drawings are available with the Executive Engineer, Chennai 2 Division ,
CPWD, Chennai-06. Tendered are advised to look in to the drawing before tendering and
acknowledgement of having seen the drawings available with the Executive Engineer,
Chennai 2 Division , CPWD, Chennai-06.
20. Samples of all materials, fixtures, fittings like flooring tiles, wall tiles, doors, windows,
sanitary fittings, roofing sheets etc. shall be got approved in advance before placing order for
them. Similarly samples of all works like fixing roofing sheets, flooring, plastering, painting
etc. shall be prepared in advance and got approved from the Engineer-in-Charge before
taking up the work.
21. The rate for the different flooring items under Flooring sub head, includes the cost of
extra cement mortar required to be laid for making the finished floor level at par with the Kota
stone flooring at all floors and at all levels, and nothing extra shall be payable on any account.
22. The contractor shall produce all the materials in advance so that there is sufficient time
for testing and approving the material and clearance of the same before use in work.
23. All the ISI marked products are acceptable as per CPWD specifications at all times
subject to the necessary Technical evaluation and necessity Vis-à-vis work.
33
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
ADDITIONAL SPECIFICATIONS
A. GENERAL
1. The work shall be carried out using metric dimensions only and shall be measured and
paid in metric dimensions. F P S units, if any, mentioned in drawings etc are for guidance
only.
2. Wherever any reference to any Indian Standard Specification occurs in the documents
relating to this contract the same shall be inclusive of all amendments issued there to or
revision thereof if any, up to the date of receipt of tenders.
3. Unless otherwise specified in the schedule of quantities the rates for the various items
are for all heights and locations.
4. Unless otherwise specified in the schedule of quantities the rate for the items of the
work shall be considered, as inclusive of pumping out or bailing out water, if required, for
which no extra payments will be made. This will include water encountered from any source,
such as rains, floods, sub-soil water table being high or due to any other cause whatsoever.
5. The tenderer shall study the item description, the relevant drawings and satisfy himself
the item of work to be carried.
6. The contractor shall produce the copy of the current validity of the BIS certification of
the agency from whom materials was procured by the contractor. BIS marked materials shall
also be got tested. The materials and the quantity for which tests to be conducted shall be
decided by the Engineer-in-charge.
C. RCC WORK:
1. The Mixing of Concrete shall be done in the mechanical mixer. Besides the mixer
should also have arrangement for weighing water so that, water cement ratio can be
controlled more effectively.
2. For all RCC works only factory made round type cover blocks shall be used instead of
pre cast cover blocks as per 5.3.2.2 of CPWD Specification 2019. The CPWD specification
stands modified to the extent.
E. EARTH FILLING:
In respect of Item for filling in foundations, plinth and the area wherever required with
available earth and earth carted from outside, the rate is inclusive for all lifts and leads of
filling and nothing extra shall be payable.
34
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
CONDITION FOR CEMENT & STEEL TO BE BROUGHT BY THE CONTRACTOR
1. Cement
1.1. The contractor shall procure 43 grade (conforming to IS: 8112) ordinary Portland
cement/ PPC as required in the work, from reputed manufacturers of cement having a
production capacity of one million tonnes per annum or more, such as ACC, Ultra Tech,
J.P.Rewa, Vikram, Shree Cement, Birla Jute,Dalmia and Cement Corporation of India,
etc., as approved by the Ministry of Industry, Government of India, and holding license
to use ISI certification mark for their product whose name shall be got approved from the
Engineer-in-Charge. Supply of cement shall be taken in 50 kg bags bearing
manufacturer‟s name and ISI marking. Samples of cement arranged by the contractor
shall be got tested in accordance with provisions of relevant BIS codes. In case, test
results indicate that the cement arranged by the contractor do not conform to the
relevant BIS codes, the same shall stand rejected and shall be removed from the site by
the contractor at his own cost within a week‟s time of written order from the Engineer-in-
Charge to do so.
1.2. The cement go-down of the capacity to store a maximum of 2000 bags of cement
shall be constructed by the contractor at site or work for which no extra payment shall be
made. Double lock provision shall be made to the door of the cement go-down. The
keys of one lock shall remain with the Engineer-in-Charge or his authorized
representative and the key of the other lock shall remain with the contractor. The
contractor shall be responsible for the watch and ward and safety of the cement go-
down. The contractor shall facilitate the inspection of the cement godown by the
Engineer-in-Charge at any time.
1.3 The contractor shall supply free of charge the cement required for testing. The
frequency and the details of the tests shall be decided by the Engineer-in-Charge
depending on the quantum of supply in each batch. All expenditure to be incurred for
testing of samples e.g. Packaging, sealing, transportation, loading, unloading etc.
including testing charges shall borne by the contractor.
1.4 The actual issue and consumption of cement on work shall be regulated and proper
accounts maintained as provided in the contract. The theoretical consumption of
cement shall be worked out as per procedure prescribed in the contract and shall be
governed by conditions laid therein. Items for which standard coefficients for cement
consumption are not available in DSR 2007, the same shall be decided by the Engineer-
in-Charge.
1.3. Cement brought to site and cement remaining unused after completion of work
shall not be removed from site without written permission of the Engineer-in-Charge.
1.4. The cement bags shall be stacked on proper floors consisting of two layers of dry
bricks laid on well-consolidated earth at a level of at least one foot above ground level.
The stacks shall be in rows of 2 and 10 bags high with minimum of 0.67 m clear space
alround. The bags should be placed horizontally continuous in each line. Actual
size/shape of godown shall be as per site requirements and nothing shall be paid on this
account. The decision of Engineer-in-Charge regarding capacity shall be final.
Cement register for the cement shall be maintained at site. The account of daily
receipts and issues of cement shall be maintained in register in the pro forma prescribed
and signed daily by contractor or his authorized agent.
35
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
2. Steel
2.1.1 The contractor shall procure steel procure steel from primary manufacture only. i.e.
RINL, SAIL, TISCO & JSW steel Ltd., JINDAL Steel & Power Ltd. conforming to the
manufacturer‟s specification from main producers only as approved by the Ministry of
steel. For TMT ( Fe 500-D) bars, conforming to relevant BIS code procurement shall be
made from producers. The contractor shall have to obtain and furnish test certificates to
the Engineer- in –charge in respect of all supplies of steel brought by him to the site of
work. Samples shall also be taken and got tested by the Engineer-in-charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate that the
steel arranged by the contractor does not conform to BIS Codes, the same shall stand
rejected and shall be removed from the site of work by the contractor at his cost within a
week‟s time from written orders from the Engineer-in-charge to do so.
2.1.2 The steel reinforcement shall be stored by the contractor at site of work in such a
way as to prevent distortion and corrosion and nothing extra shall be paid on this
account. Bars of different sizes and lengths shall be stored separately to facilitate easy
counting and checking.
2.1.3 For checking nominal mass, tensile strength, bend test, re-bend test, etc.
specimen of sufficient length shall be cut from each size of the bar at random at
frequency not less than specified below:
2.2 The contractor shall supply free of charge the steel required for testing.All
expenditure to be incurred for testing of samples e.g. Packaging, sealing,
transportation, loading, unloading etc. including testing charges shall borne by
the Contractor.
2.3 The actual issue and consumption of steel on work shall be regulated and proper
accounts maintained as provided in the contract. The theoretical consumption of steel
shall be worked out as per procedure prescribed in the contract and shall be governed
by conditions laid therein.
2.4 Steel brought to site and steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-Charge.
2.5 The standard section weights referred to as standard tables in Para 5.3.3 in CPWD
Specifications, 2019to be considered for conversions of length of various sizes of MS
bars and cold twisted bars/high yield strength deformed bars / thermo-mechanically
treated bars into weight are as per CPWD Specifications 2019.
36
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
For steel, measurement will be regulated on sectional weight basis, weight being
calculated with help of above tables. The weight shall be taken as per actual basis, if
found lower than the standard weight but within tolerance limit as per relevant BIS
codes. Steel reinforcement having actual weight less than the standard weight as well
as exceeding the tolerance limit on the minus side as specified in the relevant BIS codes
shall be rejected and shall not be used in the work. Nothing extra shall be paid for
overweight of steel sections than given in the table.
The mild steel to be used shall conform to IS: 432 – Cold Twisted Bars/High Yield
Strength deformed bars shall conform to IS: 1786 & thermo-mechanically treated bars
shall conform to relevant BIS codes. The contractor shall submit challan /bill/gate
pass/cash memo in support of material purchased from manufacturers/their authorized
dealers.
*****
37
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
List of Approved Civil materials
NOTE: Not withstanding to the approval given in the list, the field staff are requested to observe the following
conditions
1. Equivalent material and finishes of any other make may be used on written request of the contractor, in case of
unavoidable circumstances and also if it is established that minimum three brands are not specified below or three
brands out of all brands specified below are not available in the market, after written approval of the alternate
brand by the NIT approving authority. This substitution shall be subject to cost adjustment in case the substituting
brand is available at cheaper rates in market than those mentioned herein above. There shall be no cost adjustement
if the substituting brand is costlier in market than those mentioned herein.
2. In addition, the brands approved as hereunder, should have valid and active BIS certificate as on the date of
supply for the work.
3. Material shall conform to make in India policy of Government of India as on the date of supply for the
work.
4. Other brands not included in the list below but having BIS certificate on the date of supply for the work shall
only be allowed against note (1) above.
5. In case of non availability of BIS codes for any of the materials incorporated above, the Engineer-in-charge shall
send the materials for testing as per the relevant ASTM or EN codes and satisfy himself before using the same in
work.
Material
Sl.No Material Description
Brand Make
SUB HEAD No.2
EARTH WORK
KCPL
39
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Conplast SP430 FOSROC India
Chryso-HP / Delta /
Chryso India Pvt. Ltd.,
Optima
MYK Schomburg MYK Arments range of products
BASF BASF India Ltd
CICO CICO Industries
Smart Care Techno
Plast/Smart Care Maximo Asian Paints Ltd
Plast
Endura H.R. Jhonsons
KCPL Kunal ConchemPvt. Ltd.,
Dura board HD100 Supreme Industries
Expansion Joint Bitumen DURAFILL Supreme Industries
3
board
STP Shalimar Tar Products
40
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Fugabella, Porcelana KerakollIndiaPvt. Ltd
Care Care
Areocon HIL
Siporex SIPOREX
Green way building materials India Pvt.
1 AAC Blocks Nucon
Ltd
Adhesive for AAC Block Ferrous Crete Ferrous Crete (India) Pvt. Ltd.
2
/Tiles
Smart Care Tile Adhesive Asian Paints
Berger Paints
Tile Adhesive Plus
41
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
SUB HEAD NO.9
WOOD & PVC WORK
Jayna ply Jain Wood Industries
Raavella door Raavella Industrials (P) Ltd
42
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Vidya Ply Vidya Ply & Board Pvt.Ltd.
43
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Floor springs Hardwyn Hardwyn hardware
Dorma Dorma India Pvt Ltd.
Everite Everite agencies
MAGNUM KIT Mukund Overseas
Dorset Dorset Industries Pvt Ltd
Geze GezeGMBH
Garg D P Garg Pvt Ltd
Ingersolrand Ingersolrand India Pvt Ltd
OZONE Ozone Hardware.
Dorset Dorset Industries Pvt Ltd
Ironite Ironite
Hardonite, Hardonite
FOSROC Fosroc India
Non Metalic Floor Surface
15 SIKA SIKa India
Hardners
BASF BASF India Ltd.,
CICO, CICO Technologies Ltd.,
Pidilite PidiliteIndustries Ltd,
Dorma Dorma India Pvt. Ltd
Ingersolrand Ingersolrand (India) Ltd,
16 Fire rated hardware Geze GezeGMbH
Dorset Dorset Industries Pvt Ltd
Garg D.P. Garg Pvt Ltd.,
44
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Backers FS Backers FS
NAVAIR NAVAIR International Pvt Ltd
Promot Promot fire & Insulation (P) Ltd.
17 Non Metalic Fire door
Godrej Godrej Security solutions
Geze GEZEGMBH
Dorma Dorma India Pvt Ltd
Ingersolrand Ingersolrand (India) Ltd,
22 Concealed tower bolt Alu Alpha Alu Alpha India
Garg D.P. Garg Pvt Ltd.,
DORSET Dorset Industries Pvt Ltd
45
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Duroplast Duroplast extrusion Pvt Ltd
46
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Pilkinton Pilkinton India
Promat Promat fire & Insulation (P) Ltd.
47
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Pooja Pooja steel corporation
48
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
tiles Eurocon Eurocon tiles India
Dazzle Designer tiles Pvt
Dazzle
Ltd
Ultra Ultra tile private Ltd.
Aravid Ceramic Industries
Anuj
Limited,
Hindustan tiles, Ranchi
Hindustan tiles
Pune
Poddar Paddar Udyog
Asttra tile and pavers
Asttra
company
NTC parking tiles
NTC
Armstrong Armstrong flooring
Synthetic Sports Track
4 LG LG Hausys India
Flooring
Wondor floor RMG Polyvinyl India Ltd
Armstrong flooring India Pvt
Armstrong
Ltd
5 Linoleum Sports Flooring Forbo Forbo flooring India Pvt Ltd
Gerflor Gerflor flooring
Hewetson Hewetson India
Unifloor Unifloor Inida Ltd
Unitile Office system Pvt
Unitile
6 False flooring Ltd
Kebao Inner Space (Distributors)
Access floor system Access Floor System
PINNACLE PINNACLE
Armstrong Armstrong flooring
Werner Durafloor Werner Gmbh
7 Engineered wooden flooring Pergo Redfloor India
Mikasa Real wood floors Green Lam Industries
New wood New wood india Ltd
ACC ACC Cements Ltd
8 White Cement Birla Birla Corportion Ltd.
JK White JK Cement ltd.
9 Vitrified Paving tiles PAVIT PAVIT ceramics Pvt Ltd.
TOLI TOLI Corporation
10 Synthetic Carpet tiles Hollitex Hollitex Carpet tiles
Standard Carpets Standard Carpets
Italia Tile Italia Mosaics Pvt Ltd
Palladio Palladio Mosaics
Bisazza Bisazza Italy
Coral Coral tiles
11 Glass Mosaic tiles Mridul Mridul tiles
Birla white Birla Corporation Ltd
JK White J K Cement Ltd
PAVIT Ceramics Pvt Ltd
PAVIT (Eco Tile)
LG Hausys LG Hausys
12 PVC Flooring Ger flor Gerflor flooring
Armstrong Armstrong world Industires
49
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Unistone Unistone
13 Grass Paver
Ultra Ultra Ltd
SUB HEAD No.12
ROOFING
Elastospray BASF
Pidilite Pidilite industries
1 Thermal Insulation treatment
Rock India Pvt.LTd Rock India Pvt.Ltd
Weathercoat Kool & Seal Berger Paints
PAVIT (Eco Tile) PAVIT Ceramics Pvt Ltd
Roof Tiles (for Temperature
2 Aravid Ceramic Industries
reduction) Anuj
Ltd
Twingerinsul U.P.Twigafiber glass Ltd
Lloyd Insulation Lloyd Insulation (India ) Ltd
Saint Gobain Gyproc Saint GobainGyproc India
3 Acoustic Insulation Himalyan Acoustics Himalyan Acoustics
Knauf Gypsum India Pvt.
Knauf
Ltd.
Anutone Anutone Acoustics Ltd.
UPVC Pipes and fittings Supreme Superme Industries Ltd.
Prince pipes and fittings
(Rain water pipes) Prince
Ltd.
Finolex Finolex Industries Ltd.
Prepoly Premier PVC Industry.
Astral Astral polytechnik Ltd.
50
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Saint Gobain Gyproc Saint Gobain Gyproc India
Gridsquare Gridsquare Ceilings
USG Boral USG Boral
Hunter Dougals Hunter Dougals
Armstrong Armstrong World Industries
Gypframe steel British Gypsum
Knauf Knauf Gypsum India Pvt Ltd
False ceiling members
8 (Perimeter, ceiling section, Saint Gobain Saint Gobain Gyproc
intermediates angles etc)
Aerolite Andhra Polimers Pvt Ltd
Gridsquare Gridsquare Ceilings
Hunter Dougals Hunter Dougals
51
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Nerolac Neroloc Paints Ltd
Berger Berger Paints
Nippon Nippon
Surfa Coats Surfa coats Pvt Ltd
Asian exterial wall primer Asian paint
Berger Berger Paints
6 Water Proof Cement paint Cem Colour Snowcem Paints
Surfa Surfacoats (India) Pvt Ltd
ICI DULUX ICI DULUX
ACE / Apex Asian paint
Dulex ICI dulex
Acrylic smooth exterior Nerolac Neroloc Paints Ltd
7
paint Berger Berger
Nippon Nippon
Surfa Coats Surfa coats Pvt Ltd
ULTIMA Asian paint
Dulex ICI dulex
Premium Acrylic smooth Nerolac Neroloc Paints Ltd
8 exterior paint with silicon
additives Berger Berger
Nippon Nippon
Surfex Rain Shield Surfa coats Pvt Ltd
J.K.wall putty J.K. Cement Ltd.
Birla wall case Birla Cements Ltd.,
Asian paints Asian paints Ltd
Altek NCL Alltek&seccold Ltd.
9 Cement based wall putty Birla Hil HIL Ltd (CK Birla Group)
Berger Berger
Ardex Endura Ardex Endura India Pvt. Ltd.
Ferrous Crete (India) Pvt.
Ferrous Crete
Ltd.
Apex Duracast Asian paint
10 Acrylic Texured Plaster
Spectrum Paints Spectrum Paints Ltd
Heritage Heritage Rajkamal Group
Asian Paints Asian Paints
Neroloc Neroloc Paints Ltd
11 Ready Mix Cement Plaster Wall Plast Wall Plast products Pvt Ltd
53
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
MRF MRF Paints
Smart care Asian paints
Pidilite Pidilite Industries
PU Coating (UV Resistant BASF BASF
22
Liquid applied coating) Fosroc Fosroc India
SIKA SIKA India
PU Roofkoat Berger Paints
56
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Prayag Prayag polymers Pvt Ltd.,
Vectus Vectus Industries Ltd.,
Truflo HIS Ltd.
Anil Thermoplastics Pvt.
Anil
Ltd.
Birla Hil HIL Ltd (CK Birla Group)
SentiniFlopipesIndiaPvt.
Sentini
Ltd.
Astral Poly Technik
Astral
Limited,
Ashirwad Ashirwad PVC Pipes
Flowgard Flowgaurd
Sintexplastic technology
Sintex
Ltd,.
PVC / HDPE water storage
6 Vectus Vectus Industries Ltd.
tanks
Supreme Supreme Industries Ltd.
Water supply fixtures like
Jaquar Jaquar Group
bibcock, Shower panels
CP Brass fixtures like
bibcock, angle cock , Piler Roca bath room products
Parryware
Cock, mixtures, Showers Pvt. Ltd,
etc.,
Metro Metro sanitationsPvt. Ltd.,
Waterman Kewal brothers
7 Seiko Seiko Sanitations
Prayag Prayag polymers Pvt Ltd.,
Kingston Kingston brass India
Johnson Prism Jhonson Ltd
CERA CERA Sanitaryware Ltd.,
MARC MARK Showers
HINDWare HSIL Ltd.
Kirloskar Kirloskar brothers Ltd.,
8 Air release valve RBM AFS Ltd.,
Kartar Kartar valves private Ltd.,
Jindal Jindal saw Ltd.
Centrifugally (Spun) Cast
9 Kesoram Kesoram Industries Ltd.
Iron Pipes
Electrosteel Electrosteel castings Ltd.
Kartar KartarValves Private Ltd.
Neco Jayaswal Neco Ltd
Electrosteel Electrosteel castings Ltd.
10 Spun Cast iron Fittings Kapilansh Dhatu
Kapilansh Centrifugal
Udyog(P)Ltd.
SINGHALIRON
SKF brand FOUNDARY Pvt. Ltd.,
58
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
SUB HEAD No.21
ALUMINIUM WORK
Hindalco Hindalco Industries Ltd.,
jindal jindalAluminium Ltd.,
Bhoruka BhorukaAluminium Ltd.,
Indal Indian Aluminium Ltd.,
Aluminium doors/windows Padmavathi Extrusion
1
sections Padmavathi Extrusion Private Ltd.
MFE(MIVAN) MIVAN
8 Aluminium Formwork
S-Form S-Form
MFS MFS
M/s.Alstone Industries Pvt
9 Aluminium Composite Panel REYNOARCH
Ltd., New Delhi.
59
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
SUB HEAD No.22
WATER PROOFING WORK
Fosroc Fosroc India
Sika Sika India
Dr.Fixit PidiliteIndustires
CICO CICO Technologies Ltd.,
Impermo Snowcem paints
Accoproof ACC cements Ltd.,
Ardex Endura Ardex Endura (India) Ltd
Alchemica Alchemica Ltd.
Ferrous Crete (India) Pvt.
Ferrous Crete
Ltd.
1 Water proofing compound MYK Arments range of
MYK Schomburg
products
Penetron Penetron India Pvt.Ltd
Smart Care Asian Paints
60
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Ferrous Crete (India) Pvt.
Ferrous Crete
Ltd.
Smart Care Asian Paints
Latexshield 2K/Tankshield PW Berger Paints
KCPL Kunal ConchemPvt. Ltd.,
Hydrotite Sika India
BASF BASF India Ltd.,
Dr.Fixit PidiliteIndustires
61
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Kich Kich India
Ozone Ozone Ltd
Hafele Hafele Ltd
MISELLANEOUS ITEMS
Rex Polyextrusion Rex Polyextrusion Ltd,
Akash Enterprises Akash Enterprises
1 PVC Perforated Pipes
Zenplas Pipes Zenplas Pipes Pvt. Ltd.,
Supreme Supreme Industries
Koochie Play Systems
Koochi Play
2 Play Equipements Pvt.Ltd
Playworld Systems Playworld Systems India
Dow corning Dow corning India
Wacker Wacker Silicones.
GE GE Silicones
3 Structural Sealant Fosroc Fosroc India
BASF BASF India Ltd.,
STP Ltd. Shalimar Tar Products
Asian paints Smart Care Sealant
Dr.Fixit PidiliteIndustries Ltd,
Chemetall-Raj BASF India Ltd.,
Fosroc Fosroc India
Techseal Choksey Chemical Pvt. Ltd,
Bondit construction
Tuff seal
Chemical
4 Poly-sulphide sealant Ferrous Crete (India) Pvt.
Ferrous Crete
Ltd.
MYK Arments range of
MYK Schomburg
products
Pidilite PidiliteIndusteries
STP Ltd. Shalimar Tar Products
Smart Care Asian Paints
62
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Ply wood for concrete
11 Balajee ply Balajee ply product Pvt Ltd
shuttering work
Unistone Unistone
12 Grass Paver
Ultra Ultra Ltd
Smart Care Asian Paints
Llyod Insulation Llyod Insulation (India) Ltd
Fosroc Fosroc India
13 Puff Insulations
BASF BASF
Pidilite Pidilite Industries Ltd
Supreme Supreme Ltd
Alstone Industries Pvt
Alstone
Ltd,Delhi&Jaipur
Ecoste Wood Polymer
Ecoste
Composite, Delhi
Wood Polymer Composite Magma M/s SMP Impex Bangalore
materials for door frames Kumar Arch Tech Pvt Ltd,
14 and shutters, plain/pre Echon
Rajastan
laminated boards for wall Rajeswari Products Pvt Ltd
linings etc Rajasree
MP
Qute Extrusions Pvt Ltd
Qute
Chennai
Prominance Window
Prominance
Systems
Epitome Bamboowood Products Mutha Industries
Bamboo wood Flooring and Flooring India Company,
15 Floor India
wall Paneling Panipat Haryana
Ecorgreen flooring Jupiter Traders, Banglore.
Prapt Organics Parapat Organics
16 Organic microbes for OWC Mygreen Bin Mygreen Bin
Shara Eco Products Shara Eco Products
63
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Annexure-II
As on 02.12.2020
List of Approved Electrical materials
NOTE: Not withstanding to the approval given in the list, the field staff are requested to observe the following
conditions
1 Equivalent material and finishes of any other make may be used on written request of the contractor, in case
of unavoidable circumstances and also if it is established that minimum three brands are not specified below
or three brands out of all brands specified below are not available in the market, after written approval of the
alternate brand by the NIT approving authority. This substitution shall be subject to cost adjustment in case
the substituting brand is available at cheaper rates in market than those mentioned herein above. There shall
be no cost adjustement if the substituting brand is costlier in market than those mentioned herein.
2 In addition, the brands approved as hereunder, should have valid and active BIS certificate as on the date of
supply for the work.
3 Material shall conform to make in India policy of Government of India as on the date of supply for the
work.
4 Other brands not included in the list below but having BIS certificate on the date of supply for the work
shall only be allowed against note (1) above.
5 In case of non availability of BIS codes for any of the materials incorporated above, the Engineer-in-charge
shall send the materials for testing as per the relevant ASTM or EN codes and satisfy himself before using
the same in work.
Anchor/Finolex/Havells/RR Kabel/Asmon/Mescab/L&T/KEI/Power
PVC insulated copper
flex/Superlite/Polycab/Q-flx/Goldmedal/Orbit/Laser Cables.
1 conductor FRLS copper ISI
marked.
Legrand/Siemens/Schneider/ABB/GE./Hager/Eaten/L&T/Panasonic by
2 MCB/ DB’s Anchor/Asmon/Havells/BCH/C&S/Indo Asian/Gold Medal/Great
White.
Legrand Ekinox3/Schneider ACTI9/Siemens
DB/ELCB/RCCb &
3 Betagard/Myrius/Crabtree/Panasonic/Havells/Eaton/ABB/GE/Hager/L
Accessories
&T/Asmon/Panasonic by Anchor/Asmon.
Legrand/Molex/Finolex/Commscope/Panduit-Pannet/Havells /Batra /
4 UTP Cable
Henlay
Jainsons/Comet/Dowells/Prabath/Polycab/Peeco/Gripwel/Raychem/Gra
8 Cable Lugs
ndlay/multi/Capital/Schneider Electric.
9 DWC Pipe Gemini/Rex/Duraline
Avonplast/AKG/Precision/Modi/Anchor/Vasavi/ Emjay/Javeri)/D.E.C
PVC Conduit (ISI Marked)
10 Infrastructure & Project/
(Colour-Ivory/Grey)
Polycab/Finolex/BEC/Konseal/Asian/Nihar/Anchor penosonic.
11 GI Pipe Jindal/ TATA/ Zenith Birla/ SAIL.
12 Telephone/ Cat 6 Cable Legrand/ Delton/ AMP/ Havells/ Superlite/ Q-Flx/Orbit/Laser Cables/
Great White.
64
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Legrand-Myrius/ Crabtree-Althena/MK-LogicPlus/Honeywell
Modular Switches & Sockets,
BenzPlus/Anchor (RomaPlus)/Schneider
13 Fan Regulator, RJ-45 Data
(Livia)/Savic/Havells(ORO)/Lisha/Polycab/Indo Asian/C&S/Gold
Socket for CMS applications.
Medal/ Great White/Zencilo & Panasonic.
Modular type switches/ GI Legrand-Myrius-Arteror/Schneieder-Opale-Livia/MK-
Boxes/ Sockets Elements/Crabtree/ Panasonic/ Havells (ORO)/ MK-Logic Plus/
14 T.V/Telephone/LAN socket Honeywell (Benz Plus)/Anchor/ (Roma Plus)/Savic/Crab tree-
Outlet etc for Normal Athena/Lisha/Polycab/Indo Asian/C&S/Gold Medal/Great
application. White/Zencilo & Panasonic.
AC Ceiling Fans (Star
15 Crompton/Orient/Havells/Bajaj/Anchor Panasonic/Polycab.
rated/1200mm/1400mm)
Crompton/Bajaj/Halonix/Philips/Surya/Jaquar/Wipro/Havells/Corvi/Sys
All LED Fittings ka/Panasonic/Eveready/Lighting
18
(Indoor/Outdoor Light Fittings) Technologies/Litaski/polycab/Elenserve/Banbury/K-Lite/Gold
Medal/Venture Lightings/Great White/Luker/Bega/Disano.
Tricolite Electric Industries (Pvt.) ltd./Advance Panel and Switchgears
Electrical LT Panel Pvt.Ltd/Adlec Mundka/Neptune/Power Control Equipments/Load
Boards/Feeder pillars/Meter Controls/Amararaja/Leela Electric and Manufacturer having in-house 7
19
Boards/Control & Relay tank process,powder coating facility,CNC Machine having CPRI
Panels. approved for relevant bus bar rating.(The decision of the Engineer-in-
charge will be final and binding.)
L&T/ABB/Schneider/C&S/Legrand/Havells/Indo
20 Changeover Switches,SDFU
Asian/GE/Socomee/Siemens/hager/Anchor.
Moulded Case Circuit
Siemens/ABB/L&T/C&S/Schneider/Legrand/GE/Hager/Havells/BCH/I
21 Breaker/Motor protection
ndo Asian/Eaton.
circuit breaker Electric
Ammeter/Voltmeter/Combined AE/Mecon/Schneider/L&T/HPL/C&S/Conserve/Kaycee/Crompton
23
Meters Greaves/Seomee (Diris).
24 Analogue Panel meters AE/Mecon/Schneider/L&T/HPL/C&S/Conserve/Kaycee.
AKG/BEC/Gupta/RMCON/Javeri/Jindal/TATA/Zenith Birla/NIC/Steel
28 MS Conduits(ISI Marked)
Kraft.
Multifunction Meter/Load
38 Schneider/Siemens/Legrand/Secure/Socomec (Diris)
Managers
Note: Modular Switch/Bell Push/Socket /Fan regulator shall be of same make For items where preferred makes are
not specified the decision of the Engineer-in-charge will be final and binding.
Networkable Intelligent
Analog Addressable Main
3
Fire Alarm Control Panel with
NOTIFIER/BOSCH/SYSTEM SENSOR BY HONEY
Battery Backup
WELL/SIEMENS/GE-SECURITY (EDWARD)/RAVEL/MIRCOM.
Addressable Control
4 Module,isolator
module,monitor module
Hooters,Strobe,Speaker,teleph
5
one jack,telephone receiver
66
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
All component serial no.1 to 6 shall be UL listed without fail.If any product above is not having UL listing,the same
shall not be used.
PA System
Amp/Krone/Legrand/Panduit/Systemax/Molex/Finolex/Commscope/Sie
1 Cat-6 Cable, Wires men/Walna/Lappkabel/Anchor-Panasonic/Havells/Batra Henlay / Belkin/
Belden/ KEI/ Digilink.
NOTE: Equivalent material and finishes of any other specialized make may be used, in case it is
established that the brands specified above are not available in the market but only after approval of the
alternate brand by the Competent Authority/ NIT Approving authority.
6 First aid hose reel with ISI NEW AGE/ SAFEX/EVERSAFE/ OMOX/ PADMINI.
mark with hose reel drum.
67
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
7 CANVAS HOSE ISI marked. NEW AGE/ arihant/ winco/ padmini.
All item 1 to 6 except 5 shall be UL listed and UL marked. Any other accessories not specified shall be UL listed
and UL marked only.
S.N
Name of the Product Manufactured by
o
1 uPVC pipe. Ashirwad/ Finolex/Surya/Jindal/Apollo.
2 GI Pipe. Tata/Zenith Birla/ Jindal.
3 Steel Sheet. Tata/Sail/Jindal.
4 Solar Water Heater. Bosch/ Havells/KCP solar/Honeywell/ Racold/ Emmvee/
Kotak Urja/ Jain Inigation/ Siemens/ Sudarshan.
5 Mineral wool. Rockwool/Twiga.
6 Nitrile Rubber. Kflex/ Armafex/Acroflex.
LIST OF APPROVED MAKES FOR HVAC WORKS
Technical Specifications for split type Air Conditioners
1 Air conditioners shall be procured and installed through Dealers authorized by OEM.
2 Unarmoured cables shall be for connections between outdoor and indoor units shall be one of these makes
given in IEI package only.
3 Compressors provided shall have minimum five year warranty.
S.N
Description of Item Approved make
o
1 Air conditioner. Carriier/LG/Samsung/Voltas/Daikin/Hitachi/Blue/Star/O-
General.
68
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
5 Contractors for APFC panels. Siemens/ ABB/ L&T/GE/C&S/Schneider Electric/ Legrand.
6 Electronic Load Manager HPL/ AE/Schnider/ Mecon/ L&T/ Conzerv.
7 Indicating Lamps (LED Type). Siemens/ Teknic/ L&T/ BCH/ C&S/ ABB/ Schneider/ JAI
BALAJI/ VAISHNO.
8 Push Buttons. Siemens/ Teknic/ L&T/ BCH/ C&S/ ABB/ Schneider/ JAI
BALAJI/ VAISHNO.
9 M.V.Power Capacitors L&T Heavy Duty Box Type// Siemens Epcos V (AC)
3PH.50HZ/ Neptune Model LLM/ Schneider Varplus Energy
(MDXL) 440V Range- Box Type.
10 APFC Relay Siemens/ EPCOS/ L&T/ GE/ ABB/ Schneider/ NEPTUNE/
Havells.
20 Electric insulation mat with ISI mark. Dozz/ Padmini/ Raychem/ Jyoti Rubber Udyog.
Note: In case make of any equipment or material is not specified in the NIT, the decision of the Engineer-in-Charge in
this regard will be final.
ANNEXURE-A
LIST OF APPROVED MAKE OF MATERIALS FOR USE
Note: In case make of any equipment or material is not specified in the NIT,
the decision of the Engineer-in-Charge in this regard will be final.
69
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
NIT NO. 22/EE/C2D/2024-25/Chennai
SCHEDULE OF QUANTITY
Name of work: Renovation of micro teaching lab at Admin block and providing
alcopanelling to circular columns in Vivekananda block and Mahakavi Bharathiyar block
at NITTTR, Taramani, Chennai.
70
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
(c) The fastening brackets of Aluminium
alloy 6005 T5 / MS with Hot Dip Galvanised
with serrations and serrated washers to
arrest the wind load movement, fasteners,
SS 316 Pins and anchor bolts of approved
make in SS 316, Nylon separators to
prevent bi-metallic contacts all complete
required to perform as per specification and
drawing The item includes cost of all
material & labour component, the cost of all
mock ups at site, cost of all samples of the
individual components for testing in an
approved laboratory, field tests on the
assembled working curtain wall with
aluminium composite panel cladding,
cleaning and protection of the curtain wall
with aluminium composite panel cladding
till the handing over of the building for
occupation. Base frame work for ACP
cladding is payable under the relevant
aluminium item.s The Contractor shall
provide curtain wall with aluminium
composite panel cladding, having all the
performance characteristics all complete ,
as per the Architectural drawings, as per
item description, as specified, as per the
approved shop drawings and as directed by
the Engineer-in-Charge. However, for the
purpose of payment, only the actual area
on the external face of the curtain wall with
Aluminum Composite Panel Cladding
(including width of groove) shall be
measured in sqm. up to two decimal
places.
For circular columns of Mahakavi block and
3.1 Vivekananda block 15.00 sqm 5858.58 87879
Providing and fixing M.S. grills of required
pattern in frames of windows etc. with M.S.
4 flats, square or round bars etc. including
priming coat with approved steel primer all
complete.
Fixed to openings /wooden frames with
4.1 rawl plugs screws etc. 101.00 kg 278.44 28122
71
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Providing and fixing factory made uPVC
glazed/wire mesh windows/doors
comprising of lead free uPVC multi-
chambered frame, sash and
mullion/coupler (where ever required)
extruded profiles having minimum wall
thickness of 1.70 mm for Series R1 and R2
profiles and 2.10 mm for Series R3 and R4
profiles conforming to EN: 12608 in any
shape, colour and design duly reinforced
with galvanized mild steel section made of
required shape & size as per CPWD
Specification, uPVC extruded glazing
beads, interlocks and Inline sash adaptor
(where ever required) of appropriate
5 dimension, EPDM gasket, hardware, SS
304 grade fasteners of minimum 8 mm dia
with countersunk head, comprising of
matching polyamide PA6 grade sleeve for
fixing frame to finished wall as per IS 1367 :
Part 1 to 14, plastic packers, plastic caps
and necessary stainless steel screws etc.
Profile of frame, sash & mullion (if required)
shall be mitred cut and fusion
welded/mechanically jointed duly sealed at
all corners, including drilling of holes for
fixing hardware and drainage of water etc.
72
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Using R3 series with frame (98mm &
above) x (40mm & above) & both glazed
and fly screen sash (30mm & above) x
(55mm & above) with zinc alloy (zamak)
5.1.1 7.00 sqm 12703.24 88923
powder coated handle on every glazed
panel along with multi-point locking system,
(Height upto 1.8m).
73
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Providing and fixing false ceiling at all
height including providing and fixing of
frame work made of special sections,
power pressed from M.S. sheets and
galvanized with zinc coating of 120
gms/sqm (both side inclusive) as per IS :
277 and consisting of angle cleats of size
25 mm wide x 1.6 mm thick with flanges of
27 mm and 37mm, at 1200 mm centre to
centre, one flange fixed to the ceiling with
dash fastener 12.5 mm dia x 50mm long
with 6mm dia bolts, other flange of cleat
fixed to the angle hangers of 25x10x0.50
8 mm of required length with nuts & bolts of
required size and other end of angle
hanger fixed with intermediate G.I.
channels 45x15x0.9 mm running at the
spacing of 1200 mm centre to centre, to
which the ceiling section 0.5 mm thick
bottom wedge of 80 mm with tapered
flanges of 26 mm each having lips of 10.5
mm, at 450 mm centre to centre, shall be
fixed in a direction perpendicular to G.I.
intermediate channel with connecting clips
made out of 2.64 mm dia x 230 mm long
74
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Painting with synthetic enamel paint of
9 approved brand and manufacture of
required colour to give an even shade :
Two or more coats on new work over an
9.1 under coat of suitable shade with ordinary 17.00 sqm 264.31 4493
paint of approved brand and manufacture
Providing and applying white cement based
putty of average thickness 1 mm, of
10 approved brand and manufacturer, over the 150.00 sqm 182.30 27345
plastered wall surface to prepare the
surface even and smooth complete.
Wall painting with acrylic emulsion paint,
having VOC (Volatile Organic Compound )
content less than 50 grams/ litre, of
11 approved brand and manufacture, including
applying additional coats wherever
required, to achieve even shade and
colour.
11.1 Two coats. 150.00 sqm 160.57 24086
Applying priming coats with primer of
approved brand and manufacture, having
12 low VOC (Volatile Organic Compound )
content.
With water thinnable cement primer on wall
12.1 surface having VOC content less than 50 150.00 sqm 86.39 12959
grams/litre.
Removing white or colour wash by
scrapping and sand papering and preparing
13 the surface smooth including necessary 71.00 sqm 23.07 1638
repairs to scratches etc. complete
Dismantling doors, windows and clerestory
windows (steel or wood) shutter including
14 chowkhats, architrave, holdfasts etc.
complete and stacking within 50 metres
lead :
14.1 Of area 3 sq. metres and below 3.00 each 428.96 1287
Dismantling wooden boardings in lining of
walls and partitions, excluding supporting
15 members but including stacking within
50metres lead :
15.1 Thickness above 10 mm up to 25 mm 64.00 sqm 90.83 5813
Dismantling old plaster or skirting raking
out joints and cleaning the surface for
16 plaster including disposal of rubbish to the 3.50 sqm 63.84 223
dumping ground within 50 metres lead.
Dismantling aluminium/ Gypsum partitions,
doors, windows, fixed glazing and false
ceiling including disposal of unserviceable
17 material and stacking of serviceable 62.00 sqm 65.83 4081
material within 50 meters lead as directed
by Engineer-in-charge.
75
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Providing and fixing 12 mm thick
prelaminated particle board flat pressed
three layer or graded wood particle board
conforming to IS: 12823 Grade l Type ll, in
panelling fixed in aluminum doors, windows
18 shutters and partition frames with C.P.
brass / stainless steel screws etc. complete
as per architectural drawings and directions
of engineer-in-charge.
19.1 With float glass panes of 5 mm thickness 7.00 sqm 1758.43 12309
(weight not less than 12.50 kg/sqm)
Providing and supplying aluminium
extruded tubular and other aluminium
sections as per the architectural drawings
and approved shop drawings , the
aluminium quality as per grade 6063 T5 or
T6 as per BS 1474,including super durable
powder coating of 60-80 microns
conforming to AAMA 2604 of required
colour and shade as approved by the
20 75.00 Kg 483.99 36299
Engineer-in-Charge. ( The item includes
cost of material such as cleats, sleeves,
screws etc. necessary for fabrication of
extruded aluminium frame work. Nothing
extra shall be paid on this account). The
weight of aluminium extruded section shall
be taken for purpose of payment.
Note:
1. If agency attempts to assign, transfer, sublet or otherwise parts with the entire
works or any portion of thereof ,As per Clause 3 (ix) of GCC 2023 the contract
can be determined.
-Sd/-
Executive Engineer
C2D,CPWD, Chennai-6.
76
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE
Central Public Works Department
77
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL EE