regd post with ack due - 3.imimg.com3.imimg.com/data3/we/id/htt-1395/1395_2015-06-09-10-42-37... ·...
TRANSCRIPT
CA NO.GE/AVD/ OF 2015-16 SERIAL PAGE NO. 02
REGD POST WITH ACK DUE
Telephone: 26841345, 26841271 Military Engineer Services Tele Fax : 26841969 Garrison Engineer NICmail ID : [email protected] Avadi, Chennai – 600054
8276/ 12 /E8 06 Jun 2015 M/s _________________________ ____________________________ ____________________________
PRVON OF SODA WASHING AND CLEANING SHED NEAR PAINTING BAY 8 BRD & CERTAIN
B/R REV WORKS IN MTTI AT AIR FORCE STN AVADI
Dear Sir, 1. Tender documents for the above work are uploaded in www.eprocuremes.gov.in.
2. The bidders tender shall submit their bids in two parts viz, Technical bid and Financial bid separately. The financial bids of only those tenderers who meet the eligibility criteria as per the Notice of tender shall only be opened 3. Tenderers can submit their bids till 1100 hrs on 27 Jun 2015 and shall be opened at 1100 hrs on 29 Jun 2015.
4. Tenderers attention is invited to “INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER(S)” contained in the tender documents and as per the instructions given in the eprocuremes.gov.in portal which should be complied with. Non-compliance of these instructions will render the bids submitted by such tenderers invalid and liable to be rejected. 5. Tenderer’s particular attention is also invited to the following instructions for completion of the BOQ (financial bid) of the tender documents: -
(a) The tendered rates shall be deemed to be inclusive of all sales tax, taxes, labour welfare cess, duties and levies including sales tax on work contract etc as payable under the respective statutes promulgated by the central and state authorities. Nothing extra shall be payable on account of taxes, duties and levies of any description.
(b) Any Conditional tenders regarding payment of sales taxes on works contracts and any other duties, levies etc will not be considered and such bids are liable to be rejected as non-bonafide.
6. This letter and the instructions mentioned in para 4 above shall also form part of the tender documents.
Yours faithfully,
(Geetha Mahendran) AE (QS&C) AGE (Contracts)
Encls : (As above) for Accepting Officer Signature of Contractor
CA NO : GE / AVD/ OF 2015-2016 SERIAL PAGE NO.1
MILITARY ENGINEER SERVICES
NAME OF WORK:- PRVON OF SODA WASHING AND CLEANING SHED NEAR
PAINTING BAY 8 BRD & CERTAIN B/R REV WORKS IN MTTI AT AIR FORCE STN
AVADI
INDEX
Sl. Particulars Page
No
From To
1 Contents 1 -
2 Forwarding letter 2 10
3 Item rate tender and contract for works required (IAFW-1779-A 11 57 Revised 1955)including Schedule ‘A’, ‘B’, ‘C’ and ‘D’
4 General conditions of contracts (IAFW -2249) 1989 (prints) 58 110 together with amendments and errata thereto
5 Schedule of minimum fair wages 111 -
6 Special Conditions 112 121
7 Particular specifications, section I and II including clarification 122 143 drawings
8 Notice of tender (IAFW-2162) (Revised 1960) including Appx ‘A’ 144 147 and amendment thereto
9 Errata/Amendments to the tender documents
10 Relevant correspondence
11 Acceptance letter
Total Number of Pages
Total number of drawings sheets _______________
Signature of Contractor AGE (Contracts)
Date For Garrison Engineer
CA No. GE/AVD/ OF 2015-2016 SERIAL PAGE No: 3
INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO
BE COMPLIED WITH BY THE TENDERER(S) 1. EARNEST MONEY
Contractor(s) who are not enlisted with MES/who are enlisted but have not executed the standing security bond shall submit Earnest Money deposit as details in Notice of Tender in any one of the following forms alongwith their tender:-
(a) Deposit at Call Receipt from a Scheduled Bank in favour of GE Avadi
(b) Receipted Treasury challan, the amount being credited to the Revenue Deposit of
GE Avadi.
(c) Scanned copies of instrument for Earnest Money as given above is to be submitted online
alongwith the technical bid. Further the original document shall be submitted in a sealed cover so as to reach the office before the date and time stipulated for opening of bid as per the tender.
Note:- Earnest Money in the form of Cheque/Bank Guarantee etc will not be accepted. NON-SUBMISSION OF SCANNED COPY AND THE ORIGINAL DOCUMENT OF EARNEST MONEY WILL RENDER THE TENDER AS NON-BONAFIDE AND CONSEQUENTLY REJECTED.
2. SECURITY DEPOSIT
In case the tender submitted by such contractor is accepted, the contractor will be required to lodge with the controller of Defence Accounts 'INDIVIDUAL SECURITY DEPOSIT' calculated with reference to 'TENDERED COST' as notified by the Accepting Officer subject to the maximum of Rs.18,75,000/- (See condition 22 of IAFW-2249).
3. CONTRACTORS ENLISTED UNDER CHIEF ENGINEER SOUTHERN COMMAND AND
WHO HAVE EXECUTED SECURITY BOND AND DEPOSITED STANDING SECURITY DEPOSIT BUT OF A LOWER CLASS
In case the tender is accepted, the amount of 'Additional Security Deposit' will be as notified by the Accepting Officer. This amount would be the difference between the 'Individual Security Deposit' calculated with reference to the 'TENDERED COST’ and the 'STANDING SECURITY DEPOSIT' lodged (Refer condition 22 of IAFW-2249)
4. CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN SOUTHERN
COMMAND
Any contractor, borne on the approved list of contractors of any MES formation and who has executed a Bond to Secure Performance of Agreement may be permitted to tender for works under any other MES formation without furnishing Earnest Money along with his tender. If the tender submitted by such a contractor is accepted, the contractor will be required to lodge with the Controller of Defence Accounts concerned the amount of “Individual Security Deposit” within thirty days of the receipt by him of notification of acceptance of his tender, failing which this sum will be recovered in the same manner as stipulated in Para 4 hereinbefore.
Contd…./-
CA No. GE/AVD/ OF 2015-2016 SERIAL PAGE No: 4
INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER(S) (CONTD)
5. GENERAL INSTRUCTIONS FOR COMPLIANCE 5.1 The documents which are required to be submitted alongwith the technical bid should be returned in
a cloth bound envelope, duly sealed. The name of work for which the tender is being received, the due date and time addressed to the Accepting Officer shall be written on the envelope. Non-submission of the documents before the stipulated date and time will render the bids of such tenderers liable to be rejected.
5.2 The documents shall be deposited in the tender box (on or before the due date and time specified)
kept by the Administrative Officer of this office, who should be contacted sufficiently in advance on account of security restrictions in entering to the office area.
5.3 The tender will only be accepted in the electronic form. All bids shall be submitted in “eprocuremes.gov.in” portal and shall be digitally signed at appropriate places provided for in portal.
5.4 Tenderers shall upload quoted BOQ on eprocuremes.gov.in portal on or before the bid closing
date mentioned in the tender. No physical form of the BOQ will be accepted.
5.5 The tenderer shall submit a certified true copy of Power of Attorney in favour of the signatory who
has digitally signed the tender documents. If the tender is submitted on behalf of firm it must be digitally signed any of the partner authorised by all partners or some person holding a valid Power of Attorney from all partners constituting the firm. The person digitally signing the tender on behalf of a firm or company shall submit a valid Power of Attorney, duly executed in his favour by such other person or by all the partners or in accordance with constitution of the company in case of company, stating that he has authority to bind such other person or the firm, or the company as the case may be, in all matters pertaining to the contract including the Arbitration clause.
5.6 Even in case of firms or companies which have already granted Power of Attorney to an individual authorising him to digitally sign tender and in pursuance of which tenders are being signed by such person as a routine, fresh Power of Attorney, duly executed in his favour stating specifically that the person has authority to bind such partners of the firm or the company, as the case may be to the condition relating to Arbitration clause, should be submitted with the tender unless such authority has already been given to the concerned by the firm or the company.
5.7 Power of Attorney shall be executed on stamp paper of adequate value as applicable and as indicated
below:-
(a) In case of individual, Sworn affidavit shall be executed by the contractor himself.
(b) In case of partnership concern, Power of Attorney shall be executed by all partners.
(c) In case of a company, Power of Attorney shall be executed in accordance with the constitution
of the company.
Contd…./-
CA No. GE/AVD/ OF 2015-2016 SERIAL PAGE No: 5
INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE
COMPLIED WITH BY THE TENDERER(S) (CONTD)
5.8 In view of postal and other delays, it is suggested that the documents physically required to be
submitted be sent by a special messenger if necessary or posted sufficiently in advance of the date and time fixed for receipt of such documents. Documents received late will not be considered and the bid of such tenderers are liable to be rejected. Financial bids physically submitted offline shall not be considered even if received in time and are liable to be rejected.
5.9 The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to conditions 24 & 25 of IAFW-2249, General conditions of contracts. 5.10 Bids received online will be opened by two opening officers on the due date and time fixed for
opening of bids. Tenderers who submit their bids and are desirous of being present at the time of opening of the tenders, may do so at the appointed time.
6. CPM 6.1 The tender is based on CPM 6.2 The tenderer is expected to be fully conversant with the technique and employ technical staff, who
can use the technique in sufficient details. Sufficient books and other literatures on the subject are widely available which the tenderer may make use of.
6.3 The tenderer's attention is drawn to special conditions of the tender regarding preparation of the
detailed network and time schedules for the work and his liability for employing sufficient resources to adhere to this schedule. Any inability on the part of the tenderer in using the technique will be taken as his technical insufficiency and will affect his class of enlistment and future prospects of receiving tenders for work.
6.4 The department may issue amendments/errata to the tender documents in the form of corrigendum
before due date of submission of tenders. The tenderer is required to read the tender documents in conjunction with the amendments, if any, issued by the department. The bid submitted by the tenderer shall be deemed to have taken into account all the corrigenda issued by the Dept before the due date of submission of bids and no claim whatsoever on account of any lapse or misunderstanding shall be entertained.
7. The tenderer shall quote his rates on the Schedule ‘A’ in the Bills of Quantities (BOQ) only in .xls format in the eprocuremes.gov.in portal. The tenderers are advised to quote their rates in the excel sheet (BOQ) and adhere to the instructions contained in the portal. In case the tenderer has to revise/modify the rates quoted in the Schedule ‘A’ (BOQ) he may do so before the date and time fixed for opening of bid. Tenderers shall note that any discounts/ rebates or revision of quoted rates offered alongwith documents submitted in physical form shall not be accepted. Any violation of these instructions will render the bid to be rejected.
8. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated
as revocation of offer), after opening of tenders, the Earnest Money deposited by him shall be forfeited. In case of MES enlisted contractors, the amount equal to the Earnest Money stipulated in the Notice of Tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from payment due to such Contractor or shall be adjusted from his Standing Security Deposit. In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent calls.
Contd…./-
CA No. GE/AVD/ OF 2015-2016 SERIAL PAGE No: 6
INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE
COMPLIED WITH BY THE TENDERER(S) (CONTD)
9. ELIGIBILTY CRITERIA FOR
A) MES ENLISTED CONTRACTORS :- The contractor shall be enlisted in the requisite class
and category as mentioned in Appx A to Notice of Tender. Scanned copy of enlistment letter along with its enclosures and scanned copy shall be uploaded alongwith the bid.
B) UNENLISTED CONTRACTORS:-
(B-1) Experience Criteria.
Past Experience of “similar nature of works” completed in last 5 years. (a) Three works costing not less than Rs 7.50 lakhs
or Two works costing not less than Rs 10.00 lakhs
or One work costing not less than Rs 20.00 lakhs
Note:- Please submit details of “similar nature of works” executed by you financial year wise in tabular form giving name of work, Accepting Officer’s details, viz, address, telephone, email etc, date of acceptance of tender and actual date of completion. It should indicate whether extension was granted or compensation was levied. Attested copy of acceptance letter and completion certificate shall be enclosed of each work. In case performance report has been given by the client same shall also be submitted duly attested.
or
(b) Average annual turnover for two consecutive financial years shall not be less than Rs 25.00 lakhs.
Note : Please submit turnover certificate issued by Chartered Accountant.
(B-2) Financial Criteria
(a) Solvent upto Rs 10.00 lakhs.
OR Financially sound for engagement upto Rs 25.00 lakhs. (b) Working Capital not less than Rs 5.00 lakhs.
Note (i) Proforma of above documents is given below. Please forward above documents issued by your Bankers in Original. Above certificates shall not be older than 6 months as on 01 Jan 2014. Signatory shall endorse his rubber seal, indicate his name & bank employee number, bank address particulars like full address, telephone & fax number. (ii) Alternatively Wealth Tax certificate can also be given, if available.
CA No. GE/AVD/ OF 2015-2016 SERIAL PAGE No: 7
INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS
TO BE COMPLIED WITH BY THE TENDERER(S) (Contd…)
FORM OF SOLVENCY CERTIFICATE FROM A SCHEDULED BANK
This is certified to the best of our knowledge and information M/s/Shri/Smt _____________
having address____________________, a customer of our bank are/is respectable and can be considered solvent/financially sound for any engagement upto Rs._____________(Rupees
_____________). This certificate is issued without any guarantee or responsibility on the bank or any of the officers.
Place: Signature of Bank Manager
Date: Name, No. & Seal of Bank
NOTE:- In case of partnership firm, certificate to include names of all partners as recorded with the bank.
WORKING CAPITAL CERTIFICATE
This is Certified that M/s/Shri/Smt ________________________having address
______________ has/have been maintaining a saving bank account /current account / fixed deposit account with this branch of bank since ___________ and an amount not less than Rs._________
(Rupees _____________) has been available to the credit in his/her/their account Nos_____________ for the last three months. The firm is enjoying overdraft/credit facility upto limit of Rs._________.
Place: Signature of Bank Manager
Date: Name, No. & Seal of Bank
(B-3). Fixed Assets.
Limit of minimum reserves/total of movable or immovable property or fixed assets(in case of companies) (80% of minimum reserve/assets shall be in shape of immovable property) shall be Rs 8.00 lakhs.
Note:- (i) Please submit affidavits on non Judicial stamp paper of Rs. 100/- each duly notarized and supported by copies of present valuation certificates for both immovable and movable property separately. It should also indicate that immovable property is free from mortgages, hypothecation or any other disputes and encumbrances and clearly belongs to your firm and it should indicate that immovable property will not be sold, transferred, gifted or otherwise disposed off without prior intimation to this office.
(ii) Immovable asset value indicated should be supported by Valuation Certificate from a registered valuer and last tax paid receipt. Valuation Certificate shall be on format FORM 0–1(See Rule 8D) Report of valuation of immovable property (Other than agricultural lands, plantations, forests, mines and quarries)
CA No. GE/AVD/ OF 2015-2016 SERIAL PAGE No: 8
INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER(S) (Contd…)
(iii) Movable assets like Scooter/Car etc or NSCs/fixed deposits etc should be supported by certified photocopies of updated RC books, valid current Insurance papers, NSCs/fixed deposits.
(B-4). Engineering Establishment. (a) One Diploma / graduate Engineers from a Government recognized institution. NOTE:- Please submit affidavits on non judicial stamp paper of Rs. 100/ each duly notarized from your side having employed each engineer and from engineer side of taking your employment duly supported by attested copy of engineering degree / diploma as applicable to the individual.
(B-5).
T&P / Machinery
(a) One bag capacity concrete mixer (Diesel) - 01 No
(b) Vibrator (Needle & Plate type) - 01 Nos
(c) Steel shuttering with spans , props etc - 200 Sqm
(B-6) (a) Constitution of firm on an affidavit on non judicial stamp paper of Rs 100/- duly notarized indicating status of firm, i.e. whether it is proprietorship or partnership or Limited firm. Note:- Please enclose notarised copy of partnership deed in case of partnership firm, and notarized Memorandum of Articles of constitution in case of Limited firm. (b) Certified copy of Certificate of registration of firm with Registrar of Firms.
(c) Certified copy of PAN No. /TIN No. of proprietor / partners / firm.
(d) Certified copies of enlistment letters with various Govt Departments / PSUs (e) Certified copy of general power of attorney in case any person(s) have been authorised to represent the firm including signatory of the application. (f) Postal address and Police Station Area of proprietor/partners/Directors of the firm. Department will carry out Police Verification of Proprietor / Partners / Directors as applicable. Contractor has to pay for fees if the rules of Police Deptt have the provision of the same. (g) Indemnity Bond on non judicial stamp paper of value of Rs.100/- duly attested by Notary (on format given below)
CA No. GE/AVD/ OF 2015-2016 SERIAL PAGE No: 9
INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER(S) (Contd…)
INDEMNITY BOND
This bond of indemnity is executed on this _________day____by M/s/S’Shri
_________________having registered office at ___________ to indemnify the Government of India of the following:-
1. We undertake to pay the Government of India any damages that may be found to be recoverable on order of our contracts.
2. We undertake that in case Government is put to pay any loss or disadvantage in monetary of contract by the firm which shall indemnify the government for each loss or disadvantage.
3. This bond of indemnity is executed by M/s_____________ and have signed before me. Whatever stated above is true and correct to the best of my knowledge and belief.
Signature of Contractor Notary
(h) Certified copy of Sales Tax Certificate/ VAT. (j) Notarised affidavit on judicial stamp paper of Rs 100/- that there are no recoveries outstanding with any organization and there are no arbitration/litigation cases involving recoveries known to be existing on the firm at the time of submitting these details to our office.
(k) Notarised affidavit on non judicial stamp paper of Rs 100/- that there is no relationship with any Gazetted/Commissioned Officers and JEs in MES/Corps of Engineers/Ministry of Defence.
(l) Affidavit on non judicial stamp paper of Rs 100/- giving details of contracts where arbitration invoked during last five years.
(B-7) Tenderers shall submit copy of police verification certificate from police authorities of the area where the registered office is located. For proprietor / each partner / each director, scanned copy of valid passport duly notarized shall also be applicable in lieu of police verification.
(B-8) Scanned copy of Demand Draft towards the cost of tender and EMD to be uploaded.
CA No. GE/AVD/ OF 2015-2016 SERIAL PAGE No: 10
INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER(S) (Contd…)
C) FOR BOTH ENLISTED AND UNENLISTED CONTRACTORS (C-1) Scanned copy of Demand Draft towards the cost of tender.
10. Scanned copies of the documents as mentioned hereinbefore, as applicable, shall be uploaded by the
tenderers in .pdf or .rar form in one folder alongwith their bids. The original documents shall be submitted in the sealed cover so as to reach this office before the date and time stipulated for opening of bid. Failure to adhere to the above requirement will result in rejection of their bids. In case any of the tenderer does meet the eligibility criteria or submits incomplete documents or provides false information, their technical bids will be summarily rejected and financial bid will not be opened. No claim for refund of the tender fee submitted by the tenderers in such cases shall be entertained.
11. These instructions shall form part of the tender documents.
Signature of the Contractor AGE (Contracts)
Date: for Accepting Officer
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE NO. 11
In lieu of IAFW 1779-A (Revised –1955)
(TO BE READ IN CONJUCTION WITH GENERAL CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)
MILITARY ENGINEER SERVICES
Military Engineer Services
Garrison Engineer
Avadi, Chennai-600 054
8276/ 12 /E8 06 Jun 2015
TENDER AND ITEM RATE CONTRACT FOR WORKS BY MEASUREMENT IN THE EXECUTION OF “PRVON OF SODA WASHING AND CLEANING SHED NEAR
PAINTING BAY 8 BRD & CERTAIN B/R REV WORKS IN MTTI AT AIR FORCE STN AVADI”
1. e-tender shall be submitted in electronic form duly digitally signed by the authorised signatory of the tenderer and the requisite documents as mentioned in the tender shall be physically delivered at the Office of the Garrison Engineer, Avadi, Chennai-600 054 by 1100 hrs on 29 Jun 2015 addressed to the Garrison Engineer, Avadi, Chennai-600 054 and marked on the outside “CONTRACT NO: GE/AVD/ OF 2015-2016 PRVON OF SODA WASHING AND CLEANING SHED NEAR PAINTING BAY 8 BRD
& CERTAIN B/R REV WORKS IN MTTI AT AIR FORCE STN AVADI”
2. Any Correspondence concerning this tender should be addressed as indicated at the top of this sheet quoting the reference to the tender id mentioned in the eprocuremes.gov.in portal. THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO
ACCEPT THE LOWEST OR ANY TENDER
SIGNATURE OF THE OFFICER
ISSUING THE DOCUMENTS
_______________
APPOINTMENT AGE (CONTRACTS)
Dated: 06 Jun 2015
CA NO: GE /AVD/ OF 2015-2016 SERIAL PAGE NO: 12
In lieu of IAFW-1779A (Revised 1955)
SCHEDULE `A’
LIST OF ITEMS OF WORKS NAME OF WORK: - “PRVON OF SODA WASHING AND CLEANING SHED NEAR PAINTING BAY 8 BRD & CERTAIN B/R REV WORKS IN MTTI AT AIR FORCE STN AVADI”
NOTES:- 1. The scope of work covered under this contract are given in Schedule ‘A’ (BOQ) in a separate Excel
sheet. 2. The quantities shown in Col C of the BOQ are approximate and are inserted as guide line only. These shall however not be varied beyond the limits laid down in condition 7 of IAFW-2249 (General Conditions of contracts). 3. Tenderers are required to insert unit rates in figures under Col F of the BOQ against each item of schedule `A’.
4. The rate quoted for each items under Col F of Sch `A’ (BOQ) shall include for all necessary works required for the entire completion all as specified and shown on drawings. 5. The entire works covered under Sch `A’ (BOQ) shall be completed within 06 (Six) Months from the date of handing over site as mentioned in the work order No.1
6. The unit rate quoted by the tenderer under Col F of Sch `A’ (BOQ) shall be deemed to include for labour and materials complete unless specifically stated otherwise in these tender documents. 7. The under mentioned remarks shall be deemed to have been inserted in respective columns of Schedule `A’ (BOQ) against each items:-
a) Under Column I - Refer list of drawings.
b) Under Column J (Period of completion - Refer Note No.6 of the Schedule `A’.
of individual items from date of handing over site)
c) Under Column K (Remarks) - Refer Notes of Schedule `A’.
8. Unit rate quoted by the tenderers against various items of Schedule `A’ shall interalia, be deemed to
include minor details of construction which are obviously and fairly intended but which may not have been
specifically stated in tender documents but are essential for execution and completion of work. In case of
any difference of opinion between the contractor and the GE as to whether or not any items of work
constitutes “minor construction details” which is deemed to have been included in the contractor’s quoted
prices, the decision of the Accepting Officer shall be final, conclusive and binding.
9. Service Tax: Service taxes inclusive of Cess as notified by Govt. including subsequent tax revision
if any after notification in this regard issued by Gov. time to time shall be applicable to all the tenderers
except contract for water supply, water treatment, sewage treatment or disposal and supply of new
furniture. Other taxes viz., labour welfare Cess/tax and element towards ESI & PF contribution shall be
applicable to this contract besides other applicable taxes/levies as per law of land.
10. Total amount in Column H of BOQ is not firm. A separate Schedule of credit has been enclosed
alongwith this tender. The amount of schedule of credit shall be deducted from the total amount of BOQ to
arrive at the “Contract Sum” referred to in IAFW-2249.
Contd…./-
CA NO : GE/AVD/ OF 2015-2016 SERIAL PAGE NO: 52
SCHEDULE OF CREDIT
NAME OF WORK : PRVON OF SODA WASHING AND CLEANING SHED NEAR PAINTING BAY 8 BRD & CERTAIN B/R REV WORKS IN MTTI AT AIR FORCE STN AVADI
NOTES:
1. All dismantled/taken down materials specifically referred under this schedule shall become the
property of the contractor for which necessary credit will be effected at the rates mentioned in this schedule. The quantity of materials mentioned in this schedule is approximate only. The materials obtained from dismantling which are not reflected in the
schedule, shall become the property of the Department and shall be returned to the store yard
of GE.
2. The tenderer is required to visit the site before submitting the tender to obtain the
knowledge of the physical conditions of the items referred in this schedule.
3. The dismantling work shall be carried out as instructed by the Engineer-in-Charge. Prior
order of Engineer-in-Charge shall be obtained before dismantling.
4. Dismantling work shall be carried out carefully so as not to damage any adjoining structure. Any damage so caused shall be made good by the tenderer at their own cost. The cost of dismantled materials covered in the schedule of credit obtained up to the date of respective RAR will be priced at the unit rate mentioned in the Schedule and adjusted. The material shall be removed from the site after obtaining written permission of the Engineer-in-Charge.
5. The items given in the Schedule of Credits are old and unserviceable obtained from
demolition/dismantling of this work.
CA NO : GE/AVD/ OF 2015-2016 SERIAL PAGE NO: 53
SCHEDULE OF CREDIT
NAME OF WORK : PRVON OF SODA WASHING AND CLEANING SHED NEAR PAINTING BAY 8 BRD & CERTAIN B/R REV WORKS IN MTTI AT AIR FORCE STN AVADI
Sl Description of items Qty Unit Rate (Rs) Amount (Rs)
No
1 Unserviceable point wiring complete with 1.5
sq.mm PVC insulated single core cables with
aluminium conductors in PVC conduit / TW
battens for light, bell, fan, sockets 5 Amps.
5 Point 30.00 150.00
2 Old U/S Switches, switch sockets, ceiling roses,
bells, buzeres, bell pushes
9 Each 1.00 9.00
3 Old U/S Flourescent tube light fitting any type 1 x
36W
1 Each 10.00 10.00
4 Old U/S Fan regulator for 1200mm sweep fans any
type
1 Each 2.00 2.00
Total 171.00
Note : The amount of Sch of credit shall be deducted from the total of BOQ quoted by the tenderer to arrive at the Contract Sum.
Signature of the Contractor AGE (Contracts)
Date: for Accepting Officer
CA NO : GE/AVD/ OF 2015-2016 SERIAL PAGE NO: 54
SCHEDULE ‘A’ (CONTD…)
NAME OF WORK: - PRVON OF SODA WASHING AND CLEANING SHED NEAR PAINTING BAY 8 BRD & CERTAIN B/R REV WORKS IN MTTI AT AIR FORCE STN AVADI
SUMMARY OF SCHEDULE ‘A’
1. Total amount quoted by the tenderer for Sch A brought Rs. __________
forward from BOQ
2. Deduct amount of Sch of credit brought forward from page No 53 (-) Rs. 171.00
______________
Contract Sum Rs.
______________
Signature of the Contractor AGE (Contracts)
Date: for Accepting Officer
CA No. GE/AVD/ OF 2015-2016 SERIAL PAGE No: 55
SCHEDULE 'B'
ISSUE OF MATERIALS TO THE CONTRACTOR
(SEE CONDITION 10 OF IAFW-2249)
---------------------------------------------------------------------------------------------------------------------------
Ser Qty Particulars Rate per unit Place of Issue Remarks
No. per working (By Name)
Day
---------------------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6
---------------------------------------------------------------------------------------------------------------------------
- Nil -
---------------------------------------------------------------------------------------------------------------------------
SCHEDULE 'C'
LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH
WILL BE HIRED TO THE CONTRACTOR
(SEE CONDITION 15,34 AND 35 OF IAFW-2249)
----------------------------------------------------------------------------------------------------------------------
Ser Qty Particulars Details of Hire charges Standby Place of Issue
No. MES crew per unit per charges (By Name)
Supplied working day per unit
Rs. Ps. Rs. Ps.
----------------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6 7
---------------------------------------------------------------------------------------------------------------------
-------------------------- N I L -------------------------
---------------------------------------------------------------------------------------------------------------------
SCHEDULE 'D'
TRANSPORT TO BE HIRED TO THE CONTRACTOR
(SEE CONDITION 16 AND 34 OF IAFW-2249)
---------------------------------------------------------------------------------------------------------------------
Ser Qty Particulars Rate per unit Place of Issue Remarks
No. per working (By Name)
Day
----------------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6
----------------------------------------------------------------------------------------------------------------------
---------------------- N I L ----------------------------
---------------------------------------------------------------------------------------------------------------------
Signature of Contractor AGE (CONTRACTS)
Dated FOR ACCEPTING OFFICER
CA NO.GE/AVD/ OF 2015-16 SERIAL PAGE NO. 56
T E N D E R
To
THE PRESIDENT OF INDIA
Having examined and perused the following documents:-
1. Specification signed by AGE (Contracts).
2. Drawings detailed in the specifications.
3. Scheduled ‘A’. ‘B’, ‘C’ and ‘D’ attached hereto.
4. MES Standard schedule of rates 2009 (Part I specifications) and MES standard schedule of Rates 2010 (Part II rates) (hereinafter and in IAFW-2249 referred to as the MES schedule) together with amendment 1 to 3 for SSR Part-I (2009) with amendment 1 to 58 for SSR Part-II (2010) as applicable to the above said schedule.
5. General conditions of contract IAFW-2249 (1989 Print) together with amendment Nos. 1 to 40 and errata 1 to 20.
6. WATER CONDITION 31, IAFW-2249 GENERAL CONDITIONS OF CONTRACT.
Water will be supplied by MES and shall be paid by the contractor at Rs.3.75/- for every
Rs.1000/- worth of work done priced at contract rates.
7. Should this tender to be accepted:-
*I / we agree:-
a) That the sum of Rs. 40,400.00 (Rupees forty thousand and four hundred only) forwarded as Earnest Money shall either be retained as a part of security deposit, or refunded by the Government on receipt of the appropriate amount of security deposit all as per condition 22 of IAFW-2249.
b) To execute all the works referred to in the said documents upon the terms and conditions contained or referred to therein to at the item rates contained in the aforesaid schedule ‘A’ or at such other rates as may be fixed under the provision of condition 62 of IAFW-2249 and to carry out such deviations as may be ordered vide condition 7 of IAFW-2249 upto a maximum of 10% (TEN PERCENT) and further agree to refer all disputes as required by condition 70 of IAFW-2249 to the sole Arbitration of a serving officer having the degree in Engineering or equivalent or having passed final / direct final examination of sub division II of Institution of surveyors (India), New Delhi recognized by Govt. of India to be appointed by the Chief Engineer, Chennai Zone, Chennai-9 or in his absence, the officer officiating as Chief Engineer, Chennai Zone, Chennai-9 whose decision shall be final, conclusive and binding.
*deleted whichever is not applicable.
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 57
(In lieu of IAFW-1779-A (Rev 1955)
T E N D E R (CONTD ….)
Signature ----------------------------------------- in the capacity of -----------------------------
duly authorized to sign the tender for and on behalf of -------------------------------------
(NAME IN BLOCK CAPITAL)
Date :
Postal Address ---------------------- Witness :------------------------------- ----------------------------------------- Address :------------------------------ ----------------------------------------- ----------------------------------------- Telegraph Address -----------------
Telephone No.-----------------------
A C C E P T A N C E
-----------------------------------alterations have been made in this document and as evidence that these alterations were made before the execution of the Contract Agreement, they have been initialed by the Contractor and Shri/Smt _________________________________. The said Officer(s) is / are hereby authorized to sign and initial on my behalf of the documents forming part of this contract.
The above tender is accepted by me on behalf of the President of India at the item rates contained in Schedule ‘A’ on __________________________________
Dated this ________________ date of ___________________ SIGNATURE :
APPOINTMENT : GARRISON ENGINEER
AVADI,
CHENNAI-600 054
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 58 TO 110
GENERAL CONDITIONS OF CONTRACTS
(IAFW – 2249 – 1989 PRINT)
FOR
MEASURABLE CONTRACTS (IAFW- 1779-A)
A copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249), 1989 PRINT)
with errata Nos.1 to 20 and amendments No.1 to 40 has been supplied to me / us* and is in my / our
possession. I / we* have read and understood the provisions contained in the aforesaid GENERAL
CONDITIONS OF CONTRACTS before submission of this tender and I / we* agree that I / we* shall
abide by the terms and conditions thereof, as modified, if any elsewhere in these tender documents.
It is hereby further agreed and declared by me/ us*, that the GENERAL CONDITIONS OF
CONTRACT (IAFW-2249, 1989 PRINT) including condition 70 thereof pertaining to settlement of
disputes by Arbitration and conciliation act (1996), containing 33 pages (Serial Page No.58 to 90) with
errata Nos. 1 to 20 and amendments Nos. 1 to 40 (Serial Page Nos. 91 to 110) form part of these
tender documents.
* Delete which is NOT applicable. AGE (Contracts) Signature of Contractor
For Garrison Engineer Date:
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 111
SCHEDULE OF MINIMUM FAIR WAGES
1. Schedule of Minimum Fair Wages is not enclosed along-with tender but the contractor is
deemed to have full knowledge regarding the minimum wages payable to labourers as legally
effective on the date of submission of tender and his tendered rates shall be deemed to have
been based on this (For the purpose of reimbursement of price variation for wage escalation of
labour, the minimum wages legally effective on the date of receipt of tender shall be the basis).
The Minimum wages legally effective referred to above are the minimum wages notified in the
State/Central Gazettee/Governed by any local regulations whichever is higher.
2. My/Our signature hereunder amount to my/our having signed the aforesaid documents forming
part of this tender.
AGE (Contracts) Signature of Contractor
For Garrison Engineer Date:
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 112
SPECIAL CONDITIONS
1. GENERAL 1.1 The following special conditions shall be read in conjunction with the General Conditions of
Contracts, IAFW-2249 (1989 Print) and IAFW-1779-A (revised 1955) including Errata / Amendments thereto. If any, provision in these special conditions is at variance with that of the aforesaid documents, the former shall be deemed to take precedence there over.
1.2 The work under this contract shall be carried out in accordance with Schedule ‘A’ particular
specifications, drawings, General Specifications and other provisions in MES standard Schedule of Rates (here-in-after called MES Schedule) Part I and II read in conjunction with each other.
1.3 The terms “General Specifications” referred to hereinbefore as well as referred to in IAFW-
2249 (General conditions of contracts) shall mean the specifications contained in the MES Schedule Part I.
1.4 General Rules, Specification’ special conditions and all preambles in the MES Schedule shall
be deemed to be applicable to the works under this contract. Unless specifically stated otherwise in these documents in which case, the provisions in these documents shall take
precedence over the aforesaid provisions in the MES Schedule. The term ‘as specified’ wherever appears in the tender documents and drawings, related to relevant particulars specifications and in its absence General Specification. All references to MES Schedule (Standard Schedule of Rates) in these specifications relate to Part I of MES Schedule unless otherwise mentioned. Reference to only some paragraphs of MES Schedule has been made in
these particular specifications but other paragraphs and provisions as applicable are also to be followed for all sections / parts of Schedule even though not particularly mentioned
hereinafter.
1.5 Where specifications for any items of work are not given in MES Schedule or in these
particulars specifications, specifications as given in relevant Indian Standard or code of practice shall be followed.
1.6 Rates quoted for a particular items and / or lump sum quoted by the tenderer shall be deemed to include for all minor details / items of work and / or construction which are obviously and fairly intended and which may not have been included in these documents but which are essential for the execution and entire completion of the work. Decision of the Accepting Officer as to whether any minor details of work and / or construction is obviously and fairly intended to be included in the contract or not shall be final and binding. However, some of the minor details of items that shall be deemed to be essential for execution and entire completion of work are detailed as under for guidance.
(i) Reinforcement for any RCC Member not indicated in the drawings shall be the
minimum requirement as per code of practice. (ii) Dwarf wall in situations like verandah, passage etc not indicated in drawings.
(iii) Lintels over doors, windows and openings not shown on drawings.
Contd……
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 113
SPECIAL CONDITIONS (CONTD……)
(iv) Builders hardware’s for doors / windows etc though not indicated on drawings but essential for usage. In all the above and other similar cases, the details indicated elsewhere in the drawings which are similar or near similar to be missed out items of work shall be followed. In the absence of any other similar or near similar details, the minimum essential requirements for completion of the work from structural and utility point / view shall be deemed to be included in the lump sum / rates quoted in the tender. In the event of any dispute, decision of the Accepting Officer shall be final and binding.
2. ADMISSION TO SITE BY CONTRACTOR AND RESPONSIBILITY TO ASCRETAIN
HIS OWN INFORMATION
2.1 The tenderers shall contact the Garrison Engineer for the purpose of inspection of site(s) and relevant documents other than those sent herewith, who will give reasonable facilities for this purposes. The tenderers shall also make themselves familiar with working conditions, accessibility of site(s), availability of materials, labour and other content conditions etc which may affect the entire completion of work under this contract.
2.2 The tenderers shall be deemed to have visited the site(s) and made themselves familiar with the working conditions, accessibility of site(s) availability of materials, labour and cogent conditions etc., which may affect the entire completion of work under this contract, whether they actually inspect the site(s) or not. No extra payment consequent on any mistake or misunderstanding or otherwise on this account will be allowed.
2.3 The Contractor shall make suitable approaches to work site if required to convey men, materials, plants and machinery required for the satisfactory completion of work. On completion of work, the site shall be cleared of all temporary approaches. The tenderer’s rates shall interalia be deemed to include for the aforesaid contingencies.
3. SECURITY AND PASSES 3.1 Contractor’s attention is invited to condition 25 of IAFW-2249. He shall employ only Indian
National after verifying their antecedents and loyalty. The contractor shall, on demand by the Engineer-in-Charge, submit list of his agents, employees and work people concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such people.
3.2 The Engineer-in-Charge shall at his discretion have the right to issue passes as per rules and regulations of the installation Area in force to control the admission of the contractor, his agents, employees and work people to the site of the work or any part thereof. Passes should be returned at any time on demand by the Engineer-in-Charge or the authorities concerned and in any case on completion of work.
3.3 The contractor and his agent, employees and work people shall observe all the rules promulgated by the authority controlling the installations / area in which the work is to be carried out e.g. prohibition of smoking and lighting, fire precautions, search of persons on entry and exist, keeping to specific routes, observing specific timing etc. Nothing extra shall be admissible for any man hours etc., lost on this account.
Contd……
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 114
SPECIAL CONDITIONS (CONTD……)
4. CONDITIONS OF WORKING IN RESTRICTED AREA
The work lies in restricted area.
4.1 VISIT TO SITE WITHIN THE RESTRICTED AREA
Permission to enter the restricted area at the time of submission of tenders can be obtained through the Garrison Engineer. Tenderers are advised to send prior intimation of their agents, representatives etc., if any date and time of their proposed visit so that necessary arrangements may be made by GE to secure admission. Whether tenderer visits the site or not he shall be deemed to have full knowledge of the restrictions of entering into / exit from and working within the restricted area.
4.2 ENTRY / EXIT
The contractor, his agents, representatives, workman etc., and his materials, carts, trucks other means of transport etc., will be allowed to enter through and leave from only such gate or gates and at such times as the GE or authorities in charge of the restricted areas may at their sole discretion permit to be used. The contractor’s authorized representative is required to be present at the place of entry and exist for the purpose of identifying his carts, trucks etc., to the personnel in charge of the security of restricted areas.
4.3 IDENTITY CARDS OR PASSES
The contractor, his agents and representatives are required individually to be in possession of an identity card or pass duly verified by the GE. The identity card or pass will be examined by the security staff at the time of entry into or exit from the restricted area and also at any time or number of times inside the Restricted Area.
4.4 INDENTITY OF WORKMEN
Every workman shall be in possession of an identity card. The identity card will be issued after thorough investigation of the antecedents of the labourers by the contractors and attested by the Officer – in – Charge of the unit concerned in accordance with the Standing Rules and regulations of the Units.
4 .4.1 Contractor shall be responsible for the conduct and action of his workman, agents or
representatives.
4.5 SEARCH
Thorough search of all persons and transport shall be carried out at each gate and for as many times as a gate is used for entry or exit and may also be carried out at any time or any number of times at the work site within the restricted area.
Contd…..
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 115
SPECIAL CONDITIONS (CONTD……)
4.6 FEMALE SEARCHER
If the contractor desires to employ female labour on works to be carried out inside the area of a factory, depot, part, etc., and a female searcher is not borne on the authorized strength of the Factory, Depot, Park etc., at the time of submission of the tender, he shall be deemed to have allowed in his tender for pay and allowances etc., for a female searcher (Class IV Group ‘D’ servant) calculated for the period female labour is employed by him inside that area. If more than one female labour is employed by him inside that area. If more than one contractor employ female labour during the month and female searcher(s) has / have to be employed in addition to the authorized strength of the Factory, Depot, Park etc., the salary and allowances paid to the additional female searcher(s) shall be distributed on an equitable basis among the contractors employing female labour, taking into consideration the value and period of completion of their contracts. The GE’s decision in regard to the amount recoverable on this account from any contractor shall be final and binding.
4.7 WORKING HOUR
4.7.1 The unit controlling restricted area, usually, work during six days in the week and remain
closed on the 7th
day. The working hours available to contractor’s labour and staff are however, appreciably reduced because of the time taken in security checks observed at the time of entry, exist and during working hours.
4.7.2 The exact working hours, days and non-working days observed for the restricted area, where works are to be carried out shall be deemed to have been ascertained by the contractor before submitting his tender. The tenderers attention is invited to the fact that the total number of working hours for a unit are prescribed in regulations and they cannot be increased by the Garrison Engineer.
4.7.3 Contractor’s materials, transport etc., shall normally be permitted to come in/go out of the area
between 6 am to 6 pm only.
4.7.4 Contractor may also be allowed to carry out the work beyond 6PM and upto 6AM (days and
night ) with prior approval of GE but however, no movements of materials and transports to go out of site of works shall be permitted during night unless special permission is obtained from the factory / unit authorities.
4.8 WORK ON HOLIDAYS
The contractor shall not carry out any work on gazetted holiday, weekly holidays and other non working days except when he is specifically authorized in writing to do so by the GE. The GE may at his sole discretion declare any day as holiday or non-working day without assigning any reasons for such declaration.
4.9 ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORK
After the works are completed and surplus stores etc., removed, the contractor, his agents, representatives or workmen etc, may not be allowed to have access to the restricted area except for attending any rectification of defects pointed out to him by the GE.
Contd……
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 116
SPECIAL CONDITIONS (CONTD……)
4.10 FIRE PRECAUTIONS:-
4.10.1 The contractor, his agents, representatives, workmen etc. shall strictly observe the orders
pertaining to fire precautions prevailing within the restricted area.
4.10.2 Motor transport vehicles, if any allowed by authorities to enter the restricted area, must be
fitted with serviceable fire extinguishers.
4.11 CONDITIONS FOR WORKING UNRESTRICTED AREA
4.11.1 The work lies in UNRESTRICTED AREA. However, the contractor, his agents, employees work people and vehicles may pass through the unit lines in which case the Engineer - -in-Charge shall, at his discretion have the right to issue passes control their admission to the site of work or any part thereof. The contractor shall on demand by the Engineer-in-charge submit list of personnel etc, concerned and shall notify the Engineer-in-Charge as to the bonafides of such people. Passes shall be returned on demand by the Engineer-in-Charge and in any case on completion of work.
4.11.2 The contractor and his agents, employees and work people shall observe all the rules promulgated by the authority controlling area in which the work is to be carried out eg. Prohibition of smoking, lighting and fire precautions, search of persons at entry and exit. Keeping to specified route, restricted hours of working etc. any person found violating the security rules laid down by the authority, shall immediately expelled from the area without assigning any reason whatsoever and the contractor shall have no claim on this account. Nothing extra shall be admissible for any man hour lost on this account.
4.12 MINIMUM WAGES PAYABLE
4.12.1 Refer condition 58 of General condition of contracts (IAFW-2249). The contractor shall not
pay wages lower than minimum wages for labour as fixed by the Government of India / State Government / Union Territory under minimum wages act of contract labour (Abolition of Regulations act) whichever is higher.
4.12.2 Schedule of minimum fair wages is not enclosed along with the tender, but the contractor is deemed to have full knowledge regarding the minimum fair wages payable to the labour as legally effective on the date of submission of tender irrespective of the fact, the Gazette notification may not have been published or that he was unaware of the increase in the minimum wages legally effective on the date of receipt of tender shall be basis for reimbursement, refund on variation in prices. The minimum wages notified in Gazette or by any local regulations whichever is higher.
4.12.3 The contractor shall have no claim whatsoever, if on account of local factor and regulations, he
is required to pay the wages in excess of minimum wages as described above during the execution of work.
Contd……
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 117
SPECIAL CONDITIONS (CONTD……)
5. ROYALTIES
Refer condition 14 of General conditions of contracts IAFW-2249). No quarries on defence land are available.
6. LAND FOR TEMPORARY WORKSHOP, STORES ETC.,
Delete the following from lines 5 to 9 of sub para 1 of condition 24 of General conditions of contracts (IAFW-2249) reading “in the event of area of land--------land allotted to him” and insert as under:-
“The contractor shall be allotted land free of charge, the area as marked on the lay out plans for the purpose of storage of materials including erection of temporary workshop, stores, etc., Plot of land so allotted shall not be used for accommodation of labour and canteen for which the contractor shall make his own arrangements at his own expenses”.
7. WATER
7.1 Refer condition 31 of General condition of contracts (IAFW – 2249) and clause No.1.13 of
MES Schedule. Water will be supplied by MES at the points marked on site plan. As the
water supply by MES is likely to be intermittent the contractor shall make his own arrangement
for storing the water required for the works, labour and workmen etc., at his own expenses. In
the event of break-down of MES supply of water or in the event of the said supply of water
becoming intermittent, the contractor shall have no claim whatsoever on this account and
contractor shall make his own arrangements to supplement the requisite quantity of water.
7A Co-operation with other agencies. The contractor shall permit free access and generally afford
facilities to the other agencies or department workmen engaged by the Govt to carry out their
part of the work, if any, under separate arrangements. The contractor shall not be allowed any
extra payment of this account.
8. ELECTRIC SUPPLY 8.1 Electricity will not be supplied by MES
9. RECORD OF CONSUMPTION OF CEMENT 9.1 The contractor shall maintain a pucca bound register with serially numbered pages with pages
initially by Engineer-in-Charge. Charge against numbering, showing quantities of cement received, used in work and balance at the end of / each day. The form of record shall be signed daily by representatives of MES and the contractor in token of verification of its correctness and will be checked by Engineer-in-Charge at lest once a week and on the days cement is issued to the contractor.
9.2 The register shall be kept at site in safe custody of the contractor’s representative during the progress of
the work and shall on demand be produced for verification to the inspecting officer(s).
9.3 On completion of the work the contractor shall deposit the cement register with the Engineer-in-Charge
for record.
9.4 The aforesaid provision will however not absolve the contractor from returning the over drawn cement
if any detected during the course of examination of the final bill / work, on theatrical calculations of the
cement require for the work. Contd……
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 118
SPECIAL CONDITIONS (CONTD……)
10. PERIOD OF KEEPING TENDER OPEN
10.1 The tender shall remain open for acceptance for a period of 60 (SIXTY) days from the date on
which the tenders are due to be submitted.
11. CONTRACTOR’S REPRESENTATIVES AND WORKMEN 11.1 Refer condition 25 of IAFW-2249, the contractor shall employ only Indian Nations as his
representatives, servants and workmen and verify their antecedents and loyalty before employing them for the works. He shall ensure that no person of doubtful antecedents and nationality is in any way associated with work. If for the reasons of technical collaboration or other consideration the employment of any foreign national is unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer at the time of submission of his tender. The GE shall order the contractor to cease to employ in connection with this contract any representative, agent, servants and workmen or employee whose continued employment in his opinion is undesirable.
12. SECURITY OF CLASSIFIED DOCUMENTS
Contractor’s special attention is drawn to condition 2A and 3 of IAFW-2249 (General conditions of contractors). The contractor shall not communicate any classified information regarding the work either to sub-contractors or others without prior approval of the Engineer-in-Charge. The contractor shall also not make copies of the design / drawings, and other documents furnished to him in respect of the work, and shall return all documents on completion of the works or earlier on determination of the contractor. The contractor shall along with the final bill attach a receipt of his having returned the classified documents as per condition 3 of IAFW-2249 (General condition of contract).
13. RECORD OF MATERIALS 13.1 The quantity of materials such as paints, bitumen, Bituminous felt, water proofing compound,
chemicals for anti termite treatment and the like, as directed by the Engineer-in-Charge the quantity of which cannot be checked after incorporation in the works shall be recorded in measurement books and signed by the contractor and the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for incorporation in the work.
13.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge and those already recorded in measurement book shall be suitably marked for identification.
13.3 The contractor shall, on demand, produce to the GE, original receipted paid vouchers/ invoice in respect of the supplies. Vouchers / invoices so produced shall be verified defaced & stamped by Engineer-in-Charge indicating contract number, name of work under his dated signature. The contractor shall ensure that the materials are brought to site, in original sealed containers / packing, bearing manufacture’s marking except in the case of the requirement of materials being less than smallest packing.
Contd……
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 119
SPECIAL CONDITIONS (CONTD……)
13.4 Contractor shall produce vouchers / invoices from the manufactures and / or their authorized agents for the full quantity of the following materials as applicable as pre-requisite before submitting claims for payment of advances on account of the work done and / or materials collected in accordance with condition 64 of General Conditions of contracts IAFW-2249.
(a) Water proofing compound
(b) Chemicals for anti termite treatment
(c) Paints and Cement based paint
(d) Cast iron pipes and fittings
(e) Sanitary fittings
(f) Steel windows / ventilators
(g) Factory made door window shutters
(h) Floor, wall tiles
(j) Builders hardware
(k) Tar felt / bituminous products
(l) Salt glazed stone ware pipes
(m) Electrical and water supply fittings / fixtures where names of manufacturers / brands
are specified or approved.
(n) Cables.
13.5 When the value of each category of materials is / less than Rs.500/- production of vouchers
may not be insisted upon if the GE is otherwise satisfied with the quality of materials.
14. CONTRACTORS PLANT / EQUIPMENT AT SITE 14.1 The contractor shall furnish to the Engineer-in-Charge every morning distribution / return of
his plants / equipments on the site of work stating the following particulars :-
(a) Particulars of plants / equipments, their make, manufactures model No., if any. Registration No., if any, capacity, year of manufacture and year of purchase etc.
(b) Total No. (Quantity) on site of work.
(c) Location, indication No. quantity at each location of site of work.
(d) Purchase value on the date of purchase, for the purpose of the condition, plant / equipment, vehicle No. i.e., trucks and Lorries but neither the workman’s tools or manually operated tools/equipments shall be given. The Engineer-in-Charge shall record the particulars supplied by the contractor in the works diary and send the return to the GE for record in his office.
15. RELEASE OF ADDITIONAL SECURITY DEPOSIT. 15.1 Refer condition 22 and 68 of IAFW-2249.
Contd……
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 120
SPECIAL CONDITIONS (CONTD……)
15.2 The contractor, in case he has to deposit additional security for the contract, is advised to deposit the additional security in two equal parts so as to facilities its release in accordance with condition 68 of IAFW-2249.
16. OFFICIAL SECRET ACT
The contractor shall be bound by the official secret Act 1923.
17. CLEANING DOWN 17.1 Refer condition 49 of IAFW-2249, General conditions of contracts. The contractor shall clean
all floors, walls, remove cement / lime / paint marks / drops etc., clean the joinery glass panes etc., touch up all painters work and carryout all other necessary items of work in connection therewith and leave the whole premises clean and tidy before handing over the building.
18. SALES TAX ON WORKS CONTRACTS BY STATE GOVERNMENT (PURSUANT
TO THE CONSITITUTION 46th
AMENDMENT ACT 1982)
The tenderers quoted rates shall be deemed to be inclusive of all the sales tax on works contract levied by the Tamil Nadu Government as fixed and no claim on account of sales tax on works contract shall be admissible. Tender will be considered non bonefide if any stipulation is made by the tenderer and tender will be liable for rejecting. The sales tax shall be recovered b y Department in RAR / Final Bill irrespective of taxes recovered by Dealer / Distributors.
19. TESTING OF MATERIAL
19.1 The name of laboratories where from the tenderer desirous to get the materials, concrete cubs
etc tested shall be with the prior approval of GE. The cost of all such tests including cost of materials and transportation shall however be borne by the contractor unless otherwise specified hereinbefore.
20. REIMBURSEMENT / REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO CONTRACT VALUE
20.1 The rates quoted by the contractor shall be deemed to be inclusive of all taxes including sales tax / VAT on materials, Sales tax / VAT on Works Contracts, turnover tax, Service tax, Labour welfare cess / tax etc., duties, royalties, Octroi & other levies payable under the respective statutes. No reimbursement / refund or variation in rates of taxes, duties. Royalties, Octroi & other levies, and / or imposition / abolition of any new / existing taxes, duties royalties, Octroi & other levies shall be made except as provided in sub para (b) here in below.
Contd……
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 121
SPECIAL CONDITIONS (CONTD……)
20.2 The taxes which are levied by Government at certain percentage rates of Contract Sum / Amount shall be termed as ‘taxes directly related to Contract Value” such as Sales tax / VAT on works contracts, Turnover tax, Labour welfare cess / tax and like but excluding Income tax. The tendered raters shall be deemed to be inclusive of all “taxes directly related to contractor
value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the contractor and any decrease in percentage rates of taxes directly related to contract value with reference to prevailing rates on last due date of receipt of tenders shall be refunded by the contractor to the
Govt deducted by the Government from any payments due to the Contractor. Similarly imposition of any new “taxes directly related to Contract value” after the last due date for receipt of tenders shall be reimbursed to the contractor and abolition of any “taxes directly related to contract value” prevailing on last due date for receipt of tenders shall be refunded by the contractor to the government deducted by the government from the payments due to the contractor.
20.3 The contractors shall within a reasonable time of his becoming aware of variation in
percentage rate and / or imposition of any further “taxes directly related to contract value “give
written notice thereof to the GE stating that the same is given pursuant to this special condition,
together with all information relating thereto which he may be in a position to supply. The
contractor shall also submit the other documentary proof / information as the GE may require.
20.4 The contractor shall, for the purpose of this condition keep such books of account and other documents as are necessary and shall allow inspection of the same by a duly authorized representative of Government, and shall further at the request of the GE furnish, verified in such a manner as the GE ay require, any documents so kept and such other information’s as the GE may require.
20.5 Reimbursement for increase in percentage rates / imposition of ‘taxes directly related to contract value” shall be made only if contractor necessarily and properly pays additional taxes directly related to contract value” to the government without getting the same adjusted against any other tax liability or without getting the same refunded from the concerned government authority and submits documentary proof for the same as the GE may require.”
21 CONSTRUCTION WORKER WELFARE TAX
“Consequent upon promulgation of ordnance by the president of India, contractor shall be liable to pay element for construction labour welfare tax, if any and quoted rates shall be deemed to be inclusive of this element and no extra payment shall be admissible to the contractor.”
Signature of Contractor AGE (Contracts)
Dated for Garrison Engineer
Contd……
CA NO. GE/AVD/ OF 2015-16 SERIAL PAGE No. 122
PARTICULAR SPECIFICATION: SECTION - I
1. WORK IN ACCORDANCE WITH DRAWINGS AND SPECIFICTIONS 1.1 The work under this contract shall be carried out in accordance with Schedule ‘A’ special conditions,
particular specifications “General Specifications” and other provisions in the MES Schedule, relevant Indian Standard and codes of practice and drawing forming part of this contract.
2. MAKING CHASES, HOLES ETC. IN WALL AND OTHER SITUATIONS 2.1 Chases / holes etc shall be left in concrete, brick work, stone masonry / floors and in any other
situations for carrying out the various item of work as required or as directed by the Engineer-in-Charge, as far as possible during the progress of working the particular situation and shall be made good in the same mortar mix as specified for the portion of the work.
3. SITE CLEANING 3.1 Refer condition 40 of IAFW-2249, General Conditions of Contract. The contractor shall remove from
the site all unused stores and materials, tools, plant, equipment, scaffolding, temporary buildings, huts and the like belonging to the contractor and provided for the execution of work under this contract and the site of work shall be cleared off rubbish and all waste materials by the contractor and delivered in clean and tidy manner to the satisfaction of the Engineer-in-Charge on or before the date of completion. Nothing extra whatsoever shall be paid to the contract for such clearance of site.
4. INDIAN STANDARD SPECIFICATION 4.1 Materials provided by the contractor for incorporation in the works shall unless otherwise specified in
the particular specifications comply with the requirement of the relevant Indian Standard (IS) of the year of publication (Editions) as specified in the MES Schedule Part I with all amendments or revised editions current on the due date of receipt of tender. The contractor may however, at his own discretion provide and incorporate in the works, such materials complying with the requirement of any corresponding subsequently amended or revised edition of IS without any adjustment in the contract sum.
5. MATERIALS AND SAMPLES IN METRIC SIZE 5.1 Materials provided by contractor for incorporation in the works shall unless otherwise specified in the
particular specifications comply with requirement of the relevant Indian Standard (IS) of the year of
publication (Edition) as specified in the MES/SSR Part I with all amendments or revised editions
current on the due date of receipt of tender. The contractor may however at his own discretion provided
and incorporate in the works, such materials complying with the requirements of any corresponding
subsequently amended, for revised edition of the IS without any adjustment in the contract sum.
5.2 Materials for which IS does not exist shall conform to the samples maintained in the office of GE.
Where such samples are not available the materials provided shall be to the specifications with written approval of GE.
5.3 The contractor shall produce samples of all materials, articles fittings, accessories etc. that he proposed
to use and get it approved in writing by the GE. The materials, articles, etc., as approved shall be labeled as such and shall be kept in the custody of the GE / Engineer-in-Charge.
Signature of Contractor AGE (Contracts) Dated for Garrison Engineer
CA NO.GE/AVD/ OF 2015-16 SERIAL PAGE NO. 123
PARTICULAR SPECIFICATION: SECTION II
1. SCOPE OF WORK 1.1 The work under this contract shall be carried out all as described in Schedule ‘A’ and as specified in
particular specification and as directed by Engineer-in-Charge. The following works are clubbed
together:-
(a) Provn of Soad washing and cleaning shed near painting bay at 8 BRD AF Stn Avadi.
(b) Provn of turn buckle for drying clothes in SNCOs living in accommodation at 23ED AF Stn
Avadi.
(c) Improvement to toilet of CI section at MTTI AF Stn Avadi.
. (d) Improvement to PVC water tanks for Trainee billet at MTTI AF Stn Avadi
2. MES SCHEDULE
2.1 General Rules, specifications for materials and workmanship and special conditions and preambles
contained in the MES Schedule shall be read in conjunction with the description of items in Schedule
‘A’ and particular specification specified hereinafter where the provisions in the particular specifications are at variance with the aforesaid provisions of the MES Schedule, the former shall take
precedence. The term general specification referred in the tender documents shall mean the
specifications contained in the MES Standard Schedule of Rates 2010 (Part-II) and specification 2009
(Part-I)
3. EXCAVATION AND EARTH WORK
3.1 Excavation and earth work involved for works covered under Schedule ‘A’ shall be deemed to be
carried out all as specified in Sch ‘A’. Any other type of strata if met with during excavation, necessary
price adjustment shall be made through a deviation order. Variation in depth/design of foundation shall also be adjusted through deviation order. If hard rock is met with in excavation, the same shall become
the property of Government and shall be stacked neatly as directed by Engineer-in-Charge and entered
in the measurement book duly signed by Engineer-in-Charge and contractor.
3.2 DISPOSAL OF SOIL: Soil obtained from excavation, obtained after filling back in foundation trenches
shall be removed, deposited and leveled at place at distance not exceeding 50 mtrs as directed by
Engineer-in-Charge. Rubbish shall be cleared away from the site from time to time as directed by the
Engineer-in-Charge
4. CEMENT
4.1 GENERAL : Cement required for the work under this contract shall be procured by the contractor under his own arrangement from any of the manufacturers indicated hereinafter. Cement shall be of tested
quality and shall comply with the requirement mentioned in SSR and particular specification
hereinafter.
4.2 TYPE OF CEMENT
4.2.1 Type of cement for the subject work shall be ordinary Portland cement grade 43 (forty three) in
accordance with IS 8112-1989 (or) Portland Pozzolona Cement as per IS 1489-1991 (Part-I).
However, while using Portland Pozzolona Cement (PPC), the following conditions shall be met:-
(a) Strength criteria for PCC shall be as per IS 8112-1989.
(b) Stripping time shall be 14 days.
(c) Both OPC and PPC will not be permitted for use in the same building except for plaster and mortar.
(d) Mandatory certificates of testing and quality assurance will be submitted with fly ash content as
per IS 1489-1991 (Part-I).
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 124
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
4.3 MANUFACTURER’S NAME 4.3.1 Cement supplied by the contractor shall be procured by the contractor directly from the following main
manufacturers or from their authorized main dealer/stockists:- Mysore Cement Ltd, Birla Corpn Ltd (Cement Division), Larson and Tubro Ltd, ACC Ltd Madukarai, Raasi Cement, Andhra Cement Ltd,
Associated Cement Co, India Cement, Madras Cement, Dalmia Cement (Bharat), Grasim Cement,
Rajashree Cement, Orient Cement, Raymond Ltd (Cement Division)
4.4 SOURCE OF PROCUREMENT : The contractor shall furnish the particulars of the
manufacturer/supplier of cement alongwith the date of manufacture to the Garrison Engineer for every
lot of cement separately. The document in support of the purchase of cement shall be verified by the
Garrison Engineer. Before placing the order for supply of cement by the contractor, he shall obtain written approval from the GE regarding name of manufacturer, quantity of cement etc. Cement shall be
procured for minimum requirement of one month and not exceeding the requirements of the same for
more than three months at a time. The cement shall be consumed in the work within six months.
Cement shall conform to the requirement of Indian Standard specification and as far as possible each
bag of cement shall be marked with relevant ISI. The weight of each consignment shall be verified by
the GE and recorded.
4.5 SOURCE OF PROCUREMENT LESS THAN 1200 BAGS
For all contracts, where estimated requirements of cement is less than 1200 bags and all terms contracts,
contractor can procure cement from the authorised distributors / dealer of the approved firms. However
contractor will have to submit test certificate for the batch issued by the firm.
4.5.1 The contractor shall submit original purchase vouchers for the total quantity of cement to be
incorporated in the work.
4.5.2 The content shall be checked at random to verify the actual weight of cement per bag. However, the
content per bag shall be 50 Kg only, subject to reference given in Annexure ‘B’ of IS-8112 of 89.
4.6 Water shall conform to the requirement stipulated in IS 456-2000 and as per clause 4.9 of MES
schedule
4.7 Reinforced cement concrete shall be weighed & mixed all as specified in clause 4.11 to 4.11.5.1 of SSR
Part I
4.8 COARSE AGGREGATE : Coarse aggregate for all cement concrete works shall be crushed hard broken granite graded all as specified and shall conform to the grading given in clause 4.4.1 to 4.4.7(1)
of MES Schedule Part I. Stone for coarse aggregate shall be obtained from quarries approved by the
Garrison Engineer.
4.9 FINE AGGREGATE: Fine aggregate for concrete shall be of approved quality natural sand. Fine
aggregate for concrete generally conform to grading zone II of 383 of 1970 and within the limits of
grading as specified in clause No: 4.4.7 (2) of MES Schedule Part I. Sand shall be obtained from river
beds or any other source approved by the GE. Use of sea sand will not be permitted.
4.10 MIXING, DEPOSTING AND CONSOLIDATION
4.10.1 All cement concrete plain and reinforced shall be machine mixed deposited and rammed / or compacted
as specified in MES Schedule. The GE may however approve hand mixing for small quantities of work
such as bed blocks and cills. Where hand mixing is permitted it shall be taken to ensure that mixing is
continued until the concrete is uniform in colour and consistency. Using Mechanical vibrator shall be
used for compaction in structural concrete. Hand punning / tamping with rods may be permitted by the
GE in location where vibrators cannot be used.
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 125
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
5 PROPORTIONING OF CONCRETE: The proportioning of Volumetric Mix Concrete for all PCC
work shall be as specified in SSR Part I. The mix for all RCC work shall be of grade as specified.
5.1 DESIGN MIX CONCRETE: The proportions of Design Mix Concrete M-25 shall be
arrived at by designing the concrete for the parameters as given in the IS.
5.2 Design Mix shall satisfy the durability criteria as per IS-456-2000 for moderate
exposure condition. The quality control `good’ shall be maintained.
5.3 The contractor will be required to get the mix design done from IIT Madras/NABL lab or any other
Govt. Engg College approved by the GE. All material required for carrying out the design shall be provided by the contractor to the laboratory. The fees for the Design Mix shall be borne by the
Contractor. Rates quoted for the Design Mix concrete are deemed to be inclusive of the fee. Nothing
extra shall be paid on this account.
5.4 Trial mixes shall be prepared at site using the proportions indicated in Design Mix provided by the
laboratory for verification. The GE shall accord his written approval of the Design Mix Proportions
after the field results meet the criterion. Contractor shall take action immediately on placing of work order for getting the Mix Design done to avoid hold up in work.
5.5 A re-verification of Mix proportions for Design mix concrete shall be essential for each fresh lot of
cement. Nothing extra shall be paid on this account. With any change in aggregate source, mix design
or grade of cement, fresh design mix shall be done by the contractor. The decision of GE regarding the
necessity for re-verification or redesign of mix will be final and binding.
5.6 The Design Mix furnished by the laboratory shall include the following details:-
(i) Grading of individual coarse and fine aggregate used in Design Mix.
(ii) Proportion by weight of each component of aggregate of Design Mix.
(iii) Water cement ratio for recommended proportions of aggregates.
(iv) Slump and compaction factor values for the recommended Design Mix.
(v) Initial standard deviation to be adopted for acceptance criterion as per IS-456 of 2000.
(vi) 28 day Compressive strength of cement supplied for Design Mix.
(vii) Actual cement content in the Design Mix.
(viii) The maximum free water cement ratio shall be as per table 5 of IS 456-2000. Sampling and
acceptance of concrete shall be as per clause 15 & 16 of IS-456 of 2000. The maximum size of
aggregate for reinforced cement concrete shall be 20mm.
(ix) The cement constant considered for M-25 Design mix shall be as per IS-456 of 2000.
(x) In case the cement content obtained by design mix is less than the minimum content specified in
IS-456 of 2000, the minimum content specified in IS-456 of 2000 shall prevail without any price
adjustment.
(xi) In case as per design mix, higher cement content as compared to minimum content required
specified in IS-456 of 2000 is achieved then the higher cement content shall be used in the work and
there shall not be any price adjustment (Plus DO) on this account.
Contd…..
CA NO.GE/AVD/ OF 2015-16 SERIAL PAGE NO. 126
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
5.7 BATCHING AND MIXING:
(i) Contractors are required to use weigh batcher having digital display for all RCC work under this
contract. The quantities of cement, dry aggregates and water for the Design mix concrete shall be
proportioned by weight.
(ii) Contractor shall collect full quantity of aggregates required for a day job at least a day in advance.
Grading of individual aggregate so collected be verified as also of the mixed aggregates before
commencement of work. Small modification to achieve the grading of mixed aggregates can be made.
Such modification shall be recorded and approved by the GE.
(iii) Grading check on individual and mixed aggregates shall be carried out in the beginning of days
work and as ordered by the GE there after.
(iv) Contractor shall make arrangement to store adequate quantity of water. Water cement Ratio shall
be maintained at its correct value.
(v) After batching, the dry mixed aggregates shall be delivered into a mechanical mixer. Mixing shall
be continued till the mixed mass is uniform in colour and consistency. No segregation of the ingredients
should take place on pouring down from the Mixer.
5.8 CONSOLIDATION OF CONCRETE:
Consolidation shall be done by mechanical vibrators, plate type for slab and needle type for other
locations.
5.9 TRANSPORTATION PLACEMENT AND COMPACTION:
(i) Transportation of mixed concrete shall be done all as described in MES Schedule clause 4.11.9.
(ii) Due precaution shall be taken while placing concrete so that segregation of aggregates does not
occur. All stipulations in MES Schedule Clause 4.11.10 shall be strictly complied with.
(iii) Compaction of concrete shall be carried out all as specified in MES Schedule Clause 4.11.11. Cast-
in-situ flooring concrete upto 100 mm thickness can however be compacted by tamping.
(iv) Where congestion of reinforcement is experienced a super plasticizer shall be mixed with the
concrete at the rate as recommended by the manufacturer by weight of cement as used in the particular
location. The location/area shall be as decided by the GE whose decision shall be final and binding. The
makes of the Super plasticizer shall be any one of the following make as approved by GE. Super
plasticizer Make : MC Bosbin Ltd., Mumbai. SIP resizers make CICO or SIKKA.
5.10 MIXING, DEPOSITING AND RAMMING:
(i) All cement concrete, both plain and reinforced shall be mixed in mechanical mixer of Hopper
type. The mixer shall comply with IS-1791 and IS-12119. The mixer shall be fitted with water
measuring metering device. However, in case of small quantity (i.e.) the quantity of concrete required being less than one batch of mix, the contractor may, after obtaining written permission from the
Engineer-in-Charge, be allowed hand mixing without any price adjustment. Where hand mixing is
permitted, it shall be carried out on a water tight platform and care shall be taken to ensure that mixing
is continued until the concrete is uniform in colour and consistency.
(ii) All concrete for RCC work shall be consolidated/compacted by mechanical vibrators of a
approved type (plate type for slabs and needle type in other locations) precast/cast-in-situ. Plain cement
concrete may however, be rammed and consolidated by tamping and rodding as specified in MES
Schedule.
5.11 CURING: Curing to concrete shall be carried out all as specified in MES Schedule clause 4.11.13. The
exposed surface of freshly laid slabs shall not be subjected to any loading or traffic during 7 days of
curing period.
Contd….
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 127
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
5.12 TESTING OF MATERIALS:
MATERIALS REQUIRED FOR TESTING : The contractor shall provide all materials, moulds and
labour for making test concrete cubes and transportation to recognized laboratory approved by GE. The
respective unit rates quoted shall cater for these contingencies.
5.13 FORM WORK:
5.13.1 Form work shall comply with requirement of clause 4.11.6, 4.11.6.1 to 4.11.6.5 and 7.15.1 to 7.15.10 of
MES schedule Part I.
5.13.2 Form work shall be of steel and of adequate strength. Steel props and steel sheets are only to be used in
formwork except for chajjas, roof projection, sides & bottom of beam and any other minor elements
which cannot be done by steel form work at the discretion of GE. However, deformed steel sheet shall
not be permitted for use as form work. In case of any deviation involving form work to surfaces
exposed to view, the pricing shall be done at the rates of timber form work for fair finish and in case of
unexposed concrete surfaces, the pricing shall be done at the rates of timber form work, clean sawn.
5.13.3. The contractor shall submit form and centering layout for the approval of Garrison Engineer through
Engineer in charge before starting form work. However the approval shall not relieve the contractor of
any responsibility for correct and complete performance.
5.13.4 Form work shall be adequately designed and fabricated keeping in view the following factors:-
(a) Dead weight of concrete and steel.
(b) Load carrying capacity of props.
(c) Moving loads in the Form of Workers on the top of the form work should be minimized by pumping
the concrete and restricting the number of workers.
(d) The impact and horizontal loads due to movements of workers should be minimized by keeping
them stationary and just moving concrete containers from one person to other up to the place of
pouring.
(e) Sequence and schedule of concrete pours.
(f) Number of vibrators to be put in service, as these will cause impact on the formwork.
(g) It should be ensured underneath that firm base is given to the props. (h) Props should be straight and placed in true vertical position.
(i) Vertical props should be provided with braces in both directions. Number of vertical intervals at
which braces are to be provided, will depend upon height of the structure and horizontal loading.
5.14 EXPOSED SURFACES OF CONCRETE:
5.14.1 Soffit of slabs, sides and soffits of beams inside the buildings shall be plastered with cement mortar (1:3)
5mm thick and finished even and smooth.
5.14.2 Exposed surfaces of lintels, beams, columns etc., which are continuous with plastered surfaces of walls
shall be plastered, in the manner specified for the walls.
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 128
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
5.14.3 All other exposed surfaces not covered above shall be finished as per para 4.11.16.2 (a) of SSR Part I.
5.14.4 Upper surfaces of concrete floor/roof slab, chajjas, cantilevers etc., shall be formed to such levels and
falls as indicated and shall be finished with at a wooden float to an even surface to receive further
treatment or with steel trowel to even and smooth finish where no further treatment is specified.
5.15 SAMPLING AND STRENGTH TEST OF CONCRETE:
5.15.1 Samples from fresh concrete shall be taken as per IS:1199-1959. Cubes shall be made, cured and tested
at 28 days in accordance with IS:516-1959. The Garrison Engineer may require cube testing at 7 days
after casting in special cases. In such cases also 28 days test shall be recorded.
5.15.2 Frequency of sampling shall be all as specified in Clause 15.2 of IS-456 of 2000, Material and their test
mentioned in Page No.133 to 138.Three test specimen shall made for each sample. Additional cubes
shall be made where the GE has ordered 7 days strength also to be determined.
5.15.3 Test specimen shall be dated and properly identified indicating location of laying the particular concrete.
5.15.4 The test specimen shall be cured in curing pond specially constructed for the purpose at site. The pond
shall be regularly cleaned.
5.15.5 Compression testing of concrete cubes shall be carried out in the laboratory as approved by the GE. Cost
of supplying concrete for cubes, casting, curing, transportation and testing shall be borne by the contractor. Contractor shall depute his representative to be present for testing of cubes.
5.15.6 The test strength of the sample shall be the average strength of three specimen. The individual variation
shall not be more than + or – 15% of the average.
5.15.7 The acceptance criteria for all concrete shall be as defined in clause 16 of IS-456-2000.
5.15.8 Cover to reinforcement shall be provided all as shown on structural drawings. Where however cover is
not indicated, provisions in MES Schedule Clauses 4.11.8.1 to 4.11.8.4 shall be adopted.
5. BRICK WORK
5.1 Brick shall be ordinary burnt bricks (Sub class ‘B’ bricks) locally available with a crushing strength not
less than 35 Kgs per square centimeter. The size of bricks shall be 230 mm long, 115mm wide and
75mm high with a tolerance of plus or minus 8% on the dimensions. Water absorption of bricks shall
not exceed 20% when tested in accordance with IS 5454 and IS 3495. With reference to special
condition 5.1.1. to 5.1.4 of MES Schedule Part II the thickness of brick walls in one brick thick and
above up to three bricks thick shall be measured in multiples of half brick thick (including thickness of
joints). Centerline dimensions shall however be maintained.
5.2 Bricks without frogs are acceptable without any price adjustment
5.3 FLY ASH BRICK WORKS : Fly ash brick shall be conform to relevant IS. Dimension of fly ash
bricks shall be 230x115x75mm with max variation in dimension not more than + 3mm for all
dimension. Compressive strength of fly ash bricks if tested as per IS 12394 – 1990 & IS 3495 (Pt-1) 1976.
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 129
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
6. FORM WORK
6.1 Form work shall comply with requirements of clause 4.11.6, 4.11.6.1 to 4.11.6.5 and 7.15.1 to 7.15.10
of MES Schedule, part I.
6.2 Formwork shall be steel or plywood of adequate strength, at the option of the contractor. However,
deformed steel sheet shall not be permitted for use as formwork.. In case of any deviation involving
form work to surfaces exposed to view, the pricing shall be done at the rates of timber form work for
fair finish and in case of unexposed concrete surfaces, the pricing shall be done at the rates of timber
form work, clean sawn.
7. FACTORY MADE PVC DOOR SHUTTER
7.1 Factory made PVC door shutter shall be as specified in 8B.2 and frame shall be as specified in Clasue
8B.3 and 8B.4.2 on Page No 145 to 146 of SSR Pt-II, 2010 and as specified in schedule ‘A’. The
accepting officer shall approve make before being incorporated in the subject work as specified herein after
8. BUILDERS HARDWARE : All items of Builders hardware shall be of Aluminium anodized and shall
conform to relevant IS.
9 STEEL AND IRON WORK 9.1 General :- All items of steel which are required for the work under this contract shall be procured
supplied and incorporated in the work by the contractor under his own arrangement.
9.2 Grades and Quality
9.2.1 Steel supplied by the contractor shall conform to the following grades and quality.
(a) Reinforcement Steel: Reinforcement shall be corrosion resistant steel TMT bars known as
CRS/CRM/HCR TMT bars conforming to IS 1786-2008 having minimum yield strength of 500
N/mm2 of grades Fe 500/Fe 550 D and minimum elongation of 18 %. Mild steel bars shall
conform to IS 432 (Part I) and grade I.
(b) Structural Steel
(i) Structural steel - E250 (Fe 410W) Conforming to IS-2062
(ii) General purpose - E165 (Fe 290) Conforming to IS-2062
(c) Galvanised steel sheets(Plain or corrugated) - Conforming to IS-277
(d) Fabric reinforcement for concrete - Conforming to IS 1566
9.3 Source of Procurement
(a) All steel reinforcement shall be corrosion resistant steel TMT bars known as CRS/CRM/HCR TMT
bars conforming to IS 1786-2008 having minimum yield strength of 500 N/mm2 of grades Fe 500/Fe
500D and shall be procured from main producers viz SAIL/ TISCO/RINL/Jindal Steel and Power
Ltd/MS Jai Balaji Industries Ltd/ M/s Shyam steel industries Durgapur West Bengal /M/s SPS Rolling Mills Ltd West Bengal/M/S Steel Exchange India Ltd/SRMB Srijan Ltd, 7 Khetra Das lane, Kolkatta-
12.
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 130
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
(b) The contractor shall procure all the structural steel directly from the manufacturers, Viz(i) SAIL
(ii) TISCO (iii) RINL (iv) Jindal Steel and Power Ltd or other approved primary producers.
(c) In case of its non availability with primary producers the structural steel can be procured from
the approved secondary producers with a reduction of 5%( Five percent) of the accepted rates of
structural steel ( SSR rate + CP) to be adjusted through a minus Deviation Order. In case the desired
section of structural steel is not rolled/manufactured by the primary producer there shall be no price
adjustment in use of structural steel procured from the approved secondary producers.
(d) The contractor shall within 15 days of placing of work order indicate the source for procurement of
steel to GE in writing. List of approved secondary producers for structural steel is given below:
(1) KL Steel Pvt Ltd, Post Box No 61, Lal Kuan, Bulandshahar Rd, Ghaziabad (UP)
(2) Shree Badrinarayan Alloys & Steels Ltd, 95, Stephen house, 4 BBD Bag, Kolkata-1
(3) Pushpak Steel Industries Pvt Ltd, Gate No -119, Anandi Market Rd, Dhanore, Tah Khed
Pune
(4) Amba Shakti Ispat Ltd, Plot No 6, Phase II Industrial Area, Kala Amb, Dist-Sirmour-
173030 (HP)
(5) Shree Parashnath Re-Rolling Mills Ltd, Durgapur, 4C Maharshi Devendre Rd, 3rd floor,
Kolkota – 7 (Phone- 033-2274 0045 / 4475)
(6) Tata Steel Structura, Tata Steel –Tube Division, !st floor, 5 Sansad Marg, Delhi-1
(7) KL Concast Pvt Ltd, Z-18, Naraina, New Delhi
(8) Karam Steel Corp, Nasrali Rd, PO Box No 56, Mandi Gobind Garh – 147 301
(e) However, steel sections for railing, gates, fencing, guard bars, grills steel chowkats, hold fast etc, which do not constitute structural members, can be procured from main producers/secondary
producer/BIS marked manufacturers or their authorized dealers at the option of contractor without any
minus price adjustment. Tests will not be insisted upon for such steel sections.
(f) The contractor shall produce original vouchers from suppliers for the total quantity of steel
purchased, under each consignment and be kept on record of the GE duly defaced by Engineer-in-
Charge and authenticated.
9.4 Testing and Test Certificate
(a) The contractor shall produce manufacturers test certificate in original alongwith the test sheet
giving the result of each mechanical test as applicable and the chemical composition of the steel
supplied as specified in relevant IS Codes, duly signed by the manufacturer of their authorized dealers
with each consignment.
(b) The original test certificate shall be kept on record in the office of GE duly defaced by
Engineer-in-Charge and authenticated.
(c) In addition to production of test certificate as mentioned in clause and above. The contractor
shall provide all facilities to the Dept for independent testing of steel in Govt Approved laboratories if
considered necessary by GE. The cost of such tests shall be borne by the Contractor. Independent
testing of reinforcement steels structural steel by the GE shall be mandatory in case of procurement
from secondary producers and testing charges shall be borne by the contractors irrespective of the
outcome of test results.
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 131
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
9.4.1 Minimum frequency of testing for each source and each consignment
(a) Reinforcement steel: Corrosion resistant steel TMT bars known as CRS/CRM/HCR TMT bars
conforming to IS 1786-2008 having minimum yield strength of 500 N/mm2 of grades Fe 500/Fe
500 D and minimum elongation of 18 %.
(b) Structural Steel: -
(i) Tensile test : One sample(3 specimen) for each test for every 25 tonnes or
part thereof.
(ii) Bend test : One sample(3 specimen) for each test for every 10 tonnes or
part thereof.
(c) Steel for concrete reinforcement: -
(i) Bar size less than 10mm : One sample(3 specimen) for each test for every 25 tonnes or
part thereof.
(ii) Bar size 10mm to 16mm(inclusive) : One sample(3 specimen) for each test for every 35
tonnes or part thereof.
(iii) Bar size over 16mm : One sample (3 specimen) for each test for every 45 tonnes or part
thereof.
(d) Bend test and tensile test for structural steel shall be carried as per IS-226 of 1975. For high
strength deformed bar tensile, bend test and rebend test shall be done as per IS-1786 of 1985. For MS
bars tensile and bend test shall be carried out as per IS 432 of 1982.
(e) GE has the right to get one more sample (3 specimen) tested if he is not satisfied with test result
of the consignment.
(f) If the test results as per manufacturer’s test certificate or of independent testing of random samples
are not as per criteria laid down in the relevant BIS provisions, the entire consignment which is
represented by the samples shall be rejected. Such rejected materials shall be removed and replaced by
the contractor at his own cost forthwith.
(g) Cost of transportation of samples to the approved laboratory/test house and all testing charges
shall be borne by the contractor.
9.5 Storage: - Steel supplied by the contractor shall be stored in accordance with the requirement of ISS.
Each grade and quality of steel shall be stored separately and have identification tags indicating the
source, quality and grade.
9.6 Preservation and maintenance of steel :- The steel brought by the contractor shall be preserved to ensure
that no rusting takes place till it is incorporated in the works.
9.7 Schedule of Supply :- The contractor shall procure the steel sections, timely as required in accordance
with CPM Chart, agreed between GE and contractor. The contractor will forego his right to demand
extension of time if the supply of steel got delayed due to his failure in placing order in time to the
manufacturer/supplier.
9.8 Payment :- Running Account Receipt of payment of steel shall be governed by in accordance with
Condition 64 of IAFW-2249. Payment shall allowed after production of test certificate and original
paid/purchase vouchers by the contractor.
Contd…..
CA NO.GE/AVD/ OF 2015-16 SERIAL PAGE NO. 132
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
9.9 Measurement
(a) The entire quantity of steel brought to site shall be recorded in measurement book as “NOT TO
BE ABSTRACTED” indicating the reference to manufacturers, source of supply voucher number and
test certificate before incorporation in the work and shall be signed both by the Engineer-in-Charge and
the contractor. Proper documentation/record shall be maintained as per the instructions on the subject.
9.9.1 Weight of steel supplied by the contractor shall be calculated at unit weights given in Appendix A’ of
MES Sch Part II. For section not listed in MES Sch, the ISI conversion table shall be followed or
manufacturer’s certificate if the weights are not available in MES Sch/ISI table.
9.9.2 Normal waste and off cuts shall be stacked neatly which shall be the property of the Contractor.
Contractor shall be allowed to remove such cut pieces after inspection and certifications by the
Engineer-in-Charge.
9.9.3 Advance on account of payment made towards these cut pieces shall be recovered from advance on account of payment immediately falling due and before removal of such cut pieces from site.
9.9.4 Bending and fixing of bars for concrete reinforcement including mild steel wire for binding shall be carried out all as specified in MES Sch.
9.9.5 Hooks shall be provided only for mild steel bars. In case of cold twisted/deformed steel CRS ends shall
be bend instead of hooks as shown on drgs.
9.9.6 Binding wire for reinforcement shall be mild steel wire(annealed) of size not less than 0.9mm.
9.9.7 Steel supply/Acceptance form :- For each consignment of steel supply/acceptance form will be filled in
and jointly signed by the department Rep.(JE/AGE) and contractor and accepted/rejected by GE before
incorporation in the works as per Appendix attached here-in-after.
9.10 Steel Reinforcement :- Reinforcement shall be fabricated, placed in position all as shown on drgs and
specified in clause 10.17 to 10.22 of MES Schedule (Part I) without application of heat.
9.11 Guard Bars/Grills:
9.11.1 MS Guard bars/grills where indicated shall be provided to wooden/steel windows/ventilators as per
details shown on drawings/schedule. Steel Guard bars/ steel grills shall be painted with 2 coats of
synthetic enamel paint over a coat of primer as specified hereinafter.
9.12 Hold Fasts/Lugs: Flat iron hold fast/lugs shall be provided by welding as and where shown on drawings
except those, to be provided to wooden chowkats, which shall be fixed with screws as per details shown
on drawings. Hold fasts/lugs shall be embedded in PCC(1:3:6) bed blocks of size 220x220x75mm in
one brick thick walls and 105mmx220mmx75mm in half brick thick walls.
10. ROOF TREATMENT WITH POLYMERIC WATER PROOFING MEMBRANE
10.1 Physical characteristics of the polymeric water proofing membrane shall be as follows:-
(a) Softening Point : Min 150 degree centigrade
(b) Reinforcement polyester matt : Min 160 gms/Sqm Non woven
(c) Heat resistance 10x10cm test piece
hung vertically
: Does not drip at 120 degree centigrade
(d) Tensile strength : (i) Length wise : >650 N/s cm
(ii) Cross wise : >350 N/s cm
(e) Minimum elongation : (i) Length wise : 35%
(ii) Cross wise : 35%
(f) Weight : 3.60 Kg/Sqm
(g) Cold Flexibility (minimum) : (-) 5 Degree centigrade
(h) A dimensional stability with % change of maximum 1%
(j) Water tightness / Impermeable at 2Kgf/Sqcm
(k) Water absorption of not more than 1% on mass within 24 hours.
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 133
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
10.2 APPLICATION PROCEDURE
10.2.1 The surface shall be thoroughly cleaned to eliminate all sharp projections, dust and dirt.
(i) MILD STEEL : Mild steel shall be of Grade-I, conforming to IS-432 (Part-I 1982/89).
10.2.2 One coat of water based bituminous primer at the rate 0.4kg/Sqm shall be applied on the surface to be
water proofed.
10.2.3 Polymeric membrane rolls shall be unrolled and laid on the primed surface and bonded completely to
the substrate by torch application. Overlaps on both directions shall be maintained at 10cm and shall be
completely thermo fused by flame torch.
10.2.4 Another coat of hot blown bitumen 85/25 or 95/15 @ 1.20 Kg/Sqm is applied on top of polymeric
membrane and finally finished with a coat of bituminous aluminium paint @ 100gms/Sqm.
10.2.5 Care shall be taken to ensure that polymeric membrane is not punctured by workers while working.
10.2.6 Sample of polymeric membrane to be incorporated in the work shall be approved by the Accepting
Officer considering the following:-
The make of polymeric membrane shall be approved by the Accepting Officer and it shall be
manufactured by any one of the following firms. The name manufacturer shall be printed on the membrane and sticker which should specify the name and details of original product.
(i) Texsa India Ltd. : A-418, 1st Floor, DLF City Gurgaon-122002 Tele
No. : (0124) 8952078, 89520112 Fax No. : (0124)
5052080
(ii) Percept Engineers Pvt. Ltd : Sree Rama Nilaya, No. 140, 1st Main Road
Basaveshwara Layout, Vijayanagar Bangalore-40, Ph – 080-3391314
(iii) Dr. Fixit : Pidilite Industries Ltd, Ramakrishna Mandi Road
Post Box No. 17411, Andheri East, Mumbai –
400059
(iv) Hydrotech Limited : Corp Office No. 17, Shiv Bagh, Ameerpet,
Hyderabad – 500016 Andhra Pradesh
(v) STP : S.T.P.
10.2.7 Water proofing treatment shall be got done by the applicator of the manufacturer under their close
supervision.
10.2.8 The contractor shall propose any one of the firms listed here-in-before whose product he intends to
incorporate in the work. The contractor shall submit a list of Govt Depts where the material of the firm
he proposes has been used (Mainly for work in South India) along with documents related to their performance to GE. The make of materials to be incorporated in the work shall be as approved
10.2.9 The contractor shall submit to the GE, manufacturer’s test certificates wrt Physical characteristics as
specified here-in-before alongwith the sample of the product proposed to be used. The product
complying the specified characteristics shall only be approved.
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 134
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
10.2.10 Accepting Officer may opt for independent testing of the product to ascertain that the product is
complying with requirement as specified here-in-before. Tests shall be carried out at Govt. Engg
Colleges / National Test House / SEMT Pune / approved labs. The cost of sample and testing charges
shall be borne by the contractor.
10.3 GUARANTEE FOR WATER PROOFING TREATMENT WITH POLYMERIC WATER PROOFING
MEMBRANE
10.3.1 The contractor shall furnish a guarantee in favour of GE for the efficiency of water proofing treatment
under this contract for a period of 10 years from the date of completion of entire works. Guarantee
amount shall be calculated @ 2.5% of the total cost of water proofing treatment carried out for the
subject work at the contract (Item No. 2, 3 & 6). Security deposit for water proofing treatment referred
to above may be refunded to the contractor in two stages viz 50% of the security deposit after watching
the performance of the water proofing treatment for the first full monsoon season after certified date of
completion of the work and successful rectification of defects notified by the GE before end of the
monsoon season and balance after 50% after expiry of the guarantee period. The liability of the contractor under the contract shall not extended beyond the period to TEN YEARS from the certified
date of completion unless GE previously given notice to the contractor.
10.3.2 Condition 46 and 68 of General Condition of Contract IAFW-2249 shall be deemed to the amended on
the condition mentioned above. The security Deposit referred to in condition 22 of General condition
of contract (IAFW-2249) is independent of the guarantee amount referred here-in-before.
10.3.3 The defects liability period of water proofing treatment shall be 10 years and the contractor shall be
responsible to keep the building free from leakage / seepage for a period of 10 years after the certified
date of completion. The contractor may obtain a similar guarantee from the specialist firm for the
purpose on his own interest.
10.3.4 Should the GE at any time, during the construction or prior to the expiry of the said guarantee period 10
years, find seepage / leakage in the buildings, the contractor, on demand in writing from the GE, will
forthwith undertake to carry out such treatment which may be necessary to render the building free
from seepage / leakage termite infestation at his own expense till expiry of the guarantee period of 10
years.
10.3.5 In the event of contract’s failure to comply with the GE’s directions within the stipulated period, the
work shall be carried out at the risk and cost of the contractor. The liability of the contractor under this
condition shall not, however, be extended beyond the period of 10 years from the certified date of
completion, unless the notice was served on the contractor previously to rectify such defects.
10.3.6 The contractor shall provide a cement mortar (1:4) tablet of size 60cms x 45cms on external wall of the
bldg (without defacing the aesthetics) with following details painted / written in different shades of
paint on it:-
(a) Water proofing treatment done vide CA No : _________________________
(b) Date of expiry of guarantee period : _________________________
(c) Name of contractor : _________________________
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 135
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
11. PRESERVATION OF TIMBER
11.1 Preservation treatment shall be carried out to timber required to all woodwork and joinery, fabricated by
the contractor at site. Factory made ply / boards are deemed to be provided with preservative treatment.
11.2 Chemical used for preservative treatment to wood work and joinery shall be organic solvent type 2 as
specified in clause 5.1 of IS – 401, applied in any one of the manner specified in above IS.
11.3 The species of timber for joinery items fabricated at site and prefabricated wood products i.e., plywood,
wood particleboard shall be as specified herein under.
(i) Fully Panelled for partly paneled / wire gauzed
shutters.
Styles / rails second calls hard wood of BENTEAK /
VENTEAK / KEPOSE / MATTTI (first quality) /
NANDI / HONNE / SAI as specified.
O other woodwork and joinery not
otherwise specified.
Second class hard wood BENTEAK /
VENTEAK / HONNE / SAL. KEPOSE
12. POST CONSTRUCTION ANTI TERMITE CHEMICAL TREATMENT
12.1 The work shall be carried out all as specified in MES schedule Part-I 2010 and as per relevant clauses
of IS-6313 (Part-3).
12.2 Anti termite treatment shall be got done through approved specialist agency which is a member of India
Pest Control Association holding valid license as per Clause 13 of insecticides Act 1968. Persons
employed to do the anti termite treatment shall be qualified as per Rule 10 of the rules framed under the
Inspection Rules 1971. The specialist Agency may be any one from the list circulated by E-in-C’s
Branch which are located and active in the area with prior approval of GE.
12.3 Anti-termite treatment shall be carried out with emulsion of the chemical chlorophyrophos 20EC purchased direct from the manufacturers or his authorized agents. Purchase vouches shall be produced
before the GE for verification and defacement against this contract. Contractor will not be allowed to
use the chemical “Aldrin” Heptachlor, and chlordane in view of ban imposed by the Government. The
chemical used for anti-termite shall be treated as proprietor item and the quantity procured and brought
at site in sealed containers shall be recorded in Measurement Book duly signed by the Engineer-in-
Charge and contractor.
12.4 The defects liability period of anti-termite treatment shall be 10 years and the contractor shall be
responsible to keep the entire buildings free from termite infestation for a period of 10 years after the
date of taking over the completed building from the contractor. Contractor shall submit a written
guarantee for 10 (Ten) years to the Government for the work against occurrence of termite infestation.
For giving guarantee, if any additional treatment over and above that is specified is required, the same
shall be carried out by the contractor without any extra cost to the Government.
12.5 In addition to the above, a sum equal to Individual deposit for toal amount of anti-termite treatment
carried out calculated based on rates quoted for Item Nos 01 to 05 shall be retained as “SECURITY
DEPOSIT” by the Government. for the efficacy of the anti-termite treatment carried out, which shall be
refunded to him after the expiry of the defects liability period for anti-termite treatment. Alternatively,
the contractor may give a separate interest bearing security deposit in favour of GE (namely fixed
deposit) valid for defects liability period of ten years for anti-termite treatment.
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 136
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
12.6 Should the GE at any time during construction or prior to the expiry of said guarantee period of 10
years find that the buildings have been infested with termite, the contractor, on demand in writing from
the GE, will forthwith undertake to carry out such treatment which may be necessary to render the
buildings free from termite infestation at his own expense till expiry of the guarantee period of ten
years. The guarantee shall also be applicable to wood work and joinery as specified here-in-after.
12.7 In the event of contractor’s failure to comply with the GE’s direction within the stipulated period the
work shall be carried out the risk and cost of the contractor. The liability of the contractor under this
condition shall not be however extended beyond the period of the 10 years from the certified date of
completion, unless the notice was served on the contractor previously to rectify such defect.
12.8 The contractor shall provide a plaster plate of requisite size in location as decided by the Engineer-in-
Charge on the wall of each of the building. The plate shall be 10mm thick in cement mortar 1:4 to
indicate the CA No., Name of the Contractor, the date of completion of the work and the probable date
of expiry of 10 years guarantee for anti-termite treatment by engraving and painting (Black). The costs
of plaster plates are deemed to be included in the Unit rates of the building.
12.9 The ‘Security Deposit’ referred to in condition 22 of General conditions of contracts (IAFW-2249) is
independent of the guarantee amount referred to under condition 2.8 (e) hereinbefore. Condition 10, 46
and 68 of General Conditions of Contracts (IAFW-2249) shall be deemed to the amended to the extent mentioned above.
12.10 Other points:-
12.10.1 The chemical shall be procured only from manufacturer or from their authorized agents / dealers.
12.10.2 Chemical brought to site in sealed containers bearing ISI certification marks shall only be permitted to
be used.
12.10.3 Chemicals shall be stored carefully at site, seals of the containers shall be broken only in the presence of
the Engineer-in-Charge. Empty containers should be got removed off the site promptly. If on any
particular day the contents of full containers could not be used in the work, the containers should be got
sealed at the end of the day in the presence of the Engineer-in-Charge and opened when required, also
in the presence of the Engineer-in-Charge.
12.10.4 The Engineer-in-Charge should ensure that paid vouchers are produced by the agency executing the
work, for the full quantity of chemicals required and brought to site and record of such vouchers should
be kept by the Engineer-in-Charge.
12.10.5 Tests may be carried out in the recognized laboratory or test house at the discretion of the GE, of the
chemicals brought by the agency executing the work, to satisfy that spurious materials are not being
used, and testing charges borne by the contractor. A copy of ISI 6313 (Part-III) – 1981 should be made
available at site.
13. ALUMINIUM ANODISED FRAME WORK FOR FALSE CEILING WORKS/DOORS
13.1 Aluminium section incorporated shall be of designation 63400 conforming to IS 737 1986.
13.2 The snap grid framework shall be fixed to ceiling with supporting larges from dash fasteners as per
manufacturer’s instructions.
13.3 The size of wall angle main/cross tee, shall be as mentioned in Sch ‘A’. The weight shall be as per IS.
13.4 The ceiling tile shall be of semi perforated particle board of 12mm thick, unless the same has not been
mentioned in Sch ‘A’.
13.5 PVC projected sheeting shall be used while fixing the frame of doors/windows and ventilators to avoid
damages, scratches etc.
13.6 The make of Aluminium doors / windows/partitions shall be got approved from officers before
incorporation in the works
13.7 The thickness of glazing/ Particleboard for panels shall be as indicated in Sch ‘A’
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 137
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
14. FLOORING
14.1 Provisions contained in clause No: 13.25, 13.32 of MES Schedule Part I are to be adopted for laying of
floors.
14.2 Flooring shall be slope for proper drainage in the sub floors and sub grade.
14.3 Floor finish shall be extended over dwarf walls, doors and other openings.
14.4 Necessary slope/sunk in the finished floors shall be achieved by laying the sub base/filling to the slope.
15. CERAMIC TILE FLOORING / DADO : Ceramic tiles shall conform to IS-13712 and any one of
make given in list of makes. The size of tiles and grade shall be as indicated in Sch ‘A’.
16. GLAZED CERAMIC TILES : Glazed ceramic tiles shall be all as specified in Clause 13.14 of SSR
Part-I, 2009.
17. VITRIFIED TILES : Vitrified tiles shall conform to IS-13006 and any one of make given in list of
makes. The size of tiles and grade shall be as indicated in Sch ‘A’. The tiles shall be of all as specified
in Clause 13.15 & laying shall be of all as specified in 13.41 of SSR Part-I (2009).
18. PLASTERING
18.1 Unless otherwise indicated, sand for plastering shall be fine sand as approved.
18.2 Cement plaster shall be finished even and fair externally and even and smooth internally without using
extra cement.
18.3 Plastering shall be carried out all as indicated in Schedule of finishes/drawings.
18.4 Thickness of plaster mentioned in these specifications and on drawings is the net thickness above
proudest part of masonry walls. Nothing extra shall be paid for dubbing out.
18.5 Plastering shall be returned in all openings/jambs on walls, soffits of lintels etc.,
18.6 Cement mortar in all situations shall be machine mixed or hand mixed at the discretion of the
contractor.
18.7 Plastering on external wall surfaces shall be taken up to 150mm below as directed by Engineer-in-
charge
19. WHITE / COLOUR WASH
19.1 PREPARATION OF WORK
19.1.1 Preparatory work for white/colour washing shall be all as specified in clause 15.12.2 section 15 of MES
Schedule, Part I 2009.
19.2 The exact tint of colour wash shall be as directed by that Engineer-in-‘charge and to match the existing surface.
19.3 The pigment for colour wash shall be of yellow oxide/lamp black or oxide of any colour as directed by
Engineer-in-Charge. Proportion of pigment shall be as directed by Engineer-in-Charge to match the existing
colour wash as required. For all colour washing a sample must first be applied, allowed to dry and got approved
by Engineer-in-Charge before the work proceeds. Even colour must be obtained on application, patching of
stork work will be rejected and shall be redone at the contractors expense as directed by Engineer-in-Charge
19.4 Preparation of old plastered surfaces on wall/ceiling includes cleaning the surfaces by brooming down or steel wire brushing, scrapping down, smoke soot, moulds, moss and efflorescent salts, trading oil and
greasy spots.
19.5 White washing, colour washing distempering and cement based paint shall be all as per 2009 Part I,
under clause 15.12 to 15.15 and also the covering capacity shall be as per manufacturer’s instructions.
Contd…..
CA NO.GE/AVD/ OF 2015-16 SERIAL PAGE NO. 138
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
20. OIL BOUND DISTEMPER
20.1 Preparation of old oil bound distempered surfaces shall be done all as specified in clause 15.14 to 15.14.5.3 of
MES Schedule Part I.
20.2 Oil bound distemper shall conform to IS 428-1969. The material shall in the form of a homogeneous paste free
from odor of putrefaction as such and when mixed with water. The colour and shade of distemper shall be as
directed by the Engineer-in-Charge and to match the existing surfaces.
20.3 Oil bound distemper shall be prepared and applied all as specified in clause No 15.14.4, 15.14.5, 15.14. 5.1 to
15.14.3 of MES schedule part I and also the covering capacity shall be as per manufacturer’s instructions.
21. CEMENT BASED PAINTING
21.1 cement base paint shall conform to IS 5410-1969 and be carried out as per clause 15.15 of MES schedule Part-I.
22. GLAZING
22.1 Glass shall be sheet glass as indicated in schedule ‘A’ sheet glass shall be of ordinary glazing quality ‘OQ’
conforming to IS –235. Thickness of glass shall be as mentioned in schedule ‘A’. Glazing shall be fixed all as
specified in relevant clauses under section 16 of MES Schedule Part – I (2009).
23. PAINTING
23.1 The contractor shall make his own arrangement for supply of paints, first quality of approved manufactures in the
sealed containers. The shade shall be as directed by GE.
23.2 The priming coat shall be redone if more than 6 months have lapsed after it was applied before applying under
coat at no extra cost to Government.
23.3 The primer for steel surfaces shall be zinc chromate or red oxide as directed by Engineer-in-Charge.
23.4 Preparation of surfaces shall generally be as specified in clause 17.3.1 to 17.3.12 of SSR Part – I. Preparation of
wood/steel/masonry surfaces shall be all as specified in clause 17.6.1 to 17.6.5 & 17.8 to 17.8.6 and 17.9.3
respectively. Painting shall be done on steel/masonry surfaces all as specified in clause 17.8.3 to 17.8.6 and 17.16
of SSR part – I respectively.
24. GI PIPE & FITTINGS
24.1 GI pipe shall be galvanized medium grade conforming to IS-1239 and fittings shall comply with the requirement
of relevant IS. Pipes and fittings shall be fixed on walls ceiling etc with approval pattern holder to bat clamps of
required shape and size so as to fit tightly on the pipes, when tightened with screwed bolts.
24.1 Cutting, threading & jointing of pipes/fittings shall be carried out all as specified in MES schedule
25. PVC PIPES AND CONNECTIONS
25.1 PVC pipes and connections shall confirm to relevant IS.
26. SANITARY AND TOILET FITTINGS
26.1 All sanitary appliances shall be vitreous China ware (White) first quality and shall confirm to IS 2556 (Part-I to
VI) for general requirement and specific requirement as mentioned in relevant clause of MES Schedule. These
shall be of an approved make from the list given in clause hereinafter.
26.2 PTMT / PVC flushing cistern, ball valves taps, swivel shower, waste coupling, stop cock grating, PVC
connections shall conform to relevant IS.
26.3 The size of sanitary fittings to be provided shall be the nearest size as per manufacturers catalogue as approved by
GE.
26.5 Pedestal type water closet, flush pipe, mirrors, wash basins shall be as per IS & as specified in clause 18.32.2,
18.32.5, 18.35, 18.32. & 18.38 of SSR Part – I and they shall be fixed/installed all as specified in clause 18.87 to
18.87.3 & 18.89 to 18.91. General requirements shall be as specified in clause 18.80 to 18.85 of SSR Part-I & as
directed by Engr-in-Charge.
26.6 Testing of pipe system & appliances shall be carried out all as specified in 18.93.1 to 18.93.6 of SSR Part – I & as
directed by Engr-in-Charge.
26.7 Wash basin, water closet pedestal type and sink with drainage board shall conform to relevant IS.
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 139
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
E/M PORTION
27. GENERAL
27.1 This installation shall strictly comply with the provision contained in the latest edition of the Indian
Electricity Rules and IS-732. “Code of practice for Electrical wiring and fittings” in buildings as
applicable to these works except where such regulations and rules are modified by these specifications.
27.2 Skilled license electrician under the supervision of suitable qualified electrical supervisors shall execute
all electrical works properly. The contractor on demand by Engineer-in-charge shall produce such
evidence of qualifications of his workmen/ supervisor(s) whether at the time of commencement of the
work or at any time thereafter during the contract period.
27.3 The position of electrical fittings and fixtures shall be shown by the Engineer-in-Charge at the time of
execution.
27.4 The run of conduits shall be marked on the walls and soffits of roof/floor slabs for the wiring. Approval
of the Engineer-in-Charge shall be obtained in writing before starting the work.
27.5 Looping back system of wiring shall invariably be used throughout the installation.
27.6 All electrical fittings and wiring shall be clear off doors/windows and other openings.
27.7 The main switches should have the voltage of supply clearly painted on them.
27.8 The phase identification (RYB) should be provided at the main incoming switches.
27.9 The name of functions of each distribution board shall be clearly and neatly painted on the distribution
boards.
27.10 The metallic cover or supports of all medium pressure apparatus and conductors shall be bounded
together where possible and shall have two separate and distinct earth connections.
27.11 At places where wiring has to be laid through walls or roof, necessary conduits shall be embedded, with
PVC bushings on either side to avoid any injury to the cable.
27.12 The down drops of cables for independent 3 pin socket outlets shall be run in PVC conduits shall be
embedded, with PVC bushings on either side to avoid any injury to the cable.
28. MATERIALS AND SAMPLE BOARD
28.1 All materials unless otherwise specified shall conform to relevant IS specifications or to BSS if ISS is
not available.
28.2 Approval of GE referred in MES Schedule Part I shall be in writing. Approved samples shall be
labeled as such and signed both by the contractor and the Engineer-in-charge. They shall remain in the
custody of Engineer-in-Charge till final completion of the work.
29. SCREWS, NAILS ETC
29.1 All screws and nails used in the electrical work shall be cadmium-plated steel unless otherwise
specified. Plastic sheet cover for MS boxes shall be fixed with brass screws.
29.2 Wiring for socket outlet 5 Amps and light points shall be with cables of sizes 2.5 sqmm as specified in
schedule ‘A’.
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 140
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
30. CABLES
30.1 All cables (except flexible cables) to be used in the works shall be of indigenous make conforming to
the following Indian Standard Specification including amendments if any IS 1596 for polythene insulated PVC sheathing and IS 1753 for aluminum conductors and shall be suitable for voltage of
supply. Flexible cord, twin cord shall conform to IS-434 (Part I).
31. PROTECTION TO CABLES
31.1 Cables shall be protected by using burnt bricks of size 230mm x 115mm x75mm best locally available
and laid all as directed.
31.2 Cables shall be laid, jointed all as specified in clause No. 19.74 to 19.86.1 SSR Part –I (2010). The
unit rate of various underground cable shall be deemed to include, the cost of making necessary joints
including jointing materials of cables also.
31.3 The essential data as mentioned in clause No. 19.95 of SSR Part-I (2010) as cable record shall be
furnished by the contractor for all the underground cable installations.
31.4 While laying cable under roads, paths etc, exact depth at the cables is to be laid shall be as directed by
Engr-in-Charge.
31.5 Cable shall not be bent to small radius as while laying in trenches/duct. The minimum safe bending
radius shall be taken as 12M times the diameter of the cable.
Testing of cables during laying, after laying and jointing shall be carried out all as directed by Engr-in-
Charge.
32. CONDUIT, CONDUIT ACCESSORIES AND CONDUIT WIRING
32.1 Non-metallic rigid PVC/rigid steel conduits shall be as per ISS. The conduit wiring shall be as per ISS.
The conduit wiring shall be as described in relevant clauses of MES Schedule Part I. Number of wires
that can be drawn through the conduit shall be as laid down in IS-732.
33. LIGHT FITTINGS
33.1 Light fittings shall be of approved make and shall conform to the description given in Schedule ‘A’.
Unit rates for various fittings shall be deemed to include for fixing the fittings and connecting up
complete with necessary connectors, cables etc all as directed by Engineer-in-Charge.
33.2 SWITCH SOCKET OUTLET : Switch socket outlet shall be approved and best indigenous make and
provided with piano type controller switch.
33.3 PIANO KEY TYPE SWITCHES : These shall be indigenous make. The fittings shall be got approved by GE before incorporation in the work.
33.4 PORCELAIN CONNECTORS : These shall be of best indigenous make conforming to relevant IS
suitable for AC single phase 230 volts 5 Amps and shall be as approved by the GE before incorporation
in the work. The terminal or grub screws shall be of brass and shall be concealed.
33.5 DISTRIBUTION BOARD AND MCBs / MCCBs : Provide distribution board and MCBs as indicated
in Schedule “A”. The MCBs shall comply to the requirement of IS 8828-1978. The MCBs shall have
the returning capacity not less than 9 kg. Miniature circuit breaker shall conform to IS 8828 1978. The
terminals of MCBs should have quick break trip free mechanism to ensure that contact cannot be closed
against persistent fault. Bus bars shall be electro plastic copper tin plated and rated 200 Amps.
Exposed faces of sheet steel enclosures shall be finished with 2 coats of synthetic enamel paint over a
coat of primer. Unit rate in Schedule ‘A’ shall also be deemed to include for all internal connections in
the distribution boards. Aluminum cable channel shall be provided in the board wherever spare ways
are left. The contractor shall produce necessary certificate issued by the Government test house Alipore
Calcutta stating that the DBs manufactured are in conformity with ISS. Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 141
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
34. ELECTRICAL TEST
34.1 On completion of wiring, the whole installation will be tested in accordance with IS 732, clause 8(a),
(b) & (c) and a test certificate for each building as per Appendix “B” of above IS, rendered, signed by
the contractor and the Engineer-in-Charge.
35. EARTHING
35.1 Earthing shall be in accordance with section 19, clause No.19.137 of MES Schedule Part I and in
accordance with electrical plate No.5 of MES schedule Part I.
35.2 Excavation for earth pit shall be in any type of soil. Excavation shall be passed by Engineer-in-Charge
before filling in surplus soil, if any shall be removed to distance not exceeding 50 m and site shall be
left clean and tidy. Concrete for earth pit shall be with PCC 1:2:4 type B1 (using 20mm graded stone
aggregate).
35.3 The max continuity resistance from any point in the installation including the earth continuity conductor
and earth level to earth pit shall not exceed one ohm.
35.4 All metal works associated with wiring system other than current carrying parts including cable
sheaths and armoured conduit conductors and boxes shall be connected to the earth through earth
continuity conductor as required by Indian Electricity Rules 1956 and IEC wiring regulation. The earth
terminal of the socket outlets etc. shall be connected to the earth continuity conductor. The size of all
the earth continuity conductor shall be as specified in Schedule ‘A’.
36. TESTING GENERAL
36.1 The whole installation shall be commissioned only after extensive testing and approved by Engineer-in-
Charge. However, all meters, tools, instruments, and accessories for testing together with required man
power shall be supplied by the contractor free of cost.
36.2 All electrical equipments and installation shall be tested by the contractor in the presence of Engineer-
in-Charge and GE and all findings recorded duly singed by the contractor and Engineer-in-Charge.
36.3 Any rectifications/modifications required shall be carried out by the contractor without any extra cost to
Government.
36.4 On completion of wiring whole installation shall be tested in accordance with IS 732 of 1963 clause
8(a), (b) and (e) and a tested certificate for each building shall be submitted to Engineer-in-Charge.
37. GUARANTEE (DEFECTS LIABILITY PERIOD)
37.1 In this connection condition 46 of General Conditions of Contracts (IAFW 2249) is applicable. The fan
with its accessories shall be at contractor’s risk and custody when it is removed from department site to
the contractor’s workshop and returned to the department after repair/replacement and any damage or
loss to the fan.
38. PAYMENT : Payment will be made towards the repairs as per the rates in Sch ‘A’ as per General
Conditions of Contracts (IAFW 2249).
38.1 Statutory levy charges if any as applicable at the time of delivery of repaired goods and sales tax on
works contracts if any will be deemed to be included in the unit rate quoted.
38.2 The contractor shall take every precaution not to damage the equipment / plant given to him for repairs.
However, in case the equipment / plant given to him for repairs is last or damaged while in charge and
custody of the contractor, Government will recover the cost thereof. The decision of GE whether or not
any of the plant / equipment has in fact been damaged after having been given to the contractor shall be
final, conclusive and binding.
Contd…..
CA NO.GE/AVD/ OF 2015-16 SERIAL PAGE NO. 142
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
39. DEMOLITION OF DISMANTLING
39.1 Prior order of Engineer-in-Charge shall be obtained before dismantling etc. The contractor’s particular
attention is drawn to section 21 of MES Schedule Part I and condition 47 of IAFW-2249.
39.2 All dismantling / demolition shall be carried out carefully in such a way to as not to damage the
remaining parts of the adjoining structures and if such damage occur through negligence, the contractor
shall be responsible for making good the same at his own cost. GE’s decision as to whether the damage
has caused due to contractor’s negligence shall be final and binding.
39.3 All materials other than items mentioned in the Schedule of credit having salvage value shall be handed
over to department at MES stores Yard (i.e.,) place of issue of Sch ‘B’ stores. However the demolished
materials, which have no salvage, value as decided by the Engineer-in-Charge and rubbish shall be
39.4 All dismantled materials as listed in Schedule of credit shall become the property of the contractor. The
materials will be removed from the site only after the recovery has been made from the contractor and
after obtaining written instructions from Engineer-in-Charge.
40. PRODUCTION OF PURCHASE VOUCHERS.
40.1 Contractor shall produce paid vouchers from the manufacturers and / or their authorized agents for the
full quantity of the following materials, as applicable as a prerequisite before submitting claims for
payment for advance on account of the work done and / or materials collections in accordance with
condition 64 of General Conditions of Contracts IAFW-2249:-
(i) Cement.
(ii) Steel
(iii) Aluminium Section
(iv) Ceramic tiles
(v) Vitrified tiles
(vi) Sanitary fittings
(vii) Paint/Primer
(viii) WPC
(ix) Oil bound distemper
(x) Cement base paint
(xi) FTL fittings
(xii) All items for which payment in RAR for material lying at site to be claimed.
41. MAKES OF VARIOUS MATERIALS
Makes of various items of materials are as under. The contractor has to obtain approval of GE before
taking procurement action:-
Sl
No
Description of items Make/Brand
(a) Non skid Ceramic tiles/ Glazed
ceramic tiles : M/s Kajaria / M/s Orient / Johnson / Nitco / Regency /
Decor / M/s Asian Granito India Ltd
(b) Vitrified tiles : HR Johnson India Pvt Ltd / Naveen / Regency / Somany
/ Euro / Asian
(c) Stainless Steel sink & Draining Board : Nirali / Diamond / Cristal / Neelkant / Blue Star
Contd…..
CA NO.GE/AVD/
OF 2015-16
SERIAL PAGE NO. 143
PARTICULAR SPECIFICATION: SECTION II (CONTD….)
Sl
No
Description of items Make/Brand
(d) GI pipes : TATA / Jindal / Hindal / Prakash
(e) Builders Hardware : Crown/Adarsh/Classic/Joythi/Arihant
(f) Stop valve / Bib cock / Pillar tap : Seico / Leader / Jem / Zoloto / Neta / Jindal / Hindustan
(g) PVC (SWR) Pipe/fittings : Prince / Supreme / Finolex
(h) PVC Water tank : Sintex / Ceat / Plasto (Plasto tank) Nagpur / Gummidi
Polymer Chennai / Infra
(j)
PVC Doors : Rajashree / Sintex / Quality Décor Chennai / Finolex
Industries / M/s Qute Extrustions (P) Ltd
(k) Sanitary fittings : Parryware India Ltd., / Hindustan Sanitary ware /
Neycer / Cera.
(l) Aluminium sections
: Hindal Co., Indal Co., /Jindal Co., /Aijit India Alu. Co.,
(m) Mirror/Glass : Kohinoor / Saint Gobin / Modi Guard / Atul Products
Pvt Ltd. New Delhi
(n) Prelaminated particle board : Novapan / Anchor /ECO
(o) Lime : Janatha Cem / Surya Cem
(p) Oil Bound Distemper : Asian paints (Tractor) / Shalimar (Dorodol) /Johnson
Nicholson (Super Jonsolin) / Goodlass. Nerolac
(Nerolac washable oil bound distemper)/ Berger paints.
(q) Cement Based Paints
: Kilick Nbixon (Snowcem), Asian paints (Gattu
decorative water proof cement coating Shalimar (Cem
Coat), Snowcem India Ltd
(r) Paint / Primer : Asian paints (Apcolite)/ Shalimar (Superlac) / Jonson &
Nicholoson (Robinlac) / Goodlass Nerolac (Nerolac
Gde-I) / Berger Paints.
(s) Switches, sockets etc., : Leader / SSK / Plaza / Havells / C&S
(t) Main switch, switch distribution box. : Havels / HPL / Controls and switch gears / GE /
Legrand / Siemens / Bentec / C&S
(u) MCCB, MCB (DB’s), Isolator : Havells / MDS Legrand / Schneider Electric / Siemens /
Bentec / C&S
(v) Cable for internal wiring : Plaza / Havells / Asian / Indo Asian / KEI / Bentec /
Finolex/MES CAB
(w) Ceiling fan regulator Electronic type : Khaitan / Crompton / Leader
(x) FTL / Light fitting Havells / Philips / Bajaj/ Crompton Greaves
(y) Ceiling fan : Bajaj / Havells/ Orient / Crompton
(z) Exhaust fan GE / CG / Khaitan / Bajaj /Almonard / Orient
(aa) PVC rigid conduits/Conduits
Accessories : Plaza / BEC / Avon Plast
(ab) Laminated sheets : Hylam / Sungloss
(ac) Ceiling rose : Anchor / Leader / AE
Signature of Contractor AGE (Contracts)
Dated : for Accepting Officer
CA NO.GE/AVD/ OF 2015-16 SERIAL PAGE NO. 144
(In lieu of IAFW-2162 (Revised) 1960 Amended)
MILITARY ENGINEERING SERVICES NOTICE OF TENDER
1. A tender is invited for the work as mentioned in Appendix ‘A’ to this Notice of Tender.
2. The work is estimated to cost as indicated in aforesaid Appendix ‘A’.
The estimate, however, is not a guarantee and is here given as a rough guide and if the work costs more or less, a tenderer will have no claim on that account.
3. The tender shall be based as mentioned in aforesaid appendix ‘A’.
4. The work is to be completed within the period as indicated in aforesaid Appendix ‘A’ in
accordance with the phasing, if any, indicated in the tender from the date of handing over the site, which may be on or about two weeks after the date of acceptance of the tender.
5. Normally contractors whose names are on the MES approved list for the area in which the work lies and within whose financial category the estimated amount would fall may tender but in case of term contractors in categories ‘S’ to ‘F’ may tender. In case where the tendered amount is in excess of the financial category, whether or not the estimated amount was within the financial category of the contractor, the Accepting Officer reserves the right to accept the tender, in which event the tenderer would be required to lodge “Additional Security Deposit” as notified by the Accepting Officer, in terms of conditions of contract.
5.1 Contractors whose names are borne on the MES approved list of any MES formation and who have deposited standing security Deposit and have executed standing Security bond, may also tender without depositing earnest Money along with the tenders and if the Accepting Officer proposes to accept the tender, such tenderer would be required before acceptance of tender for any reason whatsoever, the amount deposited will be refunded to the tenderer. One contractor or one firm of contractors shall submit not more than one tender.
5.2 Under no circumstances will a father and his son(s) or other close relations who have business dealing with one another will be allowed to tender for the same contract as separate completions. Incase however, the accepting officer subsequent to deposition of security deposit decides not to accept tender. Breach of this condition will render the tenders of both parties liable for rejection.
6. The Garrison Engineer, Avadi, Chennai-54 will be the Accepting Officer hereinafter referred
to as such for the purpose of this contract.
7. Application for the tender forms must be submitted to the Garrison Engineer, Avadi, Chennai-
54 so as to reach this office on or before as mentioned in aforesaid Appendix ‘A’.
7.1. Invitation for application for issue of tender does not constitute any guarantee for issue of tender to the applicant even to enlisted contractors of appropriate class. Issue of tender will be decided by the Accepting Officer based on interailia, past track record, financial position and experience of similar works executed by the applicant/contractor. The Accepting officer shall consider applications received upto the date of receipt of application/Extended date of receipt of applications for issue of tender. The applicant/contractor will be informed regarding non-issue of tender without assigning reasons.
Contd….
CA NO.GE/AVD/ OF 2015-16 SERIAL PAGE NO. 145
NOTICE OF TENDER (Contd………)
7.2 The applicant/contractor if so desires may appeal to the next higher Engineer Authority with
copy to the Accepting Officer. No appeal/representation shall be entertained in respect of applications for issue of tenders as received after the due date of receipt of applications/extended date of receipt of applications.
7.3 The decision of the next higher Engineer Authority shall be final. No applicant/contractor shall
be entitle for any compensation whatsoever for rejection of his application.
8. Tender forms and conditions of contract and other necessary documents (together with
addressed envelopes to be used for the return of tender forms and documents) will be issued on or after as mentioned in aforesaid Appendix ‘A’.
8.1 The appropriate standing Security amount for this work shall be as deposited by contractor
enlisted in the area in which the work lies for category mentioned in aforesaid Appendix ‘A’.
8.2 In case of contractor who has not executed the “Standing Security Bond” the tender shall be accompanied by “Earnest Money” for the amount referred to in the aforesaid Appendix ‘A’ in the form of deposit as call receipt in favour of GE Avadi mentioned in aforesaid Appendix ‘A’ by schedule bank or receipted treasury challan, the contract, or who is not enlisted for the area in which the work lies, out whose name is in the MES approve list of any MES formation and who has deposited Standing Security.
8.3 Deposit and executed Standing Security Bond on tender without depositing Earnest Money along with the tender. But if the Accepting Officer decides to accept the tender, such tenderer shall lodge security deposit as notified by Accepting Officer with the controller of Defence Accounts Chennai-18 in the prescribed form before acceptance of tender.
8.4 A contractor who has executed the Standing Security Bond but not for the appropriate category as mentioned above, shall lodge with GARRISON ENGINEER AVADI CHENNAI-54 additional security deposit as notified by acceptance of the tender, failing which, this sum will be recovered from first RAR payment or from the first final bill in case of Term/running contract. However in cases where any payment is made to the contractor within Thirty days of receipt by him of notification of acceptances of tender the amount of additional security deposit shall be recovered from such payment.
8.5 GE will return the Earnest Money wherever applicable to all unsuccessful tenderers, by endorsing an
authority on the deposit receipt for its refund on production by the tenderer of a certificate of the accepting officer that a bonefide tender (vide condition 14 below) was received and all documents were returned.
8.6 GE will neither return the Earnest Money to the successful tenderer by endorsing on authority on the deposit receipt for its refund on receipt of an equal amount of security deposit or will retain the same on account of security deposit it such transition is feasible.
8.7 Copies of the drawings and other documents pertaining to the work (signed for the purpose of identification by the accepting officer or his accredited representatives) and samples of materials and stores to be supplied by the contractor will be open for inspection by the tenderers in the offices of GE as mentioned in the aforesaid appendix ‘A’ during office working hours.
Contd…..
CA NO.GE/AVD/ OF 2015-16 SERIAL PAGE NO. 146
NOTICE OF TENDER (Contd………)
9. The tenderers are advised to visit site by making prior appointment with the GE by giving
sufficient time. A Tenderer shall be deemed to have full knowledge of all relevant documents, samples site etc., whether he has inspected them, or not.
10. Tenders will be received by GARRISON ENGINEER, AVADI CHENNAI-54 on the date and
time indicated din the aforesaid Appendix ‘A’.
11. Any tender which proposes any alteration to any of the conditions laid down or proposes any
other condition of any description whatsoever is liable to be rejected.
12. The submission of tender by a tenderer implies that the has read this notice and the conditions
of contract and has made himself aware of the scope and specifications of the work to be done and of the conditions and rtes at which stores tools and plants etc., will be issued to him and local conditions and other factors bearing on the execution of the work.
13. Tenderers must be in possession of copy of MES Schedule of rates SSR 2009 Part I, SSR 2010
Part II including errata/ amendments there to.
14. Accepting Officer does not bind himself to accept the lowest or any tender or to give any
reason for not doing so.
15. The Accepting Officer reserves his right to accept a tender submitted by a Public undertaking giving a price preference over other tender(s) which may be low, as are admissible under Government policy. No claim for any compensation of otherwise shall be admissible from such tenderers whose tenders may be rejected on account of the said policy.
16. This Notice of Tender shall form part of the contract.
Signature of Contractor AGE (Contracts)
Dated for Garrison Engineer
CA NO: GE/AVD/ OF 2015-2016 SERIAL PAGE NO. 147
MILITARY ENGINEER SERVICES
APPENDIX `A’ TO NOTICE INVITING TENDERS
Para of main Brief of Para Contents to be filled in N.O.T
Para 1 Name of Work PRVON OF SODA WASHING AND CLEANING SHED NEAR PAINTING BAY 8 BRD & CERTAIN B/R REV WORKS IN MTTI AT AIR FORCE STN AVADI
Para 2 Estimated Cost Rs 20.20 Lakhs
Para 3 Type of Contract The tenders shall be based on drawings and specifications, IAFW- 2249 and IAFW-1779A and Schedule ‘A’ (List of items) rates to be quoted by the tenderer.
Para 4 Period of Completion 06 (Six) Months
Para 8 Date for uploading the tender 06 Jun 2015
Note 1: The cost of tender is Rs. 500.00 and shall be submitted in the form of DD/Bankers Cheque from any Nationalised Bank/Schedule Bank in favour of “Garrison Engineer Avadi” payable at Avadi scanned copy of which shall be submitted online in the eprocuremes.Gov.in portal and original shall be submitted physically before the due date of receipt of tender. Bids received without demand draft shall not be considered. The DD shall be non-refundable if the bid is placed by the bidders even if the bidder is disqualified in the technical bid for reason whatsoever. The contractor shall bear the cost of Bank charges for procuring and encashing the Bank Draft. The applicant shall also renew or forward DD at his own cost on demand by Accepting Officer in case of expiry of the validity of the DD before encashment by the Dept. The bidder contractor shall not become automatically entitled for consideration of his bid by virtue of enclosing demand draft alongwith bid. The Accepting Officer reserve the right to deny the bid submitted by any tenderer. The contractor shall not have any claim whatsoever on this account of Govt.
Note 2. Invitations for bids for tender does not constitute any guarantee for consideration of bids submitted by any tenderer, even if enlisted contractors of appropriate class. Bids of tenderers will be decided by the Accepting Officer based on interalia experience of similar works executed by the applicant/contractor. The eligibility criteria are given in the tender documents. The Accepting Officer shall consider the bids received upto the closing date and time for submission of bids online. The bidders can view the tender status online to ascertain whether their bids have been considered or rejected and reasons for rejection thereof. The applicant/contractor whose technical bid is rejected, if so desires, may appeal to the next higher Engineer Authority with copy to the Accepting Officer. The decision of the next higher Engineer Authority shall be final and binding. No applicant/contractor shall be entitled for any compensation whatsoever for rejection of his application.
Para 9 & 12 (b) Start date and time for submission of bids online (i) 1000 Hrs on 20 Jun 2015 (ii) End date and time for submission of bids online (ii) 1100 Hrs on 27 Jun 2015 (ii) Last date of submission of requisite documents (iii) 1100 Hrs on 29 Jun 2015 offline and opening of bids. (The system time as per eprocuremes.gov.in portal shall be applicable)
Para 10.1 Eligibility Criteria:- (a) Class ‘D’, Category : a(i) & b(i) (a) For MES Enlisted Contractors SSD Rs. 1,00,000/- (b) For other Contractors (b)Meeting eligibility criteria for the work with regard to ha ving satisfactorily completed requisite value of works, Annual turnover, Working Capital, fixed Assets etc. as given in the tender documents.
Para 10.2 Earnest Money Rs 40,400.00 in favour of GE Avadi payable at Avadi.
Para 10.3 Additional security Deposit for contractor below NA eligible class
Para 11 Concerned GE GE Avadi
Para 15 Applicable SSR SSR Part-I 2009 & SSR Part-II 2010
For complete details visit our website www.eprocuremes.gov.in
No. 8276/11/E8 (Geetha Mahendran) AE (QS&C) Dated: 06 Jun 2015 AGE (Contracts) for Garrison Engineer Distrribution : (i) CE CZ Chennai (ii) CWE Chennai (iii) GE Chennai (iv) GE (AF) Tambaram (v) GE (P) St.Thomas Mount (vi) GE Pallavaram (vii) AGE (I) R&D Avadi (viii) AGE E/M Avadi (ix) AGE B/R (N) (x) AGE B/R (S) (xi) AGE B/R (P) (xii) BSO Avadi (xiii) Post Master Avadi Camp PO, Avadi (xiv) Hony Secretary, MES Builders Association of India, C/O CECZ Chenai-9 (xv) CWE (N) Chennai. ‘With a request to display in notice of tender.