tender form gun carriage factory, jabalpur · tender form gun carriage factory, jabalpur name of...

31
GCF Tender Condition Page 1 of 17 (2 TENDER FORM GUN CARRIAGE FACTORY, JABALPUR NAME OF WORK: Mentioned in the OVERVIEW & BOQ PART Sl No. Description Page No. 1. Contents 1 2. Tender forwarding Letter 2 3. Call for Tender 3 4. Notice of Tender (IAFW 2162) 4-5 5. Condition IAFW-1779-A (Revised –1955) 6 6. Agreement sheet 6-10 7. Special Conditions 11-16 8. Particular specifications 16 9. Colour description scheme 17 Note: General condition of contract IAFW-2249 and amendments to IAFW-2249 and Errata sheet (not attached with tender documents). IAFW-2249 can be seen in CO office of this factory during the working hours Total Pages : 17 Nos Total Sheets: 17 Nos BY REGD A/D To,

Upload: doliem

Post on 14-May-2018

216 views

Category:

Documents


2 download

TRANSCRIPT

GCF Tender Condition Page 1 of 17

(2

TENDER FORM GUN CARRIAGE FACTORY, JABALPUR

NAME OF WORK: Mentioned in the OVERVIEW & BOQ PART

Sl No. Description Page No.

1. Contents 1 2. Tender forwarding Letter 2 3. Call for Tender 3 4. Notice of Tender (IAFW 2162) 4-5 5. Condition IAFW-1779-A (Revised –1955) 6

6. Agreement sheet 6-10 7. Special Conditions 11-16

8. Particular specifications 16 9. Colour description scheme 17 Note: General condition of contract IAFW-2249 and amendments

to IAFW-2249 and Errata sheet (not attached with tender documents).

IAFW-2249 can be seen in CO office of this factory during the working hours Total Pages : 17 Nos Total Sheets: 17 Nos

BY REGD A/D To,

GCF Tender Condition Page 2 of 17

To,

Name of work: Mentioned in the OVERVIEW & BOQ PART

Dear Sir,

1. Tender documents in respect of the above work are uploaded. Please note that the

tender will be received online only by the accepting officer.

2. i) The Tender should be digitally signed in all places on e-tender platform.

ii) The Tender should be accompanied by uploading an attested copy of scanned

certificate of power of attorney of the signatory to the documents if the tender is submitted on

behalf of the firm it must be digitally signed either by all the partners or person holding a valid

power of attorney from all the partners constituting the firm.

Even in case of firm which have already granted power of attorney to an individual

authorizing him to signed by such person, as routine fresh power of attorney duly executed in

his favors by all the partners of the firm stating specifically that the person has authority to bind

such partners or the firm as the case may be to the condition relating to arbitration clauses

should be submitted with the tender unless authority has already been given to the person

concerned by the firm.

iii) The tender shall be deemed to have taken into account all the alterations to the

tender documents before submission of his tender.

3. In case you are the successful tenderer you shall be required to submit 2.5% percent of

the tendered amount as Security Deposit in favors of the G.M. GUN CARRIAGE FACTORY,

JABALPUR, within thirty days of the Notification of Acceptance of the tender. The securities may

be in following forms.

• Post Office saving bank passbook duly pledged to the accepting officer.

• Post office 5 years cash certificates for the market price and not for their face value.

• 12 year National Savings Certificates for the market price and not for their face value.

4. You are required to lodge an Earnest Money Deposit (EMD) for this particular work

along with your tender. This should be in the form of receipts treasury challan to the revenue

deposit of the GENERAL MANAGER, GUN CARRIAGE FACTORY, JABALPUR.

i) This amount should be deposited by you into sub-division or District Treasury or a

Branch of the State Bank of India to the credit of Revenue deposit of the GENERAL

MANAGER GUN CARRIAGE FACTORY, JABALPUR without obtaining a receivable order

for the purpose.

ii) The Challan should be attached by you to your tender.

iii) The Earnest Money can also be deposited in the form of deposit call form in any

Nationalized Bank or in the form of Bank Draft/Pay Order.

5. In view of postal and other delays it is suggested that the tender be sent by a special

messenger if necessary or posted sufficiently in advance of the date and time fixed for

submission of EMD & Tender fee.

Encl: Tender documents

Yours Faithfully,

GCF Tender Condition Page 3 of 17

CALL FOR TENDER GUN CARRIAGE FACTORY, JABALPUR

Sealed tenders are invited by the General Manager, Gun Carriage Factory, Jabalpur from

the reputed firms and contractors of MES, Railways, Ordnance Factories, RBI, BSNL, CPWD,

PWD, MSEB, P&T and other Central Government/State Govt Departments/Undertakings of

appropriate class for the following work.

NAME OF WORK : Mentioned in the OVERVIEW & BOQ PART

GCF Tender Condition Page 4 of 17

In lieu of IAFW 2162 (Revised 1953)

Gun Carriage Factory, Jabalpur NOTICE OF TENDER APPLICABLE TO ALL THE CONTRACTORS

Note : Cat A General conditions applicable to all contracts

Cat B-I Special conditions applicable to Lump sum contracts

Cat B-II Special condition applicable to measurement contracts.

Cat B-III Special conditions applicable to TERM and Running contracts.

A) GENERAL CONDITIONS: (Applicable to all contracts)

1. A tender for the work Mentioned in the OVERVIEW & BOQ PART

2. The work is to be completed within 12 months (in accordance with the phasing of any indicated in the tender) from the date of handing over the site which will on or about after

acceptance of tender.

3. Normally contractors whose names are on the GCF approved list for the area in which

the work lies and within whose financial category the tendered amount would fall may tender in

border line cases where the tendered amount is in excess of the financial category of the

contractor the Accepting Officer reserves the right to accept the tender in which event the

tender would be required to lodge additional security to cover the excess referred to above not

more than the tender shall be submitted by the contractor the firm of contractors.

Under no circumstances will a father and his son (s) or other close relations be allowed

to tender for the same contract as separate competitor. A breach of this condition will render

the tender of both parties liable to rejection.

4. The GM GCF will be the accepting officer herein after referred to as such for the purpose

of this contract.

5. E-Tender form and conditions of contract and other necessary documents are to be

submitted electronically within the stipulated date & time.

6. In the case of contractors who have executed the standing security bond, their tender

shall be accompanied by earnest money amounting to Rs. NIL upto the limit to which they are

registered with GCF as per EMD condition uploaded

In the case of contractors who have executed the standing security bond but on a lower

category than the value of tender they shall deposit additional security as demanded by the

Accepting officer before their Tender is accepted.

The GM will return the earnest money where applicable to all unsuccessful tenderers by

endorsing an authority on the deposit receipt for refund. On production by the tenderer of a

certificate of accepting officer that a bona fide tender (vide condition 12 below) was received

and all documents were returned. In case of successful tenderer the earnest money will form

part of the security deposit.

Copies of the drawings and other documents pertaining to the work (signed for purpose

of identification by accepting officer or his authorized representative) and samples of materials

and stores to be supplied by the contractors will be open for inspection by the tenderers at the

following offices during working hours.

7. The tenderers are advised to visit site by making prior appointment with the GENERAL

MANAGER in sufficient time. A tenderer shall be deemed to have full knowledge of scope of

work and relevant to documents, samples, site etc. whether he has inspected them or not.

8. Any tender which proposes any alterations to any of the conditions laid down or which

proposes any other conditions or description whatever is liable to be rejected.

GCF Tender Condition Page 5 of 17

9. The admission of a tender by a tenderer implies that he had read this notice and the

conditions of contract and has made himself aware of the scope and nature of the work to be

done and of the conditions and rate at which tools and plant etc. will be issued to him and local

conditions, and other factors bearing on the execution of the work.

10. Tenderers must be very careful to delivery a bona fide tender such a tender must satisfy

each and every conditions laid down in this notice.

11. The tenderers must be in possession of a copy of the current MES SSR Part-I and Part-II

including or to give any reasons for not doing so will not be accepted.

(B-I): SPECIAL CONDITION APPLICABLE TO LUMP SUM CONTRACTS.

* Strike out if not applicable*

1. The work is estimated to cost Rs. (Rs. ……………………………….. ) net at per with

MES schedule with amendment up to and including No. ……… of this estimate however, is not

guarantee and is merely given as rough guide and if the work rates more less a tender will be

no claim on that account.

2. The tender shall be based on: Drawings specifications, IAFW – 2249 with schedule “A”

(List of work ) to be priced by the Tenderer from their pricing of bills of quantities, forming part

of contract.

Note:

i) The priced bills of quantities when submitted by the tender will become the property of govt.

and in case of successful tenderes, the bill of quantities will be endorsed and retained by the

accepting officer, A copy of the priced duly attested by both the parties will be forwarded to

contractor

ii) Drg. Specification, IAFW – 2249 and 2159 and with schedule ‘A’ prepared by MES and

tenderers required to quote their lump sum arrived at by adding deducting a percentage to the

total of MES prices.

iii) Drg. Specification, IAEW-2249 and 2150 with schedule “A” to be priced by the tenderers.

iv) Drg. Specifications IAFW-1815 revised 1953 which schedule ‘A” to be priced by the

tenderers.

(B-II): CONDITIONS APPLICABLE TO MEASUREMENT CONTRACTS OTHER THAN TERM AND

RUNNING CONTRACTS.

1. The work is estimated to cost Rs……………../- (Net at per which MES schedule of rate

which amendments up to and including No………………less a tenderer will have no claim on the

account.

2. The contract shall be measurement type based on

* Strike out if not applicable*

i) specification IAFW –2242 and 1779 where sub-Para – where tenders are required to

quote a percent not applicable above/ below the MES schedule of rate (ii) IAFW- 1780 where

tenders are required to quote their own rates (iii) IAFW –1779 where tender should quote their

own rate.

(B-III): CONDITIONS APPLICABLE TO TERM AND RUNNING CONTRACTS.

1. The contract is to run for a period of 12 Months without reference to total cost of work.

2. Contractor in categories ‘A’ to ‘F’ may tender

3. The tender shall be based on:

* Strike out if not applicable*

i) Drawing specification IAFW –249 and 1821 where sub-Para not tenders are required to

quote a percentage above/applicable below the MES schedule of rates

ii) IAFW –1815 where tenderers are required to quote their own rates

iii) IAFW-2320 where the tenderers and required to quote a percentage above/below the

rates given in schedule “A” (Description of work to be executed)

iv) Drawing, specification IAFW-1815 (z) and 1815 ® with schedule “A” (schedule of

requirements) to be priced by the tenderers.

GCF Tender Condition Page 6 of 17

In lieu of IAFW- 1779 A (Revised – [1965] (To be used in conjunction with General condition

on contracts IAFW –2249

Ref No. Office of the GENERAL MANAGER, GCF Jabalpur

Date: Station: Jabalpur

TENDER AND ITEM RATE CONTRACT FOR WORKS BY MEASUREMENT

In the execution of “Work mentioned in the OVERVIEW & BOQ PART”.

Messers / Mr ………………………………………………………………………………………….. of………………………………are

/is hereby authorized to tender for the above work the estimated value of which is

Rs. ……………… as per MES SSR. The tender is to be submitted online only.

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT THE LOWEST

OR ANY TENDER.

SCHEDULE “A”

LIST OF ITEMS OF WORK

Item Description Drg. No.

Wrt spen.

Unit Appro.

No of

Unit

Reqd.

Rate per

Unit in

figure &

Word

Amount

Rs.

Period of

Completion

Indl. Item

After date

of handing

over site

1 2 3 4 5 6 7 8

Annexure of Schedule ‘A’ enclosed separately at last Page No. NIL (Being a Term Contract Case)

FOR DETAILS SEE ANNEXURE

Note:- 1 The quantities shown in column 6 & 7 respectively are to be inserted as a guide only.

They shall not however be varied beyond the limit laid down in condition 7 of IAWF-2249,

General conditions of contract.

1. The rates and amount in column 6 & 7 respectively are to be digitally submitted by

tenderer.

2. It is an express condition of the contract that the rates to be tendered against each item

shall include for all incidental and additional materials and for Labour to cover all the

works described in the respective item and enumerated under the respective item and

rates in the preamble to the schedule of analogous items in the MES standard schedule of

Rates 2010 whether such additional items are included in the description of schedule “A”

or not.

3. Unless otherwise described, all the items in the schedule are deemed to be for materials

and Labour complete.

4. For measurement purposes in respect for these building for which audited PSMBs are

available quantities shall be taken from the PSMBs direct and entered in MBs [IAFW-

2261]. In respect of building of which audited PSMBs are not available in details

measurement of work done, shall be taken and entered in the MBs [IAFW-2261] in the

usual manner.

5. The entire work under this contract as included in the schedule “A” shall be completed

within 12 month from the date of handing over of site.

GCF Tender Condition Page 7 of 17

SCHEDULE “B”

ISSUE OF STORE TO THE CONTRACTOR

(See conditions 10, 13, and 23 )

Serial Particulars Rate at which stores etc. will be issued of place of issue to the contractors

(by name)

Unit Rate

------------------------NIL-------------------------

Note:

1. This schedule consists of NIL items only.

2. The recovery shall be made for the gross quantity issued and not for the net measured

quantity finished work.

3. Waste and off cuts shall become the property of the contractor who shall be responsible

for their removal from site after check by the engineer in charge waste materials shall not be

allowed to accumulate at site. GM’s decision as to what constitutes waste and off cuts, shall be

final.

4. The steel items will be issued in corresponding metric units/sizes as available with the

GCF in which case no price adjustment will be made.

5. The recovery rates of cements bags are inclusive of juts bags. The contractor shall be

responsible for returning a minimum of 75% of empty jute bags to collection agent (s). The

contractor will obtain payment on his accounts direct from the collecting agent(s) at prevailing

rates as fixed by DGS&D. If the number of serviceable bags returned is less than 75% of the

bags issued a recovery at the rate of Rs. 1/- per bag falling should be the minimum rate to be

affected from contractor. The contractors shall produce the original printed receipts of the

authorized bags collecting agent(s) as a proof of the bags to return by him. The name of the

bags collecting agent(s) shall be obtained form the GENERAL MANAGER, GCF Jabalpur in order

to ensure that the bags are returned to proper agents.

SCHEDULE “C”

List of tools and plant (Other Than Transport), which will be held to the contractor

(See conditions 15,34,and 35)

S.No. Qty. Particulars Details of

crew

supplied

Hire Charges

per unit/

working day

Stand by

sundry charge

per unit off

duty.

Place of

issue

by name

-----------------------NIL-----------------------------

SCHEDULE “D”

TRANSPORT TO BE HIRED TO THE CONTRACTOR

[See conditions 15,34,and 35)

S.No. Qty. Particulars Rate per unit/

working day

Place of issue

by name

Remark

-----------------------NIL-----------------------------

GCF Tender Condition Page 8 of 17

PRESIDENT OF INDIA

Having examined and perused the followings:

1. Specifications signed by ISSUEING OFFICER FOR GENERAL MANAGER

2. Drawing details in the specification.

3. Schedules “A”, “B” ,”C” and “D” attached here to

4. MES SSR of 2010 (hereinafter and in IAFW-2249) to as the MES Schedule together with

ERRATA ALREADY UPLOADED.

5. General conditions of contracts IAFW-2249 together with amendments.

6. Water conditions 31 IAFW-2249 General condition of contract

* 5.00 for every Rs. 1000/- worth of work done priced at contract rates.

* Water will not be supplied by the factory.

Should this tender be accepted I/we agree

* (a) That the sum forwarded as earnest money shall either be retained to the Govt. on

account of the security deposit or shall be repaid by the govt. on receipt of the full amount of

the security deposit the time specified in condition 22 of IAFW 2249.

* (b) To execute all the work referred to in the said documents up to the terms and

conditions contained or referred to their in at the items contained in the aforesaid schedule “A”

at such other rates as may be fixed under the provision of condition 62 and to carry out such

deviations as may be ordered vide conditions 7 up to a maximum of percent and further agree

to refer all disputes as required by condition 70 to the Secretary, Ordnance Factory Board,

Calcutta, whose decision shall be final conclusive and binding.

Signature_______________________________in the capacity of

Duly authorized to signed the tender for and on behalf

_______________________________________(IN BLOCK CAPITAL)

Date______________________________________

Witness___________________________Postal address________________________________

Address______________________________________________________________________

Fax No. _____________________

Telephone No._________________________

Email – id _____________________

ACCEPTANCE

-------------------------------------------------Alteration have been made in the documents and as

evidence of these alterations were made before the execution of the contract agreement, they

have been initiated by the contractor and JtGM/EO & AGM/EO of Engg Office.

The said officers are hereby authorized to sign and initial on my behalf the documents

remaining part of this contract.

The above tender is accepted by me on behalf of the president of India at the item rates

contained in the Schedule “A”

(GENERAL MANAGER)

GCF Jabalpur

Dated ____________ days of _______________________appointment GENERAL MANAGER

GCF Tender Condition Page 9 of 17

NAME OF WORK : Mentioned in the OVERVIEW & BOQ PART

AGREEMENT SHEET FOR GENERAL CONDITIONS OF CONTRACT IAFW-2249

AMENDMENT AND ERRATAS THERETO

It is agreed that the general condition of contract IAFW-2249 comprising of 68 pages and as

amended upto 10/3/05 form part of this contract and we agree to abide by the conditions/rates therein

which we have read and understood and put our signatures hereunder amounts to (our having signed) the

above referred documents themselves as forming part of this contract.

U N D E R T A K I N G

I hereby undertake that no recovery against my firm is outstanding with any of the Govt.

department and no litigation /debarment/ blacklisting is pending against me & my firm.

I also hereby undertake that my firm is sole proprietary firm /partnership firm. For partnership

firm, the partnership deed will be submitted before placement /receipt of Work order. It is also hereby

undertake that in case the documents are signed by the person other than the proprietor /partners of the

partnership firm, power of attorney/documentary evidence pertaining to authorized signatory is

enclosed along with the tender.

In case any of the above found to be incorrect and not fulfill the requirement Govt., GM/GCF

will have every right to take action against my firm including canceling the tender & debarring my

firm from issue of any tender in future.

Signature of Contractor

Date ..................................

GCF Tender Condition Page 10 of 17

STATUTORY & STANDARD DEDUCTION FROM THE CONTRACTOR BILL

The following statutory and standard deduction will be made from the contractors bill/ payment.

(1) Income Tax deduction at prevailing rate as order issued by Government of India from time to time.

(2) Commercial Tax @ 2% or prevailing rate.

(3) The Building & other contractor work Welfare Cess Rule, 1988-(@) 1% of the cost of

construction or the prevailing rate.

(4) The Contractor shall be responsible for payment of minimum wages and

fulfilling the requirements of all the statutory liabilities pertaining to various labour

laws and the Contractor must be registered with EPF authorities in respect of the

workmen assigned duty at GCF. The contractor will also be fully responsible for

payment of Employees Provident Fund in EPF Commissioner Office, by his own EPF

Account No. for the workers engaged for various contract works inside and outside of

GCF. Payment of the work done by the contractor shall be made to the contractor only

after submission of Challan and connected documents of the particular months vide

which contractor has deposited the EPF for the workers engaged, in EPF Account No

allotted to him by EPF Commissioner. In addition to the above the contractor will also

have to submit an undertaking that the payment due to EPF, has been made in

respective offices by him for the particular months in favour of the workmen employed

by him in GCF only. The payment of EPF through his EPF Account No. for the workers

engaged for various contract works inside and outside of GCF SHALL ENTIRELY be

the contractor/firm responsibility.

(5) Service Tax as per the rule and Prevailing rate to be paid by the contractor directly.

(6) Recovery of water charges @ Rs.5.00 per Rs. 1000 worth or the enhanced rate/prevailing

rate.

(7) Recovery of electrical charges to be made against the temporary electrical connection as per

the Prevailing rate.

GCF Tender Condition Page 11 of 17

SPECIAL CONDITONS

GENERAL:

1. The following special conditions should be read in conjunction with general conditions of contract

IAFW-2249 including amendments there to any providing in those special condition with the provision in the

above mentioned documents should be deemed to the proceedings there over.

2. GCF shall supply water to the contractor at existing water point which shall be seen by a contractor

before tendering. Contractor should arrange for storage of water if necessary at his own expenditure GCF shall

not be liable for any damage on account of failure in supply of water or for curtailing the supply thereof in the

failure or on curtailment as the case may be arisen from accident or becomes necessary as a result of draught

or any other unavoidable causes. The decision of the General Manager in this respect shall be Final and

binding.

3. (A) Generally, the contractor is advised to make it a point to visit the site(s) to study working

conditions, access to site working hours etc. himself for his own satisfaction. Whether contractor visits the site or not, he shall be deemed to have all knowledge of the restriction of entering into/exit from and working

within the restricted area.

(B) Verification Of Character Antecedents Of Contract Labours : Procedure to be followed for

security clearance for the contractors supervisor & labourers.

1. Once the contract is awarded & work order is placed, contractor should immediately apply for

permission to come inside factory for his supervisor & labourers with details of the labourers on a non-judicial stamp paper duly signed by the notary. The names & details of the labourers would be

attached as appendix to the non judicial stamp paper & the contractor also to give an undertaking in

prescribed proforma. The standard proforma may be collected from Engineering Office.

2. Contractor must ensure that the only those labourers to be engaged for whom details have been

furnished. For any reason if contractor desire to engage new labourers or special trade persons,

contractor to furnish again details of the such labourers on a non judicial stamp paper or prior

permission to be taken well in advance.

3. Based on the above details furnished by the contractor at para-1 above, permission will be accorded

for 90 days. However within the 90 days period contractor must furnish the details of his labourers &

supervisor in the standard PVR form & submit the same to security office for further processing &

clearance of PVR. In case contractor fails to submit the filled in PVR form within 90 days from the

date of permission accorded, contractors men will not be allowed to come inside factory.

4. For the supervisor labourers for which PVR details have been furnished earlier by the contractor the

same to be intimated to security office to avoid repetition of work.

5. For emergency & exigency of work, if on any Sunday or Holiday work to be executed, contractor

must furnish his application for permission at least 3 days before duly recommending the same by the

E.I.C. of the work.

6. For any material credit or excess to be taken out of the factory loading to be done in front of the

authorised rep. of the factory & security.

7. For all materials bringing inside the factory for the work, IGP’s to be prepared. For contractors tools & plants, proper record to be maintained as per the prevailing Security Rules.

8. As per bldg. & other contractor workers (Regulation of employment & condition of service) Act,

1996, a Registration Certificate to be obtained from the labour Commission (Central), Jabalpur. The

above is a statutory requirement & the contractor has to submit the Registration number.

GCF Tender Condition Page 12 of 17

(C) Visiting to the restricted area

i) The contractor or his agent (s) representative workmen etc. (materials carts, trucks)

are allowed to enter the restricted areas through the West Gate only. Thorough search shall be

conducted by the security staff for as many times as the gate is used for entry and or for exit

and for security reasons at any time or any number of times at site. The Contractors shall note

that certain time may be lost on account o restrictions mentioned in this cause such as searches

etc. and thereby affecting the effective working hours. The time of first entry and/or last exit of

the premises of factory authorities shall be strictly adhered to.

Working hours usually observed are

Monday to Friday : 0730 to 1630 Hrs.

Saturday : 0800 to 1245 Hrs

Sunday : Closed.

The tenderer shall contact the G.M. to know further details about the following and all relevant matters.

(i) Mode and extent of search of transport materials and personnel etc. including times for

presenting for entry and/or exit through a gate.

(ii) The rules and Regulation regarding the Factory normal working hours from time to time, are

as restriction on movement within the G. C. F. Estate areas, smoking restriction and

recognised holidays etc.

(iii) Security Regulations applicable inside the restricted/unrestricted area.

(iv) Distance (s) the labourers etc. have to move etc. to mach site (s) of work.

(v) Climatic conditions usually, prevailing and wich are likely to prevail during the contract

period including prevailance of authorised extended periods.

(vi) No work shall be done on Gazetted holidays and weekly holidays except under special

permission of the G.M. in writing which rests at the sole discretion of the G.M. The contractor shall note that in case of emergency, the G.M. reserve the right at his discretion of

declaring any days as a holiday or non working day for the contractor without assigning and

reason thereof.

(vii) Within unrestricted areas :- None of the restrictions in restricted area described above shall

apply except the following. Thorough search may be conducted by the factory at any time or

number of time at work site (s) for security reasons.

(D) No work shall be done on Gazzetted holiday and weekly holiday except which special

permission of the GM in writing which rests at the sole discretion of the declaring any day as a

holidays or non-working day for the contractor without assigning any reason thereof.

(E) Within unrestricted areas: Name of the restrictions in restricted area described above

shall apply except the following thoroughly search may be conducted by the factory at any time

or any number of times at works site for security.

4. MINIMUM FAIR WAGES PAYABLE TO LABOURERS:

The contractor shall have no claim whatsoever on account of any local regulations or

otherwise he is required to pay wages in excess of the minimum wages shown in the schedule

of minimum fair wages (SFW) under condition 58 of IAFW- 2249.

5. ACCEPTANCE:

This tender will remain open for acceptance for four months from the date on which they

are due to be submitted.

GCF Tender Condition Page 13 of 17

6. In case contractor desires to employ female labourer or worker he is required to

reimburse to the government full pay and allowance etc paid to the female searcher class IV

servant for the period the female labourers continues to be employed inside the factory. The

searcher will be appointed by factory authorities and paid by them.

7. SPECIAL CONDITIONS FOR CIVIL & ELECTRICAL WORKS

i) Contractor must appoint a supervisor having supervisory license to supervise electrical

works Supervisor will generally be present at the place of work.

ii) Before commencement of the contract work, contractor and or his supervisor should

submit two attested copies of the qualification certificate to the factory authorities.

iii) The qualification and experience certificates of skilled workmen who will actually

carryout Electrical repairs work to be submitted by contractor before commencement of the

work.

iv) Contractor will provide an undertaking in writing that he will provide all personal

protective equipments and safety gadgets to his workmen that would be required to execute the

contract work. List of all personal protective equipments, safety gadgets and tools that are

being provided by the contractor to his workmen for carrying out work would be forwarded to

the factory authorities in writing before commencement of work.

v) For working at height contractor have to obtain written permission from Safety

Section before start of the work. Without working at height permission any work will be allowed

in any case.

vi) Ladder single length wooden/ Aluminum should be provided with a strong firm tying/

latching rope or belt.

8. ENVIRONMENT MANAGEMENT SYSTEM REQUIREMENTS:

Contractor should know Environmental policy of GCF Jabalpur & abide by all

Environmental norms applicable to their activities in Ordnance Factory premises. Contractor

should strictly follow OCP (Operational Control Procedures) & WI (Works Instruction) of Civil

works & Electrical works with respect to Environment Management System.

ARBITRATION CLAUSE

INSTRUCTION FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE

TENDERER (CONTD.)

All disputes & differences arising out of or in any way touching or concerning this agreement (except

for which specific provision has been made therein) shall be referred to Sole Arbitrator to be appointed by Director General, Ordnance Factories, Government of India, Min. of Defence, 10-A, S.K. Bose Road, Kolkata-

700001. The Arbitrator so appointed shall be a Government servant who had not dealt with matters to which this agreement relates and in course of his duties had not expressed views on all or any of the matter in

disputes or differences. The Award of the Sole Arbitrator shall be final and binding on the parties.

The venue of arbitration shall be at Jabalpur.

INSTRUCTION FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE

TENDERER (CONTD.)

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 deposit by him shall be forfeited. In case of GCF enlisted contractor, the amount equal to the Earnest Money stipulated in the Notice of Tender shall be

notified to the tenderer for depositing in the Government Treasury through MRO or DD in favour of GM,

GCFy, 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 & his related firms shall not be issued the

tender in the second call or subsequent calls. Issue of further tenders to such tenderers shall remain

suspended till the aforesaid Earnest Money amount is deposited in the Government Treasury.

GCF Tender Condition Page 14 of 17

SPECIAL CONDITONS

WORKING CONDITIONS:

It is likely that the work will have to be carried out in phases as the entire site cannot be made

available at a time. It will be necessary in such a case that such part works carried out should not cause

inconvenience the occupant of such residential quarters by way of disconnection of light from dusk to dark

and also normal activities to the production of the Factory.

ACCIDENTS:

The contractor should exercise all care and take all necessary safety measures before

embarking on electrical work. Any accidents fatal or non fatal will be the responsibility of the

contractor and compensation that may arise will be the responsibility of the contractor. Para 5 of

Appendix ‘B’ of MES safety code in General conditions IAFW-2249 is relevant. Please also refer

relevant page for safety precautions to be taken on contractors workmen.

SAFETY OF CONTRACTORS WORKMEN:

(1) The contractor should exercise all care and take all necessary safety measures before execution of

civil and electrical works.

(2) The contractor should abide by Factories Act 1948 with MP Factories Rules 1962 as amended time to

time.

(3) The contractor to carry out all electrical works as per IE Rule 1956 as amended by IE Act 2003.

(4) Contractor to abide by general conditions of contract, (IAFW 2249), including errata & amendments

thereto.

(5) Contractor should take all necessary safety precautions and should also use safety equipments (such

as Fall protection device, safety ladders, Jhula, Rope, Safety Belt, Safety Helmet, Roof top Walk

ladder, Safety net, Lifeline etc. to be brought by the contractor) for man and equipment

employed/issued for the work and will be solely responsible for any loss/damage to the

man/equipment due to any reasons during the execution of work. Whenever welding operation will be

involved, contractor’s man should also use PPE like hand gloves, goggle, etc while welding operation.

(6) All the equipments to be brought by the contractors shall be standard/ISI marked.

(7) While working on the roof, the following safety precautions may please be adhered to.

(a) The person must use proper safety helmet and other safety equipments.

(b) He must use the safety belt tied to lifeline.

(c) Safety net must also be tied below the work spot so that the workers, if falls accidentally, he

can be arrested.

(d) The person should work only in the allocated area covered by safety net.

(e) While a person working at height the contractor/supervisor must be present on the working

spot and he should physically supervise the work. For this purpose he should use/secure

ladder so that he can also supervise the work at the same height.

(f) Before starting the work contractor/supervisor must obtain work permit from the safety

department of the factory and ensure that all safety equipments are in working conditions.

(g) The work permit from the safety department will be issued on daily basis and/or any other

basis depending upon the nature and condition of the work.

(h) Contractor should engage skilled and experience person for the work, Unskilled person shall

not be engaged.

GCF Tender Condition Page 15 of 17

(8) Work on Height other than roof (Both inside and outside of the buildings including over head Electric

Lines. At a height above 3.00 mt. )

(a) The person must use proper safety helmet and other safety equipments.

(b) The person must use safety belt tied to a rigid over head support.

(c) Self-supporting ladder should be used. In case non-feasibility of use of self-supporting ladder,

aluminum or wooden/bamboo ladder including extension ladder can be used. But this must be

tied at both ends or should held in position by 2 persons.

(d) The Work In charge / Supervisor of the contractor must obtain work permit from the safety

department of the factory and ensure that all the safety equipment are in working condition.

(e) While working at height above 3 mtrs the work in-charge/supervisor of the contractor must be present on the spot & supervise the work.

(f) If the contractor requires temporary electric connection during execution of work then he

shall apply well in advance.

(g) Contractor should engage skilled and experience person for the work, unskilled person shall

not be engaged.

(9) The contractors who are going to execute the work at height as stated above, should make

arrangement fro group Insurance for persons who will be executing the work to cover compensation

charges an eventuality of any accident, if occurred.

(10) The contractor who is not abiding the aforesaid instructions completely or partly, his work will be

short closed/terminated including the action of black listing. No compensation on account of this will

be payable by the factory.

(11) In case of fatal accident, if contractor not pay compensation to the affected person General

Manager/accepting officer will have the rights to recover compensation charges from the pending

dues with the factory or any other govt. deptt.

(12) In addition to mentioned above, the contractor is bound to abide by standing security & safety

Instructions of the factory issued from time to time.

BREAKAGES:

During the course of the execution of the work, any damages that may be caused will

finally or other wise to the govt. properly will be chargeable to the account of the contractor.

IMPORTANT

LICENCE UNDER COANTROL LABOUR ACT 1970

The contractor intending/likely to employ 20 or more workmen on any day of the contract

period for any particular contract have to obtain a license under the contract Labour

[Regulation & Abolition} act 1970 and contract Labour ( Regulation & Abolition ) Central Rule

1971 prior to start of work under the said act. By submitting an application in the prescribed

Performa to relevant Labour commissioner office of Jabalpur after payment of necessary

Security Deposit and license fees in the Govt. Treasury. Carrying out work without the above

licence bill invite legal proceedings against them as per the said act. They should show the copy

of the licence to English charge starting the work.

In case where the firm is engaging less than 20 contract labours, an undertaking to this

effect shall be submitted to this Office before start the job. You have also to ensure to follow all

Safety norms to avoid any Accident of your Workmen / Labour during the period. In case of

any accident, you will be liable to pay the compensation to your labourers. GCF Jabalpur will

not have responsibility in any such case. An undertaking to this effect have to be submitted

along with the copy of Workers Compensation Insurance Policy for your workers to be engaged

for any Civil / Electrical contract work before commencement of work at GCF Jabalpur.

GCF Tender Condition Page 16 of 17

SPECIAL CONDITONS

The contractor is advised to inspect samples of the materials to be incorporated in this

work before submitting his tender. The contractor will be deemed to have full knowledge of

whether he inspect or not the samples are displayed in the office of EIC GCF. The materials to

be provided by the contractor must strictly confirm to these samples unless specific provision

exists in these documents for providing other, wise and the same shall be got approved in

writing by the EIC before their incorporation in the works.

The contractor shall produce original receipted vouchers invoice from manufacturers or

authorized stockiest and their description with make care and ISS No. to EIC , if called upon by

the later to do so to ensure that contractor has actually brought the required quantity of the

approved quality.

All identity cards and passes shall be returned by the contractor to factory Security

authorities after completion of the work under this contract.

WORK PASSING REGISTER:

Wherever two coats of painting /white wash /colour wash in specified the contractor will

get the first coat and entry to the effect will be made in the work passing register by E-I-C.

Maintenance of the work passing register will be responsibility of contractor and should

be handed over the department after the completion of the work.

PARTICULARS SPECIFICATION

LIME WASH:

(a) Preparation of surface shall be carried out all as specified clause 15-10 on page 161 of

MES SSR 1988 (Part-I)

(b) LIME – Lime required for white wash shall be approved Katni lime or Satna lime shall be

composed of freshly burnt of good quality free from un-burnt stone and other foreign material.

Slaking shall be done at site with an excess of water and the lime allowed to remain under

water for two days. The mixture of lime and water shall be drawn off placed on a suitable

receptacle and clean fresh water added to bring it to the consistency of thin cream.

The wash so prepared shall be strained through coarse cloth or lime sieve add with gum

powder water the quantity of gum to be used shall be the rate of 4 kg per /04 per sq gum shall

dissolved in hot water.

(c) After completion of the work, the entire site shall be over in neat and clean condition.

Any lime wash splashed on the door /window /floor shall be cleaned to the entire satisfaction of

the E.I.C.

PAINTING:

(a) All paints unless otherwise specified shall be of quality not inferior to the specified in the

relevant ISS.

(b) The contractor shall inform the EIC within 2 weeks of the acceptance of the tenders,

names of manufactures and brands of paints he will use in the work and submit samples there

of and obtain prior written approval of the E-I-C before use in work.

(c) The contractor shall when so required by of the E-I-C produce certificate from the

manufacturer or the representative either to establish the brand of paints purchased by the

contractor to satisfy the requirement of the relevant Indian Standards or are superior to the

quality specified in the relevant ISS.

(d) Paints for under coat and finishing coat shall be of the same manufacture.

(e) Tint of each coat of paints unless otherwise specified shall be approved by E-I-C.

(f) Preparation of surfaces shall be carried out all as specified in clause 17.3.2 on page 172

MES SSR 1988 preparation of surfaces will first be passed by the EIC in writing before the coat

of paint applied.

GCF Tender Condition Page 17 of 17

COLOUR CONSCRIPTION SCHEME OR INDUSTRIAL BUILDING /PRODUCTION BLDGS

IN ORDNANCE FACTORIES

A) WALL AND PILLARS (SKIRTING DADO):

i) Skirting up to 6” floor level synthetic enamel static green corresponding to aircraft

green ISI Shade No. 233.

ii) Dado from 6” to 4’ 6” synthetic enamel pastel green corresponding light Eqe-de-

Nil ISI Shade No. 216.

B) Wall and Pillars form 4½ to ceiling distempered in pastel Green (i.e.) light Eqe-de-Nil

ISI Shade No. 216.

C) Ceiling distempered in white (wooden ceiling painted in white enamel).

D) Woodwork (interior only) Synthetic enamel marine gray corresponding to light admiral

gray ISI Shade No. 697.

E) SERVICE PIPES – Water in synthetic enamel green. Steam in Aluminium, Air in synthetic

enamel white, Electricity in synthetic enamel light orange, Coolant in synthetic enamel

leaf brown, Gas in synthetic enamel yellow.

F) Structural Steel including crane Gantry and Trusses etc Aluminium paint.

G) Crane will be painted in traffic yellow and the moving pulley supporting the hook will be

painted in signal red.

H) Steel Doors Aluminium paint.

I) G.I. Roof sheets (under side portion) in white paint. (Any other changes will have to be

approved by EIC)

SPECIAL NOTE: This tender is required to be submitted electronically, Digitally Signed

by the Contractors/firms without making any amendments & by doing so, they are

agreeing to the terms & conditions laid down in these tender documents. Please note

that due to change in shifting to E-Tendering platform, the paper tender is being

replaced with e-tender and accordingly all the method of tender submission, opening

& tender finalization stands modified to the extent.

GOVERNMENT OF INDIA MINISTARY OF DEFENCE

GUN CARRIAGE FACTORY JABALPUR -482 011 Phone No. 0761 – 2712121

Fax No. 0761 – 2331495 Email: [email protected]

GENERAL CONDITION OF CONTRACT: 1. STANDARD TERMS OF PAYMENT: 1.1 The contractor shall have to pay / lodge Security Deposit as prescribed depending upon the Value of Contract Sum (1.25 time of EMD) in the form of FDR and the same will be retained with Factory authorities against SD for the period of twelve months from the date of completion of the work. 1.2 RAR payment will be made in stages as per the progress / value of work done. The RAR shall be claimed by the contractor stating the progress of the work. 1.3 For claiming each RAR, the contractor should have completed minimum 15 % of value of contract Sum. (Retention Amount @ 10% of the value of work done shall be retained with the factory and the same will be released at the time of Final settlement) 1.4 Final payment will be made only after satisfactory completion of the work as per Contract Conditions & Specification (Security deposit will be retained by factory). 2. TAXES: 2.1 Income tax shall be borne by the contractor. The contractor will be responsible to furnish Income Tax declaration and file returns with respective Income Tax Authorities as required under Indian Income Tax Act. 2.2 Sales Tax, Service Tax, VAT clearance & other Government taxes as applicable from time to time and which are all in force shall also be borne by the contractor and the quotation / offer shall be inclusive of all. It will be the duty of contractor to completely update him about prevailing taxes and rates and this office will not issue any certificate regarding taxes etc.

3. CAPACITY OF THE TENDERER: Offers not furnishing adequate information in respect of eligibility criteria are liable for rejection.

4. NOTICES ON BEHALF OF THE DEPARTMENT: Notices and certificates on behalf of the department in connection with the contract may be given by, duly authorized officer of the department whose name shall be previously communicated in writing to the contractor. 5. ARBITRATION CLAUSE : 5.1 All disputes & differences arising out of or in any way touching or concerning this agreement (except those for which specific provision has been made therein) shall be referred to the sole Arbitrator to be appointed by Director General Ordnance Factories, Government of India. The arbitrator so appointed shall be a Government Servant who had not dealt with matters to which this agreement relates and in course of his duties had not expressed views on all or any of the matter in disputes or differences. The Award of the Sole Arbitrator shall be final and binding on the parties. 5.2 The Arbitration shall be as per the condition No.70 of General Conditions of contract IAFW-2249 & Arbitration Act.1996 or any statutory modification thereof. The Venue of the arbitration shall be GUN CARRIAGE FACTORY JABALPUR, 482 011 (MP). 6. LIQUIDATED DAMAGES : In the event of late completion of work the department is entitled to recover from the contractor by way of liquidated damages a sum equal to 1% per completed week or part thereof the value of incomplete / delayed completion limited to a ceiling of 10% of the total Contract Sum. 7. CONTRACTOR’S SUPERVISION: The contractor shall either himself supervise the execution of the contract or shall appoint a competent/ qualified Agent approved by this office to act in his stead. Refer Condition No.25 of IAFW-2249 under sub para (b). 8. OTHER CONDITIONS: Since the Production activities are also being progressed by this factory, the contractor will have to take extra precaution that the production activities are not affected / hampered at any way. The contractor is required to work in close co-operation with departmental staff & Officers engaged to supervise the work. That the contractor should not make damage to any of the factory property and if so done, the factory authorities will initiate for suitable deduction from bills due to him. 9. QUERIES/CLARIFICATIONS: Queries/Clarifications of all nature, if any that may arise should be referred by the tenderer through FAX/Letter/Email directed to the signatory. 10. All tenderers are requested to take special note of the above instructions and observe the same strictly .Non-adherence to any of the clauses/sub-clauses above is liable to disqualify the tender.

GOVERNMENT OF INDIA MINISTARY OF DEFENCE

GUN CARRIAGE FACTORY JABALPUR -482 011 Phone No. 0761 – 2712121

Fax No. 0761 – 2331495 Email: [email protected]

Instructions to Bidders :

1. The price Bid will be opened of those firms who meet the pre-qualification criteria as mention below:

2. ELIGIBILITY CRITERIA & Documents Required Proving Eligibility:

(i) Enlistment with any Govt. Deptt. or public sector undertaking in appropriate class with respect to applicable tendering limit. Relevant Document from concerned Dept. Average of last 3 years (ending 31st March of the previous financial year) annual turnover should be at least 30% of the estimated cost. Certificate from chartered accountant or work completion certificate. (ii) Experience of having successfully completed (in the form of work completion certificate) any Civil/Electrical work (as relevant or as specified against individual work wherever specified) in Govt. Deptt during last 7 years ending last day of month previous to the one in which application are invited should be either of the following:

a) Three completed works costing not less than amount equal to 40% of the estimated cost.

OR b) Two completed works costing not less than the amount equal to 50% of the estimated cost. OR c) One completed works costing not less than the amount equal to 80% of the estimated cost.

(iii) Posses valid Electrical license (copy of license to be submitted) issued by State Government for electrical work only.

(iv) In addition to documents mentioned above an Undertaking to the effect that firm has not been debarred or black listed in any Govt. Department and the details furnished in the application is true is to be submitted.

NOTES:

1) Application not accompanied by requisite documents and application cum tender fees will be liable for rejection.

Con..02/-

:02:

2) The decision of the General Manager will be final and binding.

3) The above details are also available on website https://ofbeproc.gov.in

3) Amendment if any will be updated in the above web site and no further advertisement will be published.

3. Eligibility Bid:

i) The tenderers shall carefully check the specifications and drawings and shall satisfy himself of the suitability of the work being offered and shall take full responsibility for the successful completion of the work within PDC.

ii) The offer should conform to technical specification and general conditions of contract.

iii) The tenderer shall inspect the site if considered necessary and shall satisfy himself of site conditions and shall collect himself, any other information which he may require before submitting the tender. Claims and objections due to ignorance of site conditions will not be considered after submission of the tender.

4. Other Conditions:

i) Time is the essence of this contract. Hence, contractors quoting will have to strictly adhere to the date of completion.

ii) The firms have to submit the prescribed Security Deposit as applicable depending upon the contract value, which will be refunded on completion of contract after completion of maintenance period or defect liability period. The Security Deposit will be forfeited in the event of breach of contract by the contractor.

iii) All clauses & sub-clauses mentioned in this Tender shall be applicable to any Work Order that is placed as a result of this ender. In case of contradiction, the terms of the WO will prevail over the clauses of the TE.

5. Technical Rules for Tenderers:

In the event of an order being placed on vendor in pursuance of this invitation to Tenders, the same will be governed by the General conditions of Contract IAFW-2249 (Military Engineers Services).

6. Submission of Tenders:

i) Tender shall be submitted “ONLINE” through electronic media (e-Tender).

ii) The period of validity of tender shall be 120 days from the date of opening of the tender and the tender and the prices quoted shall be deemed to remain valid for this period. Tender documents are strictly not transferable.

iii) Please note that no other method of submission of tender is acceptable for these works published on https://ofbeproc.gov.in and the same may be incorporated as an amendment wherever applicable or found in the documents uploaded on the website.

GOVERNMENT OF INDIA MINISTARY OF DEFENCE

GUN CARRIAGE FACTORY JABALPUR -482 011 Phone No. 0761 – 2712121

Fax No. 0761 – 2331495 Email: [email protected]

SPECIAL CONDITIONS OF CONTRACT: 1. General: 1.1. The following special conditions shall be read in condition with General condition of contract IAFW –2249 (2009 Print and IAFW – 2160) (Revised 1955) including agenda thereto. Any provision in these special conditions, if at all conflicting with the provisions in the above mentioned documents, they should be deemed to take precedence. 1.2. The terms “General specification” used in any of the documents following part of this contract refer to the specification contained in the MES schedule of rates 2010 issued from time to time. 1.3. The term “General specification used in any of the documents following part of this contract referred to the specification contained in the MES schedule of rates 2010 issued from time to time. 1.4. Water will be charged @ 5.00 per Rs. 1000 /- worth of value of work done of the contract. 2. Condition of Working: 2.1 The work to be executed within factory premises generally falls in “Restricted area” category. The following are the conditions for working within restricted area. 2.1.1 Definition :- Restricted area: - For the purpose of this contract means the area declared as such by factory authorities. 2.1.2 Visit to site with in restricted area(s) Permission to visit restricted area(s) before the submission of tender can be obtained from the General Manager, Gun Carriage Factory, Jabalpur, tenderers are advised to send Prior intimation to the General Manager about particulars of his agents /representative etc (if any) and the dates and times of their proposed visits, so that necessary arrangements can be made for his admission. Whether the tenderer visits the site or

not, he shall be deemed to have full knowledge of the restrictions on entering in restricted area and working within the restricted area(s). 2.2. The contractors their supervisor, Engineers and Laborers can only be admitted into the restricted area on submission of Identification passes issued by our factory security Departments. For the purpose of obtaining the passes certificates from two gazetted officers for each individual is to be obtained. PVR form in duplicate only filled and signed shall also be submitted along with the character certificates to the Security Department of the factory, for verification and records. The contractors are advised to look into this particular clause before submission of tender, any claim what so ever on this account shall not be entertained once the tender is accepted. He is bound to observe the above formalities to obtain the passes for entering the restricted area for all his personnel including labourers. 2.3 The Contractor would, at his own expenses obtain the character / antecedents of his Employees verified through the local police authority and would employ only such persons for work. 2.4 Within the restricted areas: - 1) the contractor or his agent (s) /representatives and materials carts/trucks shall be allowed to enter the restricted area through the West Gate of this factory. Through search shall be conducted by the Security staff for as many times the Gate is used for entry and / or for exist .The contractor shall note that certain time will be lost on account of restriction mentioned in this clause, such as searches etc. which may affect the working hours. 3. Identity Cards passes: 3.1 The contractor, his agent and representative are required individually to be in possession of on identity cards duly issued & verified by the Security Department. The identify card will be examined by the security staff at the time of entry into or exit from the restricted area(s) and also at any time or any number of times inside the restricted area(s). 3.2 Every workman shall be in possession of an identity card. The identity cards shall be issued by security department after submission of PVR forms by the contractor. 4. Wearing of Identification Jackets by Contractor’s Labourers : The contractor’s labourers & their supervisors entering the Factory shall be required to wear the “MAROON COLOURED JACKET” and the cost of the jacket shall be borne by the contractor only. If the required condition is not followed, the Security officer will have the right to stop the entry of contractor’s labour / Supervisor inside the factory for working. 5. Search: Thorough search of all persons and transport shall be carried out on each date of entry & exit as many times as a gate is used. 6. Working hours : The contractor and his workmen shall normally be allowed to work from 8.00 a. m. to 5.00 p. m. except on Saturdays, when the timings are 8.00 a.m. to 12.45 pm, at the work site within the restricted area, which is liable to change by the GCF authorities for security reasons.

7. Working in Holidays: The contractor shall not carry out work on Gazette Holidays, Weekly holidays and other working days except when especially authorized in writing to do so by the General Manager of the Factory. General Manager may at his own discretion declare any day as holiday or Non – Working day without assigning any reason for such declaration. 8. Returning of passes identity cards after completion of the work: All identity cards and passes shall be returned by the contractor, to the factory authority after completion of the work under the contract. In case of loss of identity cards, the contractor will have to pay penalty as per requisite norms on the subject. 9. Site clearance after completion of the work: After completion of the work the surplus stores and debris etc. are to be removed by the contractor or his agents. Representatives or workmen etc., are not allowed to have any access to the restricted area (s) except for extending of rectification of the defects pointed out to him by the JGM/DGM/WM/AWM or by the Engineer – in –Charge of the work. 10. Firm precaution : - The contractor or his agent /representatives workmen etc., shall strictly abide by the orders pertaining to precaution prevailing within the restricted area. Motor transport vehicle if allowed by the authorities to enter into restricted area must be fitted with serviceable fire extinguishers and spark arrester. Gas/electric welding shall be allowed inside the factory area, for which advanced intimation of 3 to 4days will have to be given by the contractor to factory authorities for obtaining permission, 11. Visit to Site of Works : The tenderer is advised to visit site of work with prior permission of JGM/DGM/WM/AWM Or Engg.- in- Charge, in Gun Carriage Factory, Jabalpur and make himself familiar with the working condition acceptability which effect the execution and completion of work. 12 Store and Material (Refer condition 11 of IAFW- 2249) : The contractor shall after the approval of the samples by Engineer- in- charge, obtains stores, material and equipment from the approved firms or through their authorised agents only. As a proof that the materials are obtained from the approved firms/ their authorized agents, the contractor shall produce such evidence to the satisfaction of Engineer – in – Charge as regards to the quality of the materials. 13. Signing of Contract Document : The person signing the tender on behalf of another or on behalf of a firm shall attach with the tender a proper power of attorney duly executed in his favour by such other person or by all the partners stating that he has authority to bind such other person or including the arbitration clause. 14. Nationality of Personnel / Labour: The Contractor shall engage only Indian Nationals after verifying their antecedent and Liability.

15. Permission for electrical work The contractor is required to take the shutdown of electric supply, day – to day basis, before commencement of work for the purpose. He has to obtain permission from factory, EM section every day in prescribed Proforma and discharge the same after the end of the day work (The shutdown may be given between 8.30 A.M. to 4.00 P.M. on all working days based on importance of the work.) All Safety precaution and permission will be taken by the contractor with regard to safety of workmen working at height on the poles to avoid any electric or other accidents. 16. Safety Condition: The following Safety precaution to be observed while carrying out the work:- (i) The contractor man should be well equipped with protective items like hand gloves, safety goggles, safety shoes, helmet, safety belt etc. (ii) While doing work at height, Scaffolding must be rigidly tied and adequate. Platform also must be spacious– safe for movement of men over it. The opening should be avoided so that there is no chance of man falling through it. (iii) Ropes are to be fixed to vertical pillar or cross beams as necessary wherein the end of safety belt can be tied. (iv) Ladder used for painting must be tied by rope at the top of beams where it is leaned for white washing in nearby area. It should be also held by the helper on the platform. (v) White washer and helper must have adequate experience of work at such height. (vi) Supervisor of contractor must be efficient, technically sound and experience enough to ensure full safety measures before start the work. (vii) Contractor himself inspects the site and gives clearance prior to start the work. (viii) Unless Site-In-Charge gives the clearance about adequate safety measures taken by the contractor, no work should be started. (ix) Contractor’s personnel should not be under influence of any intoxication/drinking /drug. (x) Contractor’s personnel should be in good health and sound mental condition. (xi) Contractor’s personnel movement should be restricted to only in the working area and they should not go any unauthorized place. (xii) Contractor’s personnel should not block the road/gantry/area by dumping the Bldg. materials/boxes. (xiii) Contractor’s personnel should observe general safety precautions by applying common sense to avoid any incident while working. (xiv) First aid box for immediate use in case of accident should be made available by them. (xv) Contractor’s personnel should carry the load in accordance with the factory Act 1948 & MP Factory Rule. (xvi) Contractor’s personnel should use safety belt, Helmet while working in height. (xvii) Proper work Permit mentioning all necessary safety precautions should be obtained while working at height. (xviii) Barricading shall be done on the ground portion beneath working Zone at top. There should not be any movement of the personnel in this area if there is a constant risk of fall of any object from height.

(xix) Suitable Safety Precautions/ Work instructions may be displayed for all workmen/Supervisor/Fy workers/Visitors who are likely to encroach in that area. (xx) To make any essential movement in the aforesaid area, the individual (s) must wear Helmet and other PPEs to safe guard themselves fully, due to likely fall of any object from the height. 17. Other Conditions : Gun Carriage Factory, Jabalpur is preparing to obtain an ISO 14000 (Environmental Management System) and IS-18001 (Occupational Health & Safety System) certification. Hence, the contractors are required to comply with various statutory and regulatory provisions related to Environment, Health & Safety while delivering their products and services at Gun Carriage Factory, Jabalpur, failing which, they shall be responsible for contravening the relevant legislative & regulatory provision(s) / specific conditions mentioned in Work order in this regard.

           GOVERNMENT OF INDIA MINISTARY OF DEFENCE

GUN CARRIAGE FACTORY JABALPUR -482 011 Phone No. 0761 – 2712121 Fax No. 0761 – 2331495

Email: [email protected]

ERRATA TO THE TENDER DOCUMENT : 

Wherever “Engineer‐In‐Chief” appears: read “Director General Ordnance Factories”.  

Wherever “Chief Engineer” appears: read General Manager, GCF, Jabalpur 

Wherever “Commander Works Engineer” appear: read “Jt. General Manager/ E”, GCF. 

Wherever “Garrison Engineer” appears: read “Asst Works Manager/Ser  GCF”. 

ERRATE  TO  THE MES GENERAL  CONDITIONS OF  CONTRACTS  IAFW‐2249  FOR USE  IN  THE ORDNANCE FACTORIES. 

 

Para  For  Read (1)  (2)  (3) 

Cover page  

“MILITARY ENGINEER SERVICES”  ORDNANCE AND CLOTHING FACTORIES 

1 (C)   “GE Or the engineer‐in‐charge”  “GM or the Engineer‐in‐charge” (F)  “Chief Engineer & Dy.Chief Engineer(if 

specially authorized by Chief Engineer” “General Manager” 

  “ By either of the” The letters “CWE” Term contracts directs the contract” 

“By him”,  The letters mean administrators are in the case of Measurement Lump and directs the contract” 

(g)  And the letter “GE” mean “Garrison Engineer” who administrators in the case of term contract. 

To be deleted. 

(h)  “The Engineer‐in‐charge”  The “Engineer‐in‐charge” means qualified Engineers appointed by GM on his behalf to supervise the work or part of the work.  

(i)  “CWE” Or GE  “GM” (k)  (k)  (k)(i) 

(k)(ii) “Factory means GCF, Jabalpur (p)  “Or the CWE by GE”  i.e. by GM (w)  “MES”  “GCF, Jabalpur”   3.  Sub Para Two  “GE”  “GM” 

4  A (d)  “GE”  “GM” 3  A ( e )  (1)  “GE”  “GM” 4  A (e )  (1)  “MES”  “GCF, Jabalpur” 4  A Sub Para 

one “MES” “GE” 

“GCF, Jabalpur”  GM 

5  Sub Para one  “GE”  “GM” 6  A ( B )  “MES”  “GCF, Jabalpur”   ( B )  “MES”  “GCF, Jabalpur”   ( B ) Sub Para 

two  “MES”  “GCF, Jabalpur” 

7    “GE”  “GM” 7  Sub Para one   “Next higher authority (or 

the Chief Engineer in case of contract accepted by him 

“Next higher authority” 

8  Sub Para three  

“GM” “GE to the CWE” “Garrison Engineer” 

“GM” “GM to the next higher authority” “GM” 

9    “GE”  “GM” 10  Sub Para one  “GE”  “GM” 11  ( A ) Sub Para 

one “GE”  “GM” 

11  ( V )  “GE”  “GM” 11  ( Vii )  “CWE or GE”  “GM” 11  ( A ) sub para 

3  “GE”  “GM” 

11  ( A) sub para 3  ( a ) 

“GE”  “GM” 

11  ( A ) sub para 4 

“GE” “CWE” “GE”  

“GM” next higher authority “GM” 

11  (B) sub para one  

“ Garrison Engineer”  “GM” 

62  ( G )   “GE”  “GM” 62  (G) sub para 

one 1 @ “CWE” @ “GE”  “Next higher Authorities” “GM” 

63    “CWE”  “GM” 63    “GE”  “GM” 63  Sub para 2   “GE”  “GM” 64  Sub para 4  “GE”  “GM” 14    “MES”  “GCF, Jabalpur” 15    “GE”  “GM” 15    “GE”  “GM” 15  Sub para Five  “GE”  “GM” 15  Sub para six  “GE”  “GM” 15  Sub para Nine   “GE”  “GM” 24    “GE”  “GM” 24  Sub para 3   “GE”  “GM” 24  Sub para  5  “MES”  “GCF, Jabalpur” 25    “GE”  “GM” 25  Sub para 1  “GE”  “GM” 

25  Sub para 2  “GE”  “GM” 25  Sub para 3  “GE”  “GM” 25  Sub para 5  “GE”  “GM” 26  Sub para 3  “GE”  “GM” 26  Sub para 5  “GE”  “GM” 31  Sub para 1  “MES”  “GCF, Jabalpur” 31  Sub para 1  “GE”  “GM” 31  Sub para 2  “MES”  “GCF, Jabalpur” 32  Sub para 2  “GE”  “GM” 34    “GE”  “GM” 36  Sub para 1  “GE”  “GM” 38    “GE”  “GM” 43    “GE”  “GM” 45  Sub para 3  “CWE”  “GM” 46    “MES”  “GCF, Jabalpur” 46  Sub para  “GE”  “GM” 48  (b) (1)  “GE”  “GM” 48  (  c)  “GE”  “GM” 49  Sub para 3  “GE”  “GM” 52    “CWE”  “GM” 53  (c ) Sub para 

1 & 2 “GE”  “GM” 

54  (a) and (b)  “GE”  “GM” 53  Sub para 3  “CWE”  “GM” 54  Sub para 1 

and 2  “GE”  “GM” 

54  Sub para 3  “CWE”  “GM” 57    “CWE”  “GM” 57  Sub para 1  “GE”  “GM” 58  Sub para 1  “Chief Engineer”  “OFB” 58  (d)  “GE”  “GM” 61    “MES Measurement Book 

IAFW‐2261” “MES Measurement Book IAFW‐2269” 

61  Sub para 4  “MES”  “GCF, Jabalpur” 61  Sub para 8  MES Measurement Book 

on behalf of the MES MES Measurement Book on behalf of the GCF, Jabalpur 

62  (G)  “GE”  “GM”  

EARNEST MONEY DEPOSIT (EMD)

The tenderer must submit EMD as indicated in the invitation to the tender in the form of Demand Draft, Fixed Deposit Receipts OR Banker’s Cheque valid for 120 days beyond the period of validity of offer. NOTE: The Firms registered with ORDNANCE FACTORIES and MES are exempted from payment of EMD. The tenderer should enclose an authenticated copy of their valid registration certificate with Ordnance Factories or MES for GRANT of EXEMPTION. EMD should be made in favour of Sr. General Manager, Gun Carriage Factory, Jabalpur, M.P-482011 India wherever applicable. In case of contractors who have executed the Standing Security/Bond but for a lower category than the value of tender, they shall deposit the Additional Security as demanded by the Accepting Officer before their tender is accepted. The Sr. General Manager GCF will return the Earnest Money wherever applicable to all unsuccessful tenderers by endorsing an authority on the deposit for its refund on return of all documents. (Details to be mentioned in remark column & original to be sent to Sr.GM/GCF through Registered post/ by hand in separate sealed envelop). The EMD clause stands modified in the entire tender to that extent.

GOVERNMENT OF INDIA MINISTARY OF DEFENCE

GUN CARRIAGE FACTORY JABALPUR -482 011 AREA OF APPLICABILITY ETC. OF THIS CONTARCT The term contract area is contained within and bounded inside the estate / factory area at G.C.Fy., Jabalpur No work shall be ordered on the contractor outside the limits of these boundaries. The appropriate quantum of work in each trade in proportion to total work likely to be ordered during currency of contract is as under :

1. General rules, specifications, special conditions and all other preambles in the MES schedule shall be deemed to be applicable to the works under this contract. Materials for which samples have not been displayed in the office of GM or centrally in other office shall comply with the latest ISI specifications.

2. The scope of work under this term contract comprise of artificer’s work i.e. provision,

addition, alterations, repairs etc. as described in condition 4-A of IAFW-2249. Duration of period and zone of operation for artificer’s work shall be as stipulated elsewhere in these tender documents.

3. The approximate quantum of work (in relation to total work) likely to be ordered during the

currency of the contract will be as per requirement.

4. The approximate percentages of work with reference to SSR trade sections likely to be ordered during the currency of this contract will depend upon the requirements of the jobs and services from time to time during the currency of the contract. Any excess or less of work in any chapter of SSR`2010 or nil work in any chapter will not entitle either the contractor or the Govt. to any claim for re-imbursement for loss or compensation which either party may suffer on this account.

5. To perform such services and execute such works upon the terms and conditions contained

or referred to in the aforesaid documents and upon the conditions hereinafter contained as may be demanded, and as are enumerated in the aforesaid MES schedule during period of One year from the date mentioned in the acceptance letter at the rates contained in the aforesaid MES schedule.

6. The total estimate of any single work, job or services defined in condition 4 (A) shall not

exceed Rs. 60,000/- This number of Civilian work people who may be employed under the provisions conditions 4 (A) (e) (II) shall not exceed an average of 20 per day in any calendar month.