You are on page 1of 41

CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES

GARRISON ENGINEER CHILKA – 752 037

NAME OF WORK : PROVISION OF HARD STANDING FOR TRANSPORT FACILITY TO KV SCHOOL AT


INS CHILKA UNDER GE CHILKA

CONTENTS

Srl Particulars Page No.


No From To

1. Contents Sheet 01 01

2. Tender forwarding letter with instructions 02 06

3. Notice of tender including Appendix ‘A’. 07 12

4. Tender and item rate contract for works by measurement IAFW-1779-A 13 21


(Revised 1955) including Schedule ‘A’, ‘B’, `C’, ‘D’ etc. and summary.

5. General Conditions of contracts IAFW-2249 (1989 Print) including errata & 22 22


amendments thereof.

6. Schedule of minimum fair wages 23 23

7. Special Conditions 24 30

8. Particular Specifications 31 43

9. Errata/Amendments to tender documents.

10. Relevant correspondence.

11. Acceptance letter.

Total No. of Pages ………….…

No. of drawings: NIL

AGE ( Contracts )
SIGNATURE OF CONTRACTOR For ACCEPTING OFFICER
Dated:
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.2

Military Engineer Services


Tele: 06756-257334 Garrison Engineer Chilka
INS Chilka: Post
Khurda: Dist (Orissa)

8617/ CON / 04 /E8 02 Nov 2019

Shri/ M/s ____________________


____________________________
____________________________

NAME OF WORK : PROVISION OF HARD STANDING FOR TRANSPORT FACILITY TO KV SCHOOL AT


INS CHILKA UNDER GE CHILKA

Dear Sir,

1. Tender documents in respect of above work are uploaded on the site https://defproc.gov.in. The
tender is on single stage two cover / two stage two cover / three cover e-tendering system. The contents of
Cover I & Cover II are specified in NOTICE OF TENDER.

2. Bids will be received online by ACCEPTING OFFICER upto the date and time mentioned in the
NOTICE INVITING TENDER (NIT). No tender / bid will be received in physical form and any tender / bid
received in such manner will be treated as non bonafide tender / bid.

3. Bid will be opened on due date and time fixed for opening in the presence of tenders / bidders or their
authorised representatives, who have uploaded their quotation bid and who wish to be present at the time of
opening the bids.

4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You
may forward your points on tender documents and / or depute your technical representative for discussion on
tender / drawings and to clarify doubts, if any, on or before 10 Nov 2019. You are requested not to write
piece meal points and forward your points duly consolidated before due date viz 10 Nov 2019.

5. Unenlisted contractors are required to submit the scanned copies (in pdf file) of documents required
as per eligibility criteria mentioned in instructions for filling the tender documents and Appendix ‘A’ to NIT
alongwith EARNEST MONEY DEPOSITE (EMD) and tender fee on e-procurement portal and submit the
physical documents in the office of Garrison Engineer Chilka within time limit specified in NIT . Inadequacy /
deficiency of documents shall make the bid liable for rejection resulting in disqualification for opening of
finance bid.

6. (a) Contractor having not executed Standing Security Bond and Standing Security Deposit in any
MES formation shall upload scanned copy of Earnest Money Deposit [EMD] mentioned in Notice Inviting
Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority before dated &
time fixed for this purpose. In case of failure to abide by any of these two requirements, the finance bid will not
be opened.

(b) Enlisted contractors of MES shall submit the scanned copies [in pdf file] of enlistment letter,
tender fee and such other documents as mentioned in Appendix "A" to NIT and submit physical documents in
the office of Garrison Engineer Chilka, Khurda, Odisha-752037 before date & time fixed for this purpose.

(c) The contractor must ensure that the tender/ bid on the proper form is uploaded in time as the
Accepting Officer will take no cognizance of any quotations / offer received in any other electronic or physical
form like e-mail / fax / by hand / through post from tenderer / bidder even if they are received in time.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.3

TENDER FORWARDING LETTER WITH INSTRUCTION (CONTD……)

7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter, tender fee
and such other documents as mentioned in Appx ‘A’ to NIT on e-procurement portal and submit physical
documents in the office of Garrison Engineer Chilka before date & time fixed for this purpose.

8. The contactor must ensure that the tender/bid on the proper form is uploaded in time as the Accepting
Officer will take no cognizance of any quotations / offer received in any other electronic or physical form like
email/fax/by hand / through post from tenderer / bidder even if they are received in time.

9. In view of delay due to system failure or other communication related failures, it is suggested that the
tender / bid be uploaded, if necessary, sufficiently in advance of the last due date and time fixed.

10. General Conditions of Contracts (IAFW-2249)(1989 Print) and errata and amendments thereto,
Schedule of minimum fair wages and MES SSR (Part I and Part II) are not enclosed with these documents.
These are available for perusal in the Office of GE.

11. Tenderers shall also be required to upload their GST Registration Number. The Contractor who is not
in possession of GST registration shall be disqualified in ‘T’ bid evaluation and his financial bid shall not be
opened.

12. ANY TENDERER, WHICH PROPOSES ALTERATIONS TO ANY OF THE CONDITION,


SPECIFICAITONS LAID DOWN IN THE TENDER DOCUEMTNS OR ANY NEW CONDITION,
WHATSOEVER, IS LIABLE TO BE REJECTED.

Yours faithfully,

Encls : (As above)


AGE (Contracts)
Signature of contractor For Accepting Officer
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.4

INSTRUCTION ON FILLING AND SUBMISSION OF TENDER

1. EARNEST MONEY DEPOSIT (EMD)


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 detailed in Notice of Tender in one of the
following forms, alongwith their tender /bid:-

(a) Deposit at Call Receipt from a Scheduled Bank in favour of Garrison Engineer.

(b) Receipted Treasure Challan, the amount being credited to the Revenue Deposit of Garrison
Engineer.

It is advisable that Earnest Money is deposited in the form of deposit call receipt from an approved
Schedule Bank for eary refund. In case the tenderere/bidder wants to lodge ‘ EARNEST MONEY DEPOSIT’
in any other form allowed by MES., a confirmation about its acceptability will be obtained from the Accepting
Officer well in advance of the bid submission end date and time. Earnest Money Deposit shall be submitted in
the name of concerned GE.

NOTES : Earnest Money Deposit (EMD) in the form of cheque / bank Guarantee etc will not accepted. NON –
SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (scanned copy alongwith Technical Bid & hard copy
before the date & time fixed for opening of BOQ) WILL RENDER THE BID DISQUALIFIED FOR OPENING
OF COVER II (FINANCIAL BID).

3. REVOCATION / REVISION OF OFFER UPWARD/ OFFERING VOLUNTARY REDUCTION , AFTER


OPENING OF FINANCIAL BIDS BY LOWEST BIDDER.

In the event of lowest tenderer / bidder revoking his offer or revising his rates upward /offering
voluntary reduction, after closing of bid submission date & time, his offer will be treated as revoked and 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/ bidder for depositing the
amount through MRO. Bids of such Contractors / bidders shall not be opened till the aforesaid amount equal
to the earnest money is deposited by him in govt Treasury. In addition, bids of such tenderer /bidder and his
related firms shall not be opened in second call or subsequent calls. Reduction offered by the tenderer /
bidder on the freak high rates referred for review shall not be treated as voluntary reduction.

4. Department may issue amendments / errata in form of CORRIGENDUM to tender /


revised BOQ to the tender documents. The tenderer / bidder is requested to read the tender
documents in conjunction with all the errata / amendments / corrigendum, if any, issued by the
department.

5. PERFORMANCE SECURITY DEPOSIT:


5.1 Within 28 days of receipt of the letter of Acceptance, the successful contract or shall deliver to the
Accepting Officer a Performance Security Deposit in any of the forms given below for an amount
equivalent to 5% of the contract sum.

[a] A Bank Guarantee in the prescribed form.

[b] Government Securities, FDR or any other Government Instruments stipulated by the
Accepting Officer.

5.1.1 The full amount of Performance Security Deposit for each contract shall be given by the contractor in
any one of the forms stipulated above, mix of forms for the same contract shall not be allowed.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.5

INSTRUCTION ON FILLING AND SUBMISSION OF TENDER

5.1.2 The period of validity of the Bank Guarantee Bond / FDR against Performance Security Deposit shall
be upto and including the scheduled date of expiry of Defects Liability Period.

5.2 If the performance security is provided by the successful contractor is in the form of a Bank
Guarantee. It shall be issued by Nationalized / Scheduled Indian Bank but its confirmation shall be done only
from the Head Office of the Bank.

5.3 Failure of the successful contractor to comply with the requirement of Performance Security
Deposit as stated above shall constitute sufficient grounds for cancellation of the award of work and
forfeiture of the Earnest Money. In case of MES enlisted contractors, amount equal to the Earnest Money
stipulated in the NIT shall be notified to the tenderer for depositing the amount through MRO. Issue of tender
to such tenderers shall remain suspended till the aforesaid amount equal to the Earnest Money is deposited in
Government Treasury.

5.4 All compensation or other sums of money payable by the contractor to the Government under the
terms of this contract or under any other contract with Government may be deducted from, or paid by sale of a
sufficient part of the Performance Security or from the interest arising there from or from any sums which may
be due or become due to the contractor by the Government on any account whatsoever and in the event of
his Performance Security being reduced by any reason of any such deduction or sale as aforesaid, the
contractor shall within ten days thereafter make good in cash or securities, endorsed as aforesaid, any sum or
sums which may have been deducted from or realized by the sale of his Performance Security or any part
thereof.

5.4.1 Government shall not be responsible for any loss of securities or any depreciation in the value of
securities while in their charge nor for loss of interest thereon.

5.5 In the event of contract being cancelled, under Condition 52, 53 and 54 of General Conditions of
contract IAFW-2249, the Performance Security and Retention Money upto last paid RAR shall be forfeited
in full and shall be credited into Consolidated Fund of India. All T&P and material of contractor lying at site
shall be confiscated by the Government and shall be absolutely at the disposal of the President of India and
No compensation whatsoever shall be allowed by the department and the firm shall be barred from
participating in the tender for the balance work.

6. DEFECTS LIABILITY PERIOD: The defects liability period for the subject contract shall be Twenty
four calendar months after the works have been handed over to Government. The defects liability period as
mentioned in Condition 46 of IAFW-2249 shall be read as 24 Months after the works have been handed over
to Government.

7. REFUND OF PERFORMANCE SECURITY: The Performance Security Deposit mentioned above


may be refunded to the contractor after expiration of the defects liability period [Twenty four calendar months
after the works have been handed over to Government] by the GE, provided always that the contractor shall
first have been paid the final bill and have rendered a No- Demand Certificate [IAFW-451]. If any recovery is
outstanding against the contractor, the release of Performance Security Deposit is subject to the compliance
of the procedure for effecting recovery / withholding the due amount as stipulated in Condition 67 of IAFW-
2249 as amended.

8. Tenderers attention is drawn to the official secret Act, particularly section 5 thereof for compliance.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.6

INSTRUCTION ON FILLING AND SUBMISSION OF TENDER

9. These instructions shall form part of the contract documents and shall be signed along with the tender
documents during signing of contract agreement.

Signature of contractor AGE (Contracts)


For Accepting Officer
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.7

NOTICE INVITING TENDER (NIT)

1. A tender is invited for the work as mentioned in Appendix ‘A’ to this NOTICE INVITING TENDER
(NIT).
2. The work is estimated to cost as indicated in aforesaid Appendix ‘A’ . This estimate, however, is not a
guarantee and is merely given as a rough guide and if the work cost more or less, a tenderer/bidder will have
no claim on that account. The tender shall be based on as mentioned in aforesaid Appendix ‘A’.
3. 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 site, which will be on or about
two weeks after the date of Acceptance of tender.

4. 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 / bid but in case of term
contracts, contractors of categories SS to E may tender/bid. Contractor whose names are on the MES
approved list of any MES formation and who have deposited standing security and have executed standing
security bond may also tender/ bid without depositing Earnest money alongwith the tender/bid Not more than
one tender / bid shall be submitted / uploaded by one contractor or one firm of contractors. Under no
circumstances will a father and his son(s) or other cloase relations who have business dealing with one
another be allowed to tender / bid for the same contract as separate competitors. A breach of this condition
will render the tenders / bids of both the parties liable for rejection. Successful contractor/ lowest bidder (both
enlisted & unenlisted) would be required to deposit performance security deposit equivalent to 5% of contract
sum amount within 28 days of receipt of the letter of Acceptance of contract to the accepting officer in any of
the form given below.
(i) Bank Gurantee in the prescribed form.

(ii) Govt Secutirites, FDR or any other Govt Security stipulated in MES.

5. The Office of Garrison Engineer Chilka will be the Accepting Officer here in after referred to as such
for purpose of the contract.

6. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the tenderer/bidder
on or before the date & time mentioned in NIT. A Scanned copy of DD with enlistment details / documents
shall be uploaded as packet 1 / Cover-1 (‘T’ bid) of the tender / bid on e-tendering portal. DD is refundable in
case T bid is not accepted resulting in non-opening of ‘Q’ bid. The applicant contractor shall bear the cost of
bank charges for procuring and enchasing the DD and shall not have any claim from Government whatsoever
on this account.

6.1. Tender form and conditions of contract and other necessary documents shall be available on
https://defproc.gov.in site for download and shall form part of contract agreement in case the tender /bid is
accepted.

6.2 In case of contractor who has not executed the standing Security Bond, the Cover-1 shall be
accompanied with by Earnest Money of amount as mentioned Appenidx ‘A’ in the form of deposit at call
receipt in favour of Garrison Engineer Chilka by the scheduled Bank or in receipted treasury Challan the
amount being credited to the revenue deposit of Garrison Engineer Chilka.

6.3 A contractor who is not enlisted for the area in which the work lies but whose name is in the MES
approved list of any MES formation and who has deposited standing security and executed standing security
Bond may bid without depositing earnest money alongwith the tender, if the Accepting officer accepts the
tender / bid of successful contractor / lowest bidder would be required to deposit performance security deposit
equivalent to 5% of contract sum amount within 28 days of receipt of the letter of Acceptance of contract to the
accepting officer in any of the accepted form of security.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.8

NOTICE INVITING TENDER (NIT) (Contd)

6.4 The GE will return the Earnest Money wherever applicable to all unsuccessful tenders/bidders by
endorsing an authority on the deposit-at-call receipt for its refund, on production by the tenderer, bidder a
certificate of the Accepting Officer that a bonafide tender/bid was received and all documents were returned.

6.5 The Garrison Engineer will return the Earnest Money to the successful tenderer / bidder by endorsing
an authority on the Deposit at Call Receipt for its refund only after receipt of Performance Guarantee
Deposit.

6.6 Copies of the drawings and other document pertaining to the work signed for the purpose of
identification by the Accepting Officer or his accredited representative, sample of materials and stored to be
supplied by the contractor will also be available for inspection by the tenderer/bidder at the officer of Accepting
Officer and concerned GE during working hours.

7. The tenderers/bidders are advised to visit the site of work by making prior appointment with GE who
is also the Executing Agency of the work (See Appendix ‘A’). The tenderers / bidders are deemed to have full
knowledge of all relevant documents, samples, site etc, whether they have inspected them or not.

8. Any tender bid which proposes any alteration to any of the conditions laid down or which proposes
any other condition or prescription whatsoever, is liable to be rejected.

9. The uploading of bid implies that bidder has read this notice and the conditions of Contract and has
made himself aware of the scope and specification of work to be done and of the conditions and rates at
which stores, tools and plants etc will be issued to him and local conditions and other factors having bearing
on the execution of the work.

10. Tenderers /bidders must be in possession of a copy of MES Standing Schedule of Rates (See
Appendix ‘A’) including amendments and errata thereto.

11. Invitation for e-tender does not constitute any guarantee for validation of ‘T’ bid and subsequent
opening of finance bid of any applicant / bidder, even of enlisted contractors of appropriate class, merely by
virtue of enclosing DD. Accepting Officer reserves the right to reject the ‘T’ bid and not open the finance bid of
nay applicant/bidder. ‘T’ bid validation shall be decided by the Accepting Officer based on , inter alia,
capability of the firm as per criteria given in Appx ‘A’ to this NIT. The applicant contractor / bidder will be
informed regarding non-validation of his ‘T’ bid assigning reasons thereof through the eprocuremes website.
The applicant contracotor / bidder if he so desires may appeal to the next Engineer Authority Viz HQ CWE No
2, Visakhapatnam, Station Road, Visakhapatnam – 530 004 on email id : cwepvskp-ap@nic.in with a copy
to the Accepting Officer on email before the scheduled date of opening of Finance Bid. The decision of the
Next Higher Engineer Authority (NHEA) shall be final and binding. The contractor / bidder shall be not be
entitled for any compensation whatsoever for rejection of his bid.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.9

NOTICE INVITING TENDER (NIT) (Contd)

12. The Accepting Officer reserves the right to accept a tender submitted by a public Undertaking, giving
a price preference over other Tender (s)/bids which may be lower, as are admissible under the Government
Policy. No claim for any compensation or otherwise shall be admissible from such tenderer/bidder whose
tender bid is rejected.

13. Accepting Officer does not bind himself to accept the lowest or any tender / bid or to give any reason
for not doing so.

14. This Notice Inviting Tender (NIT) including Appendix ‘A’ shall form part of the contract.

Signature of contractor AGE (Contracts)


For Accepting Officer

Dated:
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.10

APPENDIX ‘A” TO NOTICE INVITING TENDER (NIT)

1 Name of work PROVISION OF HARD STANDING FOR TRANSPORT FACILITY TO KV


SCHOOL AT INS CHILKA UNDER GE CHILKA
2 Estimated Cost 13.00 Lakhs
3 Period of Completion 180 Days
4 Cost of tender Rs.500/- in the shape of DD/Bankers cheque from any schedule Bank in
documents favour of Garrison Engineer Chilka payable at SBI INS Chilka
5 Website /portal address defproc.gov.in and www.mes.gov.in
6 Type of contract Item rate contract for works by measurement based on based on IAFW-1779
A & IAFW-2249 (Revised 1955) & IAFW-2249 with list of items of works to be
quoted against each items of BOQ
7 Information & Details :
(a) Bid submission start
date
(b) Last date of bid
submission
(c) Date of bid opening
8 Eligibility Criteria
(A) For MES enlisted All contractors enlisted with MES in Class ‘E’ and above and category ‘a(i)’
contractors shall be considered qualified provided they do not carry adverse remarks in
WLR of competent engineer authority.
(B) For other contractors (a) The firms not enlisted with MES shall meet the enlistment criteria of ‘E’
Class MES contractors & Category ‘a(i)’ i.e with regard to having
satisfactorily completed requisite value works, Annual turnover, Solvency,
working capital, immovable property / fixed assets, T&P, Engineering
establishment, no recover outstanding in any Govt Department, Police
verification /Passport etc. As per enlistment criteria given in Para 1.4 & 1.5
of Section 1 of Part I of MES Manual on Contracts - 2007 (Reprint 2012) as
available in all MES formations.
(b) These firms shall also submit copy of police verification from police
authority of the area where the registered office of the firm is located /
notarised copy of valid passport of proprietor / each partner / each Director.
(c) They should not carry adverse remarks in WLR / or any other similar
report of any authority.
(c) For all Contractors Contractor will not be allowed to execute the work by subletting or through
power of attorney holder on his behalf to a third party / another firm except
sons / daughters of proprietor / partner / Director and firm’s own employees,
Director, Project Manager. This shall be subject to certain conditions which
will be prescribed in the NOT forming part of the tender documents.
9 Tender issuing and Garrison Engineer Chilka, INS Chilka, Khurda, Odisha -752 037
Accepting Officer
10 Executing Agency Garrison Engineer Chilka

11 Earnest Money Rs 26,000/- in the form of DD/Bankers cheque for any scheduled/
nationalized bank in favour of Garrison Engineer Chilka, 752037, (Payable
at SBI Chilka branch, Code No. 7488)
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.11

APPENDIX ‘A” TO NOTICE INVITING TENDER (NIT) (Contd……)


NOTES :-
(a) Contractor one class below (two class below in case of remote and difficult area) may also bid for this tender.
Their application shall be considered subject to fulfillment of other eligibility criteria given in NIT when number of
applicants of eligible class qualifying for the tender are less than 7 (seven).

(b) In case number of eligible class contactors satisfying the eligibility criteria give in NIT are 7 or more than 7,
application of one class below the eligible class shall not be considered except those who have previously completed
similar works satisfactorily and are meeting the criteria of up gradation in respect of past experience and / or average
annual turnover as applicable and financial soundness (solvency / financial soundness and working capital) provided the
value of work is less than twice the tendering limit of such contractor. Contractors one class below the eligible class may
upload necessary wrt works experience and financial soundness in cover 1 of tender (T-bid).

(c) (i) Applications / bids not accompanied by scanned copies of requisite DD/ Bankers Cheque towards cost of
tender and earnest money (as applicable) shall not be considered for validation of ‘T’ bid and their finance
bids will not be opened.
(ii) Tenderers / bidders to note that they should ensure that their original DDs and earnest money (as
applicable are received within 5 days of bid submission end date.
(iii) In case of applications / bids from enlisted contractors of MES, where scanned copies of requisite DD
/Bankers Cheque towards cost of tender has been uploaded but physical copies are not received by the
stipulated date, finance bids will be opened. However non-submission of physical copies of cost of tender
shall be considered as wilful negligence of the bidder with ulterior motives and such bidder shall be banned
from bidding for a period of six months commencing from the date of opening of finance bid.
(iv) In case of applications / bids from unenlisted contractors, where scanned copies of requisite DD/
Bankers cheque towards of cost of tender has been uploaded but physical copies are not received by the
stipulated date, finance bids will not be opened. Name of such contractors alongwith complete address shall
be circulated for not opening of their bids for a period of six months commencing from the date of opening of
finance bid.
(v) In case applications / bids (enlisted contractor as well as un-enlisted contractor) where scanned
copies of requisite Earnest money (as applicable) were uploaded but the same are not received in physical
form within stipulated time, such bids shall not qualify for opening of finance bid (cover-2).

(d) In case of any deficiency is noticed, in the documents required to be uploaded by the tenderers as per NIT,
after opening of cover 1 (T- bid) and during technical evaluation, a communication in the form of e-mail /
whatsapp / SMS / speedpost etc., shall be sent to the contractor to rectify the deficiency within a period of 7
days from date of communication failing which financial bid (cover-2) shall not be opened and contractor shall
not have any claim on the same.
(e) Contractors enlisted with MES will upload following documents for checking eligibility :-
(i) Applications for bid in Firm’s letter head.
(ii) Enlistment letter.
(iii) Scanned copy of DD of cost of tender.
(iv) Scanned copy of EPF Code number.
(v) Scanned copy of GST Registration number. This will be one of the criteria for qualifying in ‘T’ bid.
Contractor who does not upload GST Registration number shall be disqualified in ‘T’ bid evaluation and his
finance bid shall not be opened.
(f) Contractors not enlisted with MES will be required to upload necessary documents to prove their eligibility for
enlistment in eligible class & category of work, including Affidavit for no recovery outstanding. List of documents
required for enlistment in MES has been given in Para 1.5 of section 1 of Para I of MES Manual of Contracts 2007
(Reprint 2012). Following documents shall also be uploaded amongst others.

(g) Details of three highest valued similar nature of works executed during last five years, financial year-wise in
tabular form giving name of work, Accepting Officer’s details, viz, Address, Telephone, Fax No, E-mail ID etc, date of
acceptance of tender and actual date of completion. This shall be duly signed by proprietor / all partners / authorised
Director of Pvt /Public Ltd, as applicable. 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.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.12

APPENDIX ‘A” TO NOTICE INVITING TENDER (NIT) (Contd……)

(i) Solvency certificate and working Capital certificate issued by scheduled bank.
(ii) Annual turnover certificate for last 2 years issued by Chartered Accountant along with
relevant pages of audited balance sheets in support thereof.
(iii) Affidavits of possession for movable & immovable properties by proprietor / partner owning
the immovable property along with Valuation Certificate from Regd Valuer in support of movable
& immovable properties. In case of Limited Company , the immovable property is required to be in
the name of the company.
In case of Limited Company, the immovable property is required to be in the name of Company.
(iv) In addition the un-enlisted contractors shall also furnished affidavit on non Judicial stamp
paper in the form of hard copy declaring their turnover for last 2 (Two) years.
(v) Scanned copy of of DD of cost of tender and earnest money.
(vi) Scanned copy of EPF number.
(vii) Scanned copy of GST registration/code number.
(viii) Scanned copy of application for bid in firms letter head.

(h) All the bidders shall be required to get themselves registered with EPF Organization and obtain EPF
Code number. Copy of the EPF Code number shall be uploaded along with other documents in Cover 1 and
the physical copy should be received by this office along with other documents as mentioned herein before,
failing which, the firm will be disqualified in T- bid evaluation and the financial bid shall not be opened.

(i) All the bidders shall be required to upload GST Registration Number/ Document along with other
documents in Cover 1 and the physical copy should be received by this office along with other documents as
mentioned herein before, failing which, the firm will be disqualified in T- bid evaluation and the financial bid
shall not be opened.

(j) In case of rejection of technical / prequalification bid, contractor may appeal to next higher Engineer
authority i.e CWE 2, Visakhapatnam, Station Road, Visakhapatnam : 530 004 on email : cwepvskp-
ap@nic.in against rejection, whose decision shall be final and binding. However contractor / bidder shall not
be entitled to any compensation whatsoever for rejection of technical / prequalification bid.

(k) Court of the place from where tender has been issued shall alone have jurisdiction to decide any
dispute out of or in respect of this tender. After acceptance of tender, Condition 72 Jurisdiction of Courts of
IAFW – 2249 shall be applicable.

(l) The successful contract shall submit a Performance Security Deposit in any of the forms as specified for an
amount equivalent to 5% of the contract sum within 28 days of receipt of the letter of Acceptance. Failure of the
successful contractor to comply with the requirement of Performance Security Deposit as stated above shall
constitute sufficient grounds for cancellation of the award of work and forfeiture of the Earnest Money.

Signature of Contractor AGE (Contracts)


for Accepting Officer

File No.8617/CON/03/ E8 Dated : 02 Nov 2019

Garrison Engineer
Chilka, Post_: INS Chilka
Dist:- Khurda, Orissa,
Pin :- 752037.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.13

(In lieu of IAFW-1779A) (Revised – 1955)

(TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS


OF CONTRACTS IAFW-2249 (1989 PRINT)

MILITARY ENGINEER SERVICES

Garrison Engineer Chilka


Post :INS Chilka
Dist :Khurda (Orissa)
Pin:- 752037.

8617/ CON / 04 / E8 02 Nov 2019

TENDER AND CONTRACT FOR WORKS BY MEASUREMENT FOR


PROVISION OF HARD STANDING FOR TRANSPORT FACILITY TO KV SCHOOL AT INS CHILKA
UNDER GE CHILKA

1. M/s __________________________________________ is /are hereby authorized to e- tender for the above


work.

2. The complete tender is to be uploaded on the MES portal of defproc.gov.in and www.mes.gov.in up to 1800
hrs on 23 Nov 2019. The cover 1 will be opened on or after 1200 hrs on 30 Nov 2019 in office of Garrison Engineer
Chilka, PO. INS Chilka, Dist Khurda, Orissa,752037 and COVER 2 will be opened only in case of qualified tenderers
of cover 1 after technical evolution which will be intimated online in office of of Garrison Engineer Chilka, PO. INS
Chilka, Dist Khurda, Orissa,752037

3. All correspondence must be returned to this office whether or not the tender has been online submitted.
4. Any correspondence concerning with this tender shall be addressed as indicated at the top of this sheet, quoting the

reference as given .

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT THE LOWEST OR ANY TENDER

(SIGNATURE OF THE OFFICER


(SIGNATURE OF CONTRACTOR) ISSUING THE TENDER DOCUMENTS)

Appointment: AGE Contracts


CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.14
(In lieu of IAFW-1779 A (Revised – 1955)
SCHEDULE ‘A’ NOTES
(LIST OF WORKS AND PRICES)
Notes:
1. The Tenderer shall insert the Unit Rate in figures only under column 5 of BOQ schedule.
2. The quantities shown in column 3 against various items of Schedule ‘A’ are approximate and are inserted
as guide only. They shall however not be varied beyond the limits laid down in condition 7 of IAFW-2249,
General conditions of contracts.
3. The total amount in column 7 is not firm but will be treated as contract sum as referred to in IAFW-2249,
General conditions of contracts.
4. Unit rates quoted by the contractor against respective items of Schedule ‘A’ shall be deemed to allow for
all minor constructional details which are not specifically shown on drawing or given in the particular
specifications but are essential for satisfactory completion of the job. In case of difference of opinion between
the contractor and the GE to whether or not certain items of work constitutes “Minor constructional details” the
decision of the Accepting Officer shall be final conclusive and binding.
5. Unless otherwise mentioned in the description of Sch. ‘A’ items, the tendered rate for each items shall
be deemed to include for materials and labour complete.
6. The following elements, interalia, shall be deemed to have been included in the tendered rates and no
separate payment therefore shall be admissible:-
(a) All handling, loading, unloading, transportation, freight etc.
(b) All taxes including GST and cesses, such as labour welfare cess etc as prevailing on the
closing date for submission of bids.
(c) EPF, ESI and Insurance as applicable.
7. The entire work covered under this contract shall be completed within (see Appendix “A” to notice of
tender) months from the date of commencement of work as shown in work order No.1 issued by GE. The
completion period is inclusive of site clearance after completion of all the items of Schedule ‘A’ all as specified
in contract condition.

8. All items taken down/dismantled other than those given in schedule of credit and reused in the work shall
be returned to MES store yard and the rates quoted against relevant item shall be deemed to include for the
same.

9. GST on works contract shall be recovered from payments due to contractor as levied by Govt. applicable
from time to time.

10. The contractor should keep in mind while quoting their/his tender, the fact that the buildings / site
where the repair/work is to be carried out are under occupation and shall remain under occupation while
carrying out the work. The contractor will carry out the work in phased manner in consultation with Engineer-
in-Charge. It will be the responsibilities of the contractor to submit in writing his planning program of work
seven days in advance to take over site/commence the work or any other requirements. No compensation or
extra shall be admissible of any misunderstanding or loss of man-hours.

11. The works shall be executed by Garrison Engineer Chilka, Post_: INS Chilka Dist:- Khurda,
Orissa, Pin :- 752037, . The word GE or Garrison Engineer wherever occurs in the tender documents shall be
read as Garrison Engineer CHILKA..
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.15

SCHEDULE ‘A’ NOTES (Contd----)

12. (a) The rate quoted by the tenderer shall be inclusive of all types of taxes, levies, including GST,
labour welfare cess etc. as prevailing on the last date of submission of tender.

(b) Certain taxes such as central excise duty, service tax, additional custom duty, state level value
added tax, octroi and other levies which were applicable on interstate transportation of goods are subsumed
by GST, thus special condition 37 on Srl page No 29 of tender for reimbursement/refund on variation in prices
in taxes directly related to contract value of tender shall be deemed to be amended incorporating GST in lieu
of taxes mentioned in the condition but subsumed by GST.

13. Contractor shall upload a copy of provident fund code number and GST registration number in
addition to other documents required. Contractor not in possession of provident fund code number
and GST registration number shall be disqualified in ‘Technical’ bid evaluation and his financial bid
shall not be opened.

AGE (CONTRACTS)
Signature of Contractor for Accepting Officer
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.16

BOQ Pages

16 to 18
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.19

SCHEDULE ‘B’

LIST OF MATERIALS TO BE ISSUED TO THE CONTRACTOR


(REFER CONDITION 10 OF 1AFW-2249)

Ser No Particulars Rates at which stores will be issued to the Place of issue Remarks
contractor (by name for all items)
Unit Rate in Rs
1 2 3 4 5 6
Nil

SCHEDULE ‘C’

ISSUE OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL


HIRED BY THE CONTRACTOR
(REFER CONDITION 15, 34 AND 35 OF IAFW-2249)

Sr. Quantity Particulars Details of Hire Stand by Place of Issue Remarks


No. MES Crew charges per charges per
supplied unit per unit per day
working
day
1 2 3 4 5 6 7 8
---NIL---

SCHEDULE ‘D’

TRANSPORT TO BE HIRED BY THE CONTRACTOR


(REFER CONDITION 16, AND 35 OF IAFW-2249)

Sr. Quantity Particulars Rate per unit per Stand by Place of Issue Remarks
No working day charges per unit
per day

---NIL---

AGE ( Contracts )
Signature of Contractor For Accepting Officer
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.20

TENDER

THE PRESIDENT OF INDIA

Having examined and persuade the following documents:-

1. Specification signed by Assistant Garrison Engineer (Contracts).

2. Drawing detailed in the specifications.

3. Schedule ‘A’, ‘B’, ‘C’ and ‘D’ attached hereto.

4. MES standard schedule of Rates, 2009- Part – I Specification and 2010 – Part II rates hereinafter and IAFW-
2249 referred to as the MES Schedule along with the amendments 1 to 3 for SSR Part-I and 1 to 59 for SSR
part II.

5. General conditions of contract IAFW-2249, (1989 Print) together with errata 1 to 20 and amendment Nos. 1 to
48.

6. WATER: CONDITION 31 of IAFW-2249, General Conditions of Contract water will be supplied by the MES
and shall be charged at Rs 3.75 per every Rupee thousand worth of work done priced at contract rates.

** (a) That the sum of Rs.26,000/- (Rupees twenty six thousand ) only forwarded as earnest money shall be either
be retained as a part of Security Deposit or refunded by the Government and 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 and as detailed in the General Summary and to carry out such deviations as may be ordered vide condition 7
of IAFW-2249 up to 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 serving officer having degree in Engineering or equivalent or having
passed final/direct final/examination of sub division II of Institution of surveyor (India) /recognized by Govt of India to be
appointed by Chief Engineer (Navy), Visakhapatnam – 530 004 or in his absence the officer officiating as Chief
Engineer (Navy) Station Road, Visakhapatnam whose decision shall be final and binding.
** to be deleted where not applicable.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.21

T E N D E R (CONTD.........)

Signature _______________________Name ___________________________________________________

in the capacity of _______________________________duly authorized to sign the tender for and on behalf of

M/S________________________________________________________

(IN BLOCK LETTERS)


Date:

Postal Address____________________________________

________________________________________________

________________________________________________

Telegraphic address____________________________

Telephone No.__________________________________
WITNESS ADDRESS

---------------------------

---------------------------

---------------------------
ACCEPTANCE

_____________Alterations have been made in the documents as accidence that these alterations were made before
the execution of the contract agreement; they have been initialed by the contractor and Shri ___________________,
Assistant Garrison Engineer (Contracts)

The said office is hereby authorized to sign and initial on my behalf the documents forming part of
this contract.

The above tender was accepted by me on behalf of the President of India at the Item rates contained therein
for the sum of Rs.________________________________ (Rupees____________________________
___________________________________________________________________________________only) on
_______________________

Signature: ________________________

Dated: this _____ day of _____ 2019

(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

Accepting Officer: Garrison Engineer


INS Chilka
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.22

GENERAL CONDITIONS OF CONTRACTS


IAFW-2249 (1989 PRINT)

A copy of GENERAL CONDITIONS OF CONTRACTS (IAFW-2249) (1989 Print) with Errata 1 to 20 and

amendments Nos. 1 to 48 has been supplied to me / us and is in my/our possession. I/we have read and understood

the provision contained in the aforesaid GENERAL CONDITION OF CONTRACTS before submission of this tender and

I/We * shall aside 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 CONTRACTS (IAFW-

2249-1989 PRINT) including condition 50 thereof pertaining to settlement of disputes by Arbitration, containing 33

pages with amendments Nos. 1 to 48 and errata 1 to 20 form part of these tender documents.

• Delete whichever is NOT APPLICABLE

AGE ( Contracts )
Signature of Contractor For Accepting Officer
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.23

SCHEDULE OF MINIMUM FAIR WAGES

1. It is hereby agreed that the Schedule of Minimum fair wages (SMFW) as published vide Government of India
Notification dated 14 Oct 1988 and as amended subsequently from time to time by the orders of the competent Central
/ State Government / local authorities (comprising 14 pages) form part of the tender documents .

2. Schedule of minimum fair wages is not enclosed alongwith tender but the contractor is deemed to have full
knowledge regarding the minimum wages payable to laborers as legally effective on date of submission of tender and
his tendered rates shall be deemed to have been based on this irrespective of the fact that Gazette Notification may not
have been published or that he was unaware of the increase in minimum wages. The minimum wages legally effective
on the date of receipt of tender shall be the basis.
3. The minimum wages legally effective referred to above be the minimum wages notified in Gazette/Governed by
any local regulations or by Central Government whichever is higher.
4. My / our signature hereunder amount to my/our having signed the aforesaid documents forming part of this
tender.
NOTE : Schedule of Minimum fair wages referred to above is available for reference in the office of the Garrison
Engineer Chilka, INS Chilka -Post, Khurda – Dist (Orissa).

AGE ( Contracts )
Signature of Contractor For Accepting Officer
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.24
SPECIAL CONDITIONS
1. GENERAL
1.1 The following special conditions shall be read in conjunction0 with the General Conditions of Contract IAFW-
2249 (1989 Print) and IAFW-2159 (Revised 1947) including errata/Amendments thereto. If any provisions in this special
conditions is at variation 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’ the particular specifications
drawings and other provisions in MES Schedule.

1.3 The term General specification referred to herein before as well as referred to in IAFW-2249 (General
Condition of Contracts) shall mean the specifications contained in the MES schedule.

1.4 General rules specifications Special Conditions and all problems in the MES Schedule shall be deemed to
apply to the work under this contract. In case of any discrepancies the provisions in these documents shall
take precedence over the aforesaid provisions in the MES Schedule.

2. INSPECTION OF SITE : Refer Paras 11 & 14 of Notice of tender (IAFW-2162) and condition 4 of General
Conditions of contract IAFW-2249. For the purpose of inspection of site, the tenderer is advised to contact the Garrison
Engineer concerned and visit the site of works with his permission. The tenderer shall be deemed to have inspected
and examined the site and its surrounding and to have satisfied himself before submitting his tender as to the nature of
ground and sub-soil (so far as is practicable), the climatic conditions, the form and nature of the site, nature of work and
materials necessary for the completion of the work and the means of access to the site, the accommodation he may
require and in general shall be deemed to have himself obtained all necessary information on inspection of site as to
risks, contingencies and other circumstances which may influence or affect, his tender. No extra payment consequent
to any mistake or misunderstanding or otherwise on this account will be allowed.

3. SECURITY AND PASSES


3.1 Contractor 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 Agent,
employees and working people concerned and shall satisfy the Engineer-In- Charge as to the bonafide of such people.

3.2 The Engineer-In-Charge shall at his discretion have the right to issue passes as per rule and regulations of the
installation/area in force to control the administration of the contractor, his agent/employees and working people to the
site of the work of any part thereof. Passes should be returned at any time on demand by the Engineer-in-Charge or the
authorised concerned and in any case on completion of the works.

3.3 The contractor and his agents, employees and work people shall observe all the rules/ promulgated by the
authority controlling installation/area in which the work is to be carried out eg prohibition of smoking and lighting, fire,
precaution, search of persons on entry and exist keeping to specific routes, observe specified timing etc. Nothing extra
shall be admissible for hour etc lost on this account.

4 CONDITIONS OF WORKING IN RESTRICTED AREA


4.1 The work lies in restricted area. Permission to enter the restricted area at the time of submission of tender can
be obtained through the GE. Tenderers are advised to send prior intimation of their agents, representatives, etc if any
dates and time of their proposed visit so that necessary arrangements may de made by GE to ensure admission.
Whether tenderer visited the site or not, he shall be deemed to have full knowledge of the restriction of entering into/exit
from and working in the restricted area.

4.1 ENTRY/EXIT

4.1.1 The contractor, his agents, representatives, workman etc and his materials, carts, trucks other mean of
transport, etc will be allowed to enter through and leave from only such gates and at such times as the GE’s or Authority
- in - Charge of the restricted areas may at their sole discretion permit to be used. The contractors authorized
representative is required to be present at the place of entry and exit for the purpose of identifying his cars, trucks etc to
the personnel in-charge of the security of restricted area.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.25
SPECIAL CONDITIONS (CONTD…)
4.3 IDENTITY CARD OR PASSES
4.3.1 The contractor his agent and representative are required individually to be in possession of any identity
card or passes duly verified by the police department. The identity card or pass will be examined by the police
department. The identity card pass will be examined by the security staff at the time of entry in to or exit form the
restricted area and also any time or number of times in inside the restricted area.

4.4 IDENTITY OF WORKMEN


4.4.1 Every workman shall be in possession of an identity card be issued after thorough investigation of the
antecedence of the laborers by the contractors and attested by the officer-in-charge of unit concerned in accordance
with the standing rules and regulations of the unit.

4.4.2 Contractor shall be responsible for the conduct and action of his workman agents of representatives.

4.5 SEARCH
4.5.1 Through 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 of exit and may also be carried out any time or any number of times of the work site within the restricted
area.
4.6 FEMALE SEARCHER
4.6.1 If the contractor desires to employ labor (female) on works to be carried out in side the area of factory, Depot,
park etc and 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 female
searcher (class –IV/Gp ‘D’ servant) calculated for the period female labor is employed by him inside the area. If more
than one contractor employs female labour in addition to the authorized strength of the factory, depot, park etc the
salary and allowances paid to the additional female searched shall be distributed on an equitable between the contractor
employing female labor taking in to 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 other contract shall be final and binding.

4.6.2 WORKING HOURS : The units controlling restricted area, usually work during six days in the week and remain
closed on the seventh day. The working hours available to contractor’s labour and staff or however, appreciably
reduced because of the time taken in security checks served at the time of entry, exit and during working hours.

4.6.3 The exact working hours, days and non working days observed for the restricted area, where work or 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 prescribed in regulations and they cannot
be increased by the Garrison Engineer. Contractor’s materials, transport etc shall normally be permitted to go out of the
area between 6 AM to 6 PM only.

5. WORK ON HOLIDAYS : The contractor shall not carryout any work on Gazetted holidays, weekly holidays
and other non working days except when he is specially authorised 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.

6. ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORK.


After the works are completed and surplus stores etc removed, the contractor,his agents, representatives or workman
etc may not be allowed to have access to the restricted area except for attending rectification of defects pointed out to
him by the Garrison Engineer.

7. FIRE PRECAUTIONS: The contractor, his agents, representative, workmen etc shall strictly observe the
orders pertaining to fire precautions prevailing within the restricted area. Motor transport vehicles, if any allowed by
authorities to enter the restricted area, must be fitted with serviceable fire extinguishers.
8. TRANSPORT: Animal transport will not be permitted.
9. MINIMUM WAGES PAYABLE TO LABOUR
9.1 Refer condition 58 of IAFW-2249, the contractor shall not pay wages lower than minimum wages for labour as
fixed by the government of India/ State government whichever is higher.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.26

SPECIAL CONDITIONS (CONTD…)


9.2 Schedule of minimum fair wages is not enclosed alongwith 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 day 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. The minimum wages legally effective referred to above are the minimum wages
notified in Gazetted or by any local regulations whichever is higher.

9.3 The contractor shall have no claim what so ever, if on account of local factors and regulations, he is required to
pay the wages in excess of minimum wages as described above during the execution of work.

10. QUARRIES: Quarries are not available on MD land which is in the charge of the MES Authorities.
Condition 14 of IAFW-2249 shall thus be treated as deleted.

11. SITING OF BUILDINGS / LAYOUT OF PROVISIONAL ITEMS : No claim shall be entertained and acceptable
for any changes in siting of buildings/change in layout of provisional items, if ordered. Adjustment on account of any
variation in the quantity or quality of works will, however be made as a normal deviation but no adjustment will be made
on account of lead and lift.

12. CO-OPERATION WITH OTHER AGENCIES AT SITE OF WORK : The contractor shall permit free access
and generally afford all facilities and usual convenience to other agencies or departmental workers to carryout work if
any, under separate arrangements. The contractor shall not be allowed any extra payment on this account.

13. CONTRACTOR’S REPRESENTATIVES AND WORKMEN : Refer Condition 25 of IAFW-2249. The


contractor shall employ only Indian Nationals 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 works. If for 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 Engineer-in-Charge shall have full powers and without giving any reasons, to
require the contractor immediately to cease to employ in connection with this contract any representative, agent
servants and workmen or employees whose continued employment is in his opinion undesirable. The contractor shall
not be allowed any compensation on this account.

14. BLANK
15. BLANK
16. LAND FOR TEMPORARY WORKSHOP, STORES ETC.

16.1 Please refer condition 24 of IAFW-2249. The contractor shall be allotted land in the area as marked on the
layout plan (s) for the purpose of erection of temporary shed for storage of materials etc at a nominal rent of Rs. 1/-per
year or part thereof in respect of each and every separate area of land allotted to him. The plot of land so allotted shall
not be used for accommodation of labour and canteen for which the contractor shall make his own arrangement at his
own expense.

17. WATER
17.1 Water shall be supplied by MES at the point marked on site plan. As the water supply by MES is likely to be
intermittent the contractor shall make his own arrangements for storing the water required for the works, and work man,
etc at his own expense. In the event of break down of MES supply of water or in the event of the said supply of water
becoming in intermittent and during summer seasons there is likely hood of no supply of water and the contractor shall
make his own arrangement for water without stopping progress of work. The contractor shall have no claim
whatsoever on this account.

18. ELECTRIC SUPPLY.


18.1 Electric supply required for the work shall be made available by MES at points shown on site plan. KWH
meters to register the electric energy supplied and main switch shall be provided and installed by the MES. Contractor
shall provide all necessary cables, fitting etc from the tapping point in order to ensure a proper and suitable supply of the
electricity for execution of work. All contractors’ installation shall conform to and strictly in accordance with Indian
Electricity Rules. Moreover the lay out of cables etc as proposed by him shall be as per plan approved by the Engineer-
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.27

SPECIAL CONDITIONS (CONTD…)


in-Charge. The contractor will be charged for the electricity energy consumed for execution of works at Rs.10.46
(Rupees ten and paise forty six only) per unit for lighting and power.
18.2 MES do not guarantee continuity of supply and no compensation what so ever shall be allowed for supply
becoming intermittent or for any break down in the system.
18.3.1 GE or his representative shall be free to inspect all the power consuming device or any electric lines provided
by the contractor. Any item which is not to the satisfaction shall be disconnected from the supply, if so directed by him.
19. SAMPLES OF MATERIALS
19.1 Refer condition 10 of IAFW-2249.
19.2 Materials and articles shall bear IS certification marks and only these being incorporated in the work except for
the materials for which specific makes are specified in the tender.
19.3 The tenderer is advised to inspect other materials which are displayed in the office of GE before submitting
tender. The tenderer shall be deemed to have inspected the samples and satisfied himself as to the nature and quality
of materials required to incorporate in the work irrespective of whether he has actually inspected or not. The materials
to be incorporated in the work by the contractor shall be ISI marked or shall be superior in quality to sample displayed
and shall comply with the specifications given hereinafter.
19.4 The contractor shall not procure materials unless the samples are first got approved by the Garrison Engineer.

20 RECORD OF CONSUMPTION OF CEMENT


20.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages initialed by
Engineer-in-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 as approved by Engineer-in-Charge. The register shall be signed daily by
representative of MES and the contractor in token of verification of his correctness and will be checked by Engineer-in-
Charge at-least once in a week and on the days when cement is received.
20.2 The register will be kept at site in safe custody of the contractor’s representative during the progress of the
work and shall be produced on demand for verification to the inspecting officer(s).
20.3 On completion of the work the contractor will deposit the cement register with the Engineer-in-Charge for record.
21. PERIOD OF KEEPING THE TENDER OPEN
21.1 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.
22. SECURITY OF CLASSIFIED DOCUMENTS
22.1 Contractor’s special attention; is drawn to condition 2A and 3 of IAFW-2249 (General Conditions). The
contractor shall not communicate any classified information regarding the work either to sub contractor or other 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 of the contract on completion of the
works or earlier on termination. The contractor shall alongwith the final bills attach a receipt of his having returned the
classified documents as per the condition of 3 of IAFW-2249 (General Condition of contract).
23. RECORD OF MATERIALS
23.1 The quantity of materials such as paints/bitumen, bituminous felt, water proofing compound, chemical for anti-
termite treatment and like, as directed by the Engineer-in-Charge, (The quantity of which can not be checked after
incorporation in the work) 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.
23.2 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.
23.3 The contractor shall on demand produce to the GE, original receipted vouchers/ invoices in respect of the
supplies. Vouchers and invoices so produced and verified shall be stamped by Engineer-in-Charge indicating contract
number. The contractor shall ensure that the materials are brought to site in original sealed containers/packing bearing
manufacturer making except in the case of the requirement of materials being less than smallest packing.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.28

SPECIAL CONDITIONS (CONTD…)


23.3.1 Contractor shall produce original purchase vouchers in respect of cement, steel, major E/M equipments like
transformers, pumps, motors, AC, DG Set and Lift equipments etc., as applicable as pre-requisite before submitting
claims for payment of advance on account of the work done and contractor shall produce original purchase vouchers for
all items for which payment is claimed in RAR as “Material lying at site” in accordance with condition 64 of General
Condition of contract IAFW-2249.
24. CLEANING DOWN
24.1 Ref condition 49 of IAFW-2249 General condition of contract.
24.2 The contractor shall clean all floors, walls remove cement/lime paint marks/drops, extra clean the joinery, glass
panes, etc tough up all painting works and carryout all other necessary items of works in connection there with and
leave the whole premises clean and tidy before handing over the building.

25. RELEASE OF ADDITIONAL SECURITY DEPOSIT


25.1 Refer condition 22 and 68 of IAFW-2249.
25.2 The contractor in case he has to deposit additional security for the contract is release in accordance with condition
68 of IAFW-2249.
26. LABOUR REGULATION AND ABOLITION ACT : Contract Labour )Regulation and Abolition) Act-1970 is
applicable to MES Contracts. Rates quoted by the contractor shall be deemed to take into account the cost etc required
to comply with the provisions contained in the said Act and the rules framed under the said Act.

27. CONTRACTORS REPRESENTATIVES AND WORKMEN


27.1 Refer condition 25 of IAFW-2249 the contractor shall employ only Indian Nationals as his representatives,
servants and workmen and verify their antecedents an loyalty before employing them for the works. He shall ensure
that no person of doubtful antecedents and nationally is in any way associated with the work. If employment of any
foreign national is unavoidable, the contractor shall furnished full particulars to the effect to the accepting officer at the
time of submission of his tender. The Engineer-in-Charge shall have full powers and without giving any reasons, to
require the contractor immediately to cease to employ in connection with this contract any representative, agent
servants and workmen or employees whose continued employment is in his opinion undesirable. The contractor shall
not be allowed any compensation on this account.
28. FOREIGN LABOUR: The Contractor shall employ only Indian Nationals after verifying their antecedents and
loyalty. Foreign Nationals including Labour shall be excluded from all contracts site(s). Contractor’s attention is also
drawn to the provisions contained in condition 26 of IAFW-2249 and the Official Secret Act, particularly Section –5
thereof.

29. Blank

30. DAMAGE TO EXISTING WORK: Any damage to the existing structure/construction/building etc during the
execution of work shall be made good by the contractor at his own cost and the site of work shall be left clean and tidy
on completion. Rectification / reinstatement making good etc shall conform to the standard of material originally used in
the work and finished work shall match existing work in all respects and to the entire satisfaction of the GE. In case of
any dispute on this account the matter shall be referred to CE whose decision in writing shall be final and binding.
31. OFFICIAL SECRET ACT: The contractor shall be bond by the Official Secret Act 1951.

32. ADJUSTMENT OF TAX CONSEQUENT UPON AMENDMENT TO CONSTITUTION


32.1 Tendered rates are inclusive of all taxes, levies, payable under the respective states including the Sales Tax on
works contracts levied by the State Government in pursuant to amendment No. 46 to the constitution.
32.2 During currency of contract if the quantum of sale tax on works contracts (consequent upon amendment No. 46
of the constitution) is increased or decreased through statutes by Government after the last date of receipt of tender,
necessary adjustment shall accordingly be made, provided that the contractor there upon necessarily and properly pays
such tax.
33. OCTROI, SALES TAX AND OTHER DUTIES : The tendered rates shall be deemed to include all duties such
as octroi, sales tax, excise etc as referred in Condition 10 of IAFW-2249.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.29

SPECIAL CONDITIONS (CONTD…)

34. IS SPECIFICATION:
“Indian Standard” provisions where applicable shall be as per latest publication / revision as on the date of
issue of tender which will supersede corresponding provision of Indian Standard mentioned in MES Schedule.

35. OUT OF POCKET EXPENSE


No out of pocket expenses incurred by the tenderer in submitting this tender will be reimbursed whether his
tender is accepted or not.

36. INDEMINITY BOND FOR PAYMENT OF LABOUR, WORKMAN EMPLOYED ON WORKS OR OTHER
MONEYS OF TENDER PAYMENTS
36.1 The Contractor shall execute indemnity bond with the GE for enforcement of various enactment like Wages Act
1936, Minimum wages Act 1948, employees liability Act 1938, workmen’s compensation Act 1923 or any other Act or
enactment’s related to indirectly and directly labours employed on works and rules framed there under from time to time
for the time being enforce. In case of non compliance of any of enactment’s by the contractor, the GE shall be
empowered to exercise the powers vested in him as the principal employer and the amount so not paid to the labour /
workman to be deducted from the sum become due under this Contract or from other Contracts in terms of condition 67
of IAFW-2249, General Conditions of Contracts.

37. RE-IMBURSEMENT / REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO CONTRACT VALUE”


37.1 (a) 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 for 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-after.
(b) (i) The taxes which are levied by Govt 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 rates shall be deemed to be inclusive of all
“taxes directly related to contract 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 for receipt of tenders shall be
refunded by the Contractor to the Govt/deducted by the Govt 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 Govt/deducted by the Govt from the payments due to the
Contractor.
(ii) The Contractor shall, within a reasonable time of his becoming aware of variation in percentage rates
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 pursuit to this Special Condition, together with all information relating there to which he may be in
a position to supply. The Contractors shall submit the other documentary proof/information as the GE may require.
(iii) 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 authorised representative of Govt and
shall further , at the request of the GE furnish, verified in such a manner as the GE may require any documents so kept
and such other information as the GE may require.

(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to Contract value”
shall be made only if the Contractor necessarily & properly pays additional “taxes directly related to Contract value” to
the Govt, without getting the same adjusted against any other tax liability or without getting the same refunded from the
concerned Govt Authority and submits documentary proof for the same as the GE may require.”

38. Site for execution of work will be available as soon as the work is awarded. In case it is not possible to make
the entire site available on the award of work, the contractor will have to arrange his working programme accordingly.
No claim whatsoever, for not giving entire site on award of work and for giving site gradually, will be tenable.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.30

SPECIAL CONDITIONS (CONTD…)

39. SECURITY AGAINST LOSS OR DAMAGES

39.1 The contractor shall furnish to the Engineer-in- Charge every morning distribution/return of his
plants/equipment on the site of work stating the following particulars:-
(a) Particulars of plants/equipment, their make manufacturer’s 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, indicating No. (Quantity) at each location on the site of work.
(d) Purchase value on the date of purchase. For the purpose of the condition, plant/equipment, vehicle
No. ie. Of trucks and Lorries neither the workman’s tools nor any manually operated tools/equipment
shall be given.
(e) The Engineer-in Charge shall record the particulars supplied by the contractor in the works dairy and
send the return to the GE for record in his office.

AGE ( Contracts )
Signature of Contractor For Accepting Officer
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.31

PARTICULAR SPECIFICATION

1. WORK IN ACCORDANCE WITH DRAWINGS AND SPECIFICATIONS.


1.1 The work under this contract shall be carried out in accordance with Schedule “A” (BOQ), special conditions,
particular specifications, General Specifications and other provisions in the MES schedule relevant Indian Standards
and codes of practice and drawings forming part of this contract.
1.2 The term “General specifications” referred to above as well as in IAFW-2249 , General conditions of Contracts
shall mean the specifications contained in the MES Standard schedule of rates 2009 (specification ) and 2010(rates) for
including Errata and amendments as applicable thereto.
1.3 General Rules, specifications, special conditions and preambles in the MES Schedule, shall be deemed to be
applicable to the works under this contract unless mentioned otherwise in these tender documents in which case the
provisions in these tender in documents shall take precedence over the above said provisions in the MES Schedule.
1.4 The specifications shall be read in conjunction with special conditions and General Conditions of contracts
(IAFW-2249) and IAFW-1779-A (Revised 1955) including Errata and Amendments thereto. If any provisions in these
particular specifications sections I and II is at variance with that of the aforesaid documents, the former shall be deemed
to take precedence there over.
2. SAMPLES OF MATERIALS.
2.1 The tenderer is advised to inspect samples of the materials which are displayed in the office of the Garrison
Engineer Chilka before submitting the tender. The tenderer shall be deemed to have inspected the samples and
satisfied himself as to the nature and quality of materials he is required to incorporate in the work irrespective of
whether he actually inspected or not. The materials to be supplied by the contractor shall conform to or superior to the
samples displayed and shall comply with the specifications given herein after.
2.2 The contractor shall produce samples of materials and obtain approval before making bulk order for their
procurement and incorporation in the work. In respect of the materials for which samples approved are not kept in GE’s
Office or detailed specifications not given hereinafter, the materials shall comply with the relevant latest Indian
Standard Specifications and will be any standard make.

3. INDIAN STANDARD SPECIFICATION


3.1. Materials provided by the contractor for incorporation in the works shall unless otherwise specified in particular
specifications comply with the requirements of the relevant Indian Standard Specifications.

4. PROPRIETORY MATERIALS

4.1 Proprietary materials such as water proofing compound, paint, bitumen and the like shall when brought to site will
be inspected by the Engineer-in-charge. The quantity brought to site shall be recorded in measurements book (s) and
signed by the contractor and Engineer-in-charge and check to ensure that the required quantity has been brought to site
for incorporation in the work.

4.2 Proprietary materials brought to site shall be stored as directed by the Engineer-in-charge. The quantity already
recorded in the measurement book (s) shall be suitably marked for identification.

4.3. The contractor shall on demand produce to the GE original receipted vouchers/invoices in respect of the
supplies. The contractor shall ensure that the materials brought to site in original sealed container/packing , bearing
manufacturer’s marking except in the case of requirement of materials being less than the content of smallest packing.

5 CLEANINGDOWN

5.1 Refer condition 49 of IAFW-2249, General conditions of contracts. The contractor shall clean floors remove
cement/lime paint drops etc., clean the joinery glass panes etc
and touch up all paints work in connection herewith and leave the whole premises clean and tidy to the entire
satisfaction of the Engineer-in-charge before handing over the building.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.32

PARTICULAR SPECIFICATION (CONTD………)


6. SITE CLEARANCE
Refer condition 49 of IAFW-2249, General conditions of contracts. The contractor shall remove from the site all unused
stores and materials, tools, plants equipment scaffolding temporary buildings, huts and the like belonging to the
contractor provided for the execution of work under this contract and the site of work shall be cleared off all waste
materials by the contractor and deliver the site in neat. Clean and tidy manner to the satisfaction of the Engineer-in-
Charge on or before the data of completion. Nothing extra whatsoever shall be paid to the contractor for such clearance
of site.

7. SCOPE OF WORK
7.1 The work under this contract comprises provision of all the works described in Schedule ‘A’ (BOQ) and all as
specified here in after. The work under this contract is of maintenance nature where the contractor is required to carry
out the work in staggered places and in the occupied buildings. The rates quoted shall be deemed to include loss of
working hours due to the above factors and no claim what-so-ever will be entertained.

8. DEMOLITION/ DISMANTLING/ TAKING DOWN: Proper care shall be taken while dismantling without
disturbing other existing structures nearby which are not to be dismantled. Dismantling/ demolition shall be carried out
all as specified in the MES Schedule Part-I. The items obtained from dismantling shall be stored properly and the debris/
demolished materials shall be cleared off the site with prior written permission of the Engineer-in-Charge. The
serviceable / un used materials if any shall be returned back to the stores. The decision of Engineer-in-Charge shall be
final and binding. The items obtained from dismantling for which credit has been offered vide Schedule of credit, shall
become the property of contractor and the same shall be removed from site time to time with prior written permission of
Engineer-in-Charge.

9 EXCAVATION
9.1 Excavation shall be carried out in strata as specifiec in schedule “A”. Change of classification of strata will be
ordered as deviation order by GE. If during excavation black cotton soil is met with, it shall be brought to the notice of
the GE immediately in writing by the contractor, who will take expeditious action for additional work in foundation which
will be ordered as deviation order. Any depth in excess of required depth in excavation for foundation shall be made
good by the contractor at his own cost with the concrete of same proportion of foundation concrete without any extra
cost to department.
9.2 The contractor shall include the cost of timbering to hold sides of excavation in his quoted rate on required basis.
GE shall decide in writing for providing battering/benching to excavations if required.
.

9.3 Bailing and pumping out of water if required will be done as described in Para 3.17 of MES schedule Part I. No
extra payment shall be admissible for the above-mentioned operation. If however, an inflow of water into excavations is
caused by powerful springs, tidal seepage, broken water main or drains and the like (other than those broken through
the contractors negligence) the contractor shall immediately inform the GE. If in the opinion of the GE the inflow is due
to any of these causes, he shall issue instructions in writing as to the method to be employed in clearing the excavation
of water and additional payment shall be allowed as a deviation order.
9.4 . DISPOSAL OF SOIL
9.4.1 Surplus soil obtained from excavation shall be removed, to a distance not exceeding to 50 m all as directed by
the Engineer-in-Charge.

9.5 MOORUMRED BAJRI FILLING


9.5.1 Moorum/Red Bajari shall be all carried out as per clause No 3.21.1 of SSR Part I (2009). Moorum/Red bajari
shall be obtained from approved quarries of disintegrated rocks containing siliceous material and natural mixture of clay
of calcareous origin. These shall not contain any admixture of ordinary earth. Red Bajari shall be dark red in colour
consisting of coarse grains, free from mica and other foreign matter. Size of Moorum/Red Bajari shall vary from dust to
40 mm gauge. Anything over in size shall be rejected or shall be broken down to bring within 40 mm size. It shall
conform to or be superior to the sample kept in GE’s Office. No price adjustment shall be made on this account.
Source of good quality of Moorum shall be approved by GE. After site clearance, the levels of filling shall be marked by
fixing pegs on both sides at regular intervals as a guide before commencement of earthwork. The filling material shall
be spread in layers of uniform thickness not exceeding 15 cm (spread thickness) over entire width. Successive layers
shall not be placed until the layer under construction has thoroughly compacted.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.33

PARTICULAR SPECIFICATION (CONTD………)


10. CONCRETE
10.1 COARSE AGGREGATE
10.1.1 Coarse aggregate for all cement concrete works shall be graded crushed granite stone all as specified and
shall conform to the grading given in clause 4.4.7 (I) of MES Schedule Part - I, Stone for coarse aggregate
shall be obtained from quarries approved by the Garrison Engineer. Mixture of two types shall however, not be
used. Nominal sizes of graded stone aggregate in various situations shall be as indicated hereinafter.

10.1.2 Size and grading of aggregate for reinforced concrete shall be as specified in IS-456: 2000 but in no case more
than 20 mm graded aggregate.

10.2 FINE AGGREGATE


10.2.1 Fine aggregate shall be natural river sand. Fine aggregate for concrete shall generally conform to the
requirements of clause 4.4.7(2) of MES Schedule 2009 and conforming to zone II grading of IS 383 except for
finer finishes. Sand shall be obtained from the riverbeds approved by the Garrison Engineer.

10.2.2 The sand shall be stored at site in dumps. The contractor shall take necessary precaution to avoid
contamination or risk of shoveling of earth or other impurities by keeping sand over firm level ground as
stipulated in IS-4082.

10.3 WATER
10.3.1 Water used in the work shall be clean, fresh, potable and non saline all as specified in IS-456-2000 and in
clause 4.9 of SSR Part I (2009).

10.4 CEMENT
10.4.1 General: Cement required for the work under the contract shall be procured, supplied and incorporated in the
works by the contractor under his own arrangement. Cement shall be of tested quality and shall comply with
the requirements mentioned in the SSR, IS specifications as amended and particular specifications given
hereinafter.

10.4.2 Type of cement for the subject work shall be Ordinary Portland cement grade 43 (Forty three) in accordance
with IS 8112-1989 or Portland Slag cement conforming to IS 455 or Portland Pozzolana cement (PPC) as per
IS-1489-1991 (subject to conditions mentioned hear-in-after) at the option of contractor without any price
adjustment. However one type of cement shall only be used in the entire work.

10.4.3 When the contractor opts for using PPC in the work, GE can allow incorporation of PPC subject to following:-

(a) GE is required to ensure that PPC meets the strength criteria of 43 Grade OPC as laid down in IS-
1812 1989.
(b) The minimum period before striking formwork given in clause 11.3.1 of IS 456-2000 is to be suitably
modified at sites by the GEs.
(c) The contractor shall give an undertaking that he shall not claim anything extra what-so-ever on
account of extra time for stripping form work etc while using PPC in lieu of OPC.
(d) In cold climate regions where temperature is lower than 15 degree Cel and important structures like
Over Head Reservoirs, Under Ground Sumps and Buildings with spans 10m or more only OPC shall
be used.
(e) Mixing of OPC and PPC shall not be allowed in work except for plaster and mortar.
(f) While procuring PPC the following requirements are to be ensured and certificate to that effect shall
be obtained for each batch from the manufacturers.
i) The quality of fly ash is strictly as per IS 1489 (Part-I) – 2002.
ii) Fly ash is inter-ground with clinker not mixed with clinker.
iii) Dry fly ash is transported in closed containers and stored in silos.
iv) Only pneumatic pumping has been used.

(v) The fly ash received from thermal power plants using high temperature combustion above 1000
degree Cel has been used.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.34
PARTICULAR SPECIFICATION (CONTD………)

10.4.4 SOURCES OF PROCUREMENT


10.4.4.1 Cement shall be procured by the contractor from any of the following main producers of cement:-
(i) M/s Cement Manufacturing Company Ltd. (OPC 43 Grade & 53 Grade & PPC)
(ii) M/s. Ultra Tech Cement Ltd. [All types of cement]
(iii) M/s OCL India Ltd. (OPC 43 Grade & PPC)
(iv) M/s Dalmia Cement (Bharat) Ltd. (OPC Grade & PPC)
(v) M/s Heidelberg Cement India Ltd. (PPC)
(vi) M/s Parasakti Cement Ltd. (OPC Grade & PPC)
(vii) M/s Zuari Cement Ltd. (OPC 43 Grade & PPC)
(viii) M/s Tohshali Cements Pvt Ltd. (OPC 43 Grade & PPC)
(ix) M/s Cement Corporation of India (OPC 43 Grade)
(x) M/s Prism Cement Ltd. (OPC 43 Grade & PPC)
(xi) M/s Shree Guru Kripa Cement (Pvt) Ltd. (OPC grade & PPC)
(xii) M/s Dhruv Industrial Company Ltd. (OPC 43 Grade & PPC)
(xiii) M/s The Ramco Cements Ltd. (OPC 43 Grade & PPC)
(xiv) M/s Saurashtra Cement. (OPC 43 Grade & PPC)
(xv) M/s Lafarge Cement . (OPC 43 Grade & PPC)
(xvi) M/s Associated Cement Companies Ltd. (OPC 43 Grade & PPC)
(xvii) M/s Grasim Indistries Ltd. (OPC 43 Grade & PPC)
(xviii) M/s. The India Cement (OPC 43 Grade & PPC)
(xix) M/s Andhra Cement Ltd. (OPC 43 Grade & PPC)
(xx) M/s Century Cements (OPC 43 Grade & PPC)
(xxi) M/s Binani Cement (OPC 43 Grade & PPC)
(xxii) M/s. Mangalam Cement (OPC 43 Grade & PPC)
(xxiii) M/s. Birla Corporation Ltd. (OPC 43 Grade & PPC)
(xxiv) M/s. Orient Cement (OPC 43 Grade & PPC)
(xxv) M/s. Shree Cement (OPC 43 Grade & PPC)
(xxvi) M/s. JK Cement (OPC 43 Grade & PPC)
(xxv) M/s. JK Lakshmi Cement (OPC 43 Grade & PPC)
(xxvi) M/s Jaypee Rewa Cement (OPC 43 Grade & PPC)
(xxvii) M/s. Ambuja Cement Ltd. (OPC 43 Grade & PPC)
(xxviii) M/s Sanghi Industries Ltd. (OPC 43 Grade & PPC)

10.4.4.2 Where total estimated requirement of cement in the work is less than 1200 bags, contractor can procure
cement from the authorised dealers of the main producers as mentioned in clause 10.4.1 here-in-before.

10.4.4.3 The contractor shall furnish the particulars of the manufacturer/main producer of cement along with the date of
manufacture to the Garrison Engineer for every lot of cement separately. The cement so brought shall be fresh
and in no case older than 60 days from the date of manufacture. The Garrison Engineer shall verify the
document in support of the purchases of cement. 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 requirement of
the same for more than two months at a time. The cement shall be consumed in the work within three months
after receipt. Cement shall conform to the requirement of Indian Standard Specification and each bag of
cement shall bear relevant ISI mark. The weight of each consignment shall be verified by the GE and
recorded. The content of cement shall be checked at random to verify the actual weight of cement per bag.
However, each bag of cement shall be of nominal average net mass of 50 Kgs, subject to tolerance given in
clause 9.2 and Annexure ‘B” of IS-8112 and relevant clause of IS – 1489.

10.4.4.4 If due to some unforeseen circumstances which are beyond the control of the contractor, cement is not used
within 03 months, the same shall be retested and shall be used in the work only after taking prior approval of
Accepting Officer. Permission to use cement more than 03 months old shall be given only in exceptional cases
where Accepting Officer is satisfied with the grounds put up by the contractor and cement still meets all the
requirements of IS. No claim whatsoever shall be entertained if permission to use cement more than 3 months
old is not given to contractor.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.35
PARTICULAR SPECIFICATION (CONTD………)

10.5 TESTING OF CEMENT:-


10.5.1 The contractor shall submit the manufacturer’s test certificate in original along with test sheets giving the
results of each physical test as applicable in accordance with relevant IS provision and the chemical
composition of cement or authenticated copy thereof duly signed by the manufacturer with each consignment,
as per the following IS provision:-

(a) Method of sampling hydraulic cement as per IS-3535.


(b) Methods of physical test for hydraulic cements as per IS-4031.
(c) Method of chemical analysis of hydraulic cement as per IS-4032. The test sheet should include results
of the following mandatory tests:-
(i)Specific surface by Blains air Permeability method.
(ii) Soundness Test by Le’Chatlier Method.
(iii) Initial setting time.
(iv) Final Setting time.
(v) Compressive strength test at 3, 7, & 28 days as specified in the relevant IS Code.
(vi) The test report should also show the chemical properties of the cement as per relevant IS Codes.
10.5.2. The test certificate and test sheet shall be furnished with each batch of manufacture. The
Engineer-in-Charge shall record these details in the cement acceptance register to be maintained by
him which will be signed by JE (Civil), Engineer-in-Charge, Garrison Engineer and the contractor as
given in the format hereinafter for verification.
10.5.2 The test certificate and test sheet shall be furnished with each batch of manufacture. The Engineer-in-Charge
shall record these details in cement acceptance register to be maintained by him which will be signed by JE
(CIVIL) Engineer-in-Charge, Garrison Engineer and the contractors as given in the format hereinafter for
verification.
10.5.3 The contractor shall however, organise setting time and a compressive strength test of cement through
designated laboratory on samples collected from the lot brought at site before incorporation in work. The
contractor will be allowed to use the cement only after satisfactory compressive strength of seven days. To
meet this requirement contractor is required to keep minimum 10 days stock before any new lot brought at site,
which can be used, in the work. The contractor shall be required to remove the cement not meeting the
requirement from site within 24 hours. Seven days strength test will be relied upon to accept the lot of cement
to commence the work. 28 days compressive strength test will be the final criteria to accept/reject the lot.

10.5.4 The GE shall carryout independent testing as per the tests mentioned in the ‘CEMENT
SUPPLY/ACCEPTANCE FORM’ of random samples of cement drawn from various lots, if sample fails in 7
days compressive strength. The testing shall be carried out through national test house, SEMT, CME,
Regional Research Laboratories, IIT’s, National Institute of technologies, Govt Engineering colleges, Govt
approved Laboratories, Zonal Laboratories as per IS-3535-1986 (method of sampling hydraulic cement), IS-
4031 (method of physical test for hydraulic cement) and IS-4032-1985 (method of chemical analysis of
hydraulic cement) referred to above. The decision as to where the testing of cement is to be done shall be
taken by GE. In case the cement is not of requisite standard despite manufacturer’s test certificate, the
contractor shall remove the total consignment from the site at his own cost after written rejection order of the
consignment by the GE. The cost of test shall be borne by the contractor irrespective of the results of testing.

10.5.5 The random samples as per relevant IS shall be selected by GE before carrying out testing. The record of
such samples selected by the GE for testing shall be properly maintained in the `Cement Testing Register’
giving cross reference to relevant consignment of cement and quantity received etc.

10.5.6 Cost of transportation of samples to the approved laboratory / test house and all testing charges including cost
of sample shall be borne by the contractor.

10.5.7 The contractor shall be required to set up adequate testing facilities at site to the entire satisfaction of Garrison
Engineer for conducting setting time test and compressive strength test as per IS codes referred to
hereinbefore for the samples collected from the lot brought at site. These tests shall be carried out within 7
days of receipt of cement at site. The tests can alternatively be carried out at the Zonal Laboratory, or any
other recognised laboratory so designated by GE.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.36
PARTICULAR SPECIFICATION (CONTD………)

10.5.8 The contractor shall submit original purchase vouchers for the total quantity of cement supplied under each
consignment to be incorporated in the work. All consignments received at the work site shall be inspected by
the GE along with the relevant documents to ensure the requirements as mentioned herein before, before
acceptance. The original purchase vouchers and the test certificates shall be verified for subject contract and
defaced by the Engineer-in-Charge and kept on record in the office of the GE duly authenticated and with cross
reference to the consignment/control number recorded in the Cement Acceptance Register. The cement
acceptance register shall be signed by the JE (Civil), Engineer-in-Charge, GE and the contractor. The
contractor shall maintain schedule of supply of cement for each consignment.

10.5.9 The Accepting Officer may order a board of officers for random check of cement and verification of connected
documents during the currency of contract.

10.6 STORAGE/ACCOUNTING/PRESERVATION OF CEMENT.

10.6.1 Cement shall be stored in covered godown over dry platform at least 20 cm high in such a manner as to
prevent deterioration due to moisture or intrusion of foreign matter. In case of store room, the stack should be
at least 20 cm away from floors and walls. The stacking of cement shall be done as specified in relevant IS.
The storage accounting and preservation of cement supplied by the contractor shall be done as per standard
engineer practice till the same is incorporated in the work and the cost of the same shall be deemed to be
included in the unit rate/amount quoted by the tenderer. The E-I-C shall inspect once a day to verify that
cement lying at site is stored, accounted, preserved and maintained as per the norms. The cement shall be
stored so as to differentiate each tested and untested consignment separately with distinct
storage/preservation of cement, he may order for any test(s) of cement as applicable for that consignment to
ensure its conformity to the quality mentioned in the manufacturer’s test certificate. The contractor shall bear
the cost of necessary testing(s) in this regard and no claim whatsoever shall be entertained.

10.6.2 Stacking of cement shall be done as per relevant IS and as under:-


(a) Each cement consignment shall be stacked separately and removal shall be made on the basis of
‘First in First out`.
(b) Adequate top cover will be provided.

10.6.3 Cement godown shall be provided with two locks on each door. The key of one lock at each door shall remain
with the Engineer-in-Charge or his representative and that of the other lock with the contractor’s authorised
agent at site of works so that cement is removed from the godown only according to daily requirement with the
knowledge of both the parties. During the period of storage, if any cement bag(s) found to be in damaged
condition due to whatsoever reason, the same shall be removed from the cement godown on written orders of
the GE and suitable replacement for the cement bag(s) so removed shall be made and no claim whatsoever
shall be admissible on this account.

10.6.4 Cement shall be removed from the store only according to daily requirement with the knowledge of both the
parties and daily consumption of cement shall be recorded in cement consumption register which shall be
signed by the Engineer-in-Charge and the contractor. Cement constants given in Appendix `A’ to E-in-C’s
Branch letter No.19280/E8 dated 03 May 1976 shall form the basis of consumption of cement for various items
of works unless specifically indicated otherwise.

10.6.5 In case the consumption of cement as per cement consumption register is found to be more than the
estimated quantity of cement due to whatsoever reason, the contractor shall not have any claim whatsoever for
such excess consumption of cement.

10.7 SCHEDULE OF SUPPLY

10.7.1 The contractor shall procure the cement timely as required in accordance with CPM chart agreed between GE
and the contractor. The contractor will forfeit his right to demand extension of time if the supply of cement got
delayed due to his failure in placing order in time to the manufacturer.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.37
PARTICULAR SPECIFICATION (CONTD………)

10.8. MEASUREMENT AND PAYMENT OF CEMENT


10.8.1 The entire quantity of cement shall also be suitably recorded in the Measurement Book for record purposes as
‘Not to be abstracted’ before incorporation in the work and shall be signed by the Engineer-in-Charge and the
contractor.

10.8.2 The payment shall only be allowed after production of original purchase vouchers, certified copies of test
certificates from manufacturer for each consignment and results of testing carried out in laboratory on receipt of
cement (7 days compressive test) are found satisfactory after testing as specified herein before. Cement shall
be paid as material lying at site as per Condition 64 of IAFW-2249. Rate of cement given in SSR shall be
applicable for cement irrespective of grade of cement specified for use in the work.

10.9 DOCUMENTATION

10.9.1 The following documents will be maintained by the Engineer-in-Charge / GE for cement supplied by the
contractor in addition to the documents specified in the contract: -
(a) Original vouchers of cement shall be kept in the concerned file of the contract in GE Office, serially
numbered on each page.
(b) Original test certificates and test sheet should also be kept in the concerned file of the contract duly
numbered.
(c) Cement acceptance register as per Annexure 'A' & 'B'.
(d) In / Out Register for cement as per Annexure 'C'.
(e) Register containing results of independent and additional testing by GE.
(f) Register containing records of surprise checks and BOO.
(g) Inspection Register.

11. FLY ASH BRICK WORK:


11.1 Bricks shall be best locally available and conform to or superior to the samples kept in GE's office and shall
conform to IS 13757: 1993. The brick shall be sound compact and uniform in shape and colour. The brick shall have
smooth rectangular faces with free lime and organic matter. The brick shall be machine moulded. The brick shall have
frog of 100 mm in length,40 mm in width and 10 to 20 mm deep on one of its sides. Fly ash shall conform to grade 1 or
grade 2 of IS 3812: 1981.

11.2 The entire work shall be carried out all as specified in relevant applicable clauses of MES Schedule Part-I one
brick thick walls shall be built in cement mortar 1:6 unless specified in Schedule ‘A’.

12. NON SKID AND CERAMIC GLAZED TILE IN FLOORING / SKIRTING / DADO: Non skid ceramic and Glazed
ceramic tiles shall be matt finish, first quality, grade BIIA for floor tiles and grade BIII for wall tiles, coloured as approved
by GE. Size and thickness shall be all as indicated in Schedule ‘A’. The thickness indicated in Sch ‘A’ is minimum
thickness and contractor shall have no claim if the thickness of tiles is more according to size of tiles available in the
market. Tiles shall be any one of the makes as given in list of manufacturers. Sample and make of tiles shall be got
approved by GE before incorporation in the work. Tiles shall be all as specified in clause 13.14 of MES Sch Part I. Work
shall be carried out all as specified in clause 13.40 of MES Schedule part I as applicable.

13. FLOORING
13.1 GENERAL
13.1.1. Workmanship shall be all as specified in Clause 13.25 of MES Schedule Part -I unless otherwise specified
hereinafter.
13.1.2. Floor shall be laid to level and/or to falls as directed by Engineer-in-Charge. Floors shall be sunk where directed
to the required depth. The exposed edges of floors shall be finished to match the top surface finish of floor.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.38

PARTICULAR SPECIFICATION (CONTD………)

13.2 HARD CORE


13.2.1 Hardcore shall be of hard broken stones of gauge not exceeding 63 mm.. Material for hard core shall be hard,
tough, clean and free from dust and other deleterious matter. The material for hard core shall be well graded for
providing a dense and compact sub-grade. The hardcore shall be well rammed and watered for proper compaction as
directed by Engineer-in-Charge.
14. PLASTERING / POINTING
14.1 Sand for plastering / pointing work shall be fine sand as specified in clause 14.5 of MES Sch Part I conforming
to the samples kept in GE’s office.
14.2 The thickness of plaster as mentioned in Sch. ‘A’ is the net thickness above the proudest part of masonry /
brick walls. Dubbing required is deemed to have been included in the plastering work and nothing extra shall be paid.
14.3 Mortar for plastering work may be machine mixed or hand mixed at the discretion of the contractor.
14.4. Plastering / pointing work shall be carried out all as specified in section 14 of MES Sch Part I.
18. DISTEMPERING WITH OIL EMULSION DISTEMPER

15.1. Distemper oil emulsion shall conform to IS-428-1969, all as specified in clause 15.6 of MES Schedule Part-I.
Preparation and application of distempering shall be carried out all as specified in relevant clause 15.14 of MES
Schedule Part-I.

16. WHITE WASH / COLOUR WASH


16.1. Lime used for white washing shall be freshly burnt fat lime( Class “C” ) or magnesium siliceous dolomitic lime
( Class “D” or “F” ), white in colour, conformining toIS 712-1984.
16.2 Yellow or red ochre pigment for making colour wash shall conform to IS 44-1991. The solid lumps shall be
crushed to powder.
16.3 Fresh crystals of hydrous copper ( blue vitriol )shall conform to IS 261-1982.Sulphate shall be ground to fine
powder.
16.4 The workmanship shall conform to clause No. 15.12of MES schedule part I, 2009 as applicable.

17. PAINTING. ( As applicable )


17.1 GENERAL: General requirement for paints and workmanship of painting shall be as specified in clause No.
16.3, 16.4 (as applicable), of MES Sch. Part I 2009 and shall be complied with unless specifically stated otherwise
hereinafter.
17.1.2 Members specified to be painted shall first be passed by the Engineer-in-Charge and marked as such before
commencement of painting work. Each coat of paint shall be passed by the Engineer-in-Charge before the next coat is
applied.
17.1.3 If the under coat of paint is not executed within six months after applying priming coat of paint. The painting
shall be re-done by the contractor at no extra cost to the Government.
17.1.4 The exact tint shall be decided by the GE.
17.1.5. Surface which are inaccessible for painting after execution shall be painted before execution.
17.1.6. Paint shall be approved by the Garrison Engineer before their bulk procurement. Paint shall be any one of the
makes as listed in list of Manufacturers.

17.1.7. Primer for wood surfaces shall be pink primer and for that of steel surfaces shall be red oxide primer. Colour
and shade shall be as decided by the GE.
17.1.8 The workmanship for painting on wood work, shall conform to clause No.17.6 to ,17.7.2.5 of MES SSR part-I,
2009 , as applicable.
17.1.9 The workmanship for painting on steel and iron surfaces, shall conform to clause No.17.8 to ,17.8.6 of MES
schedule part I, 2009 , as applicable.
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.39

PARTICULAR SPECIFICATION (CONTD………)

18. PROTECTIVE MEASURES: Surfaces of doors, windows, floors, articles of furniture etc and such other parts of
buildings not to be painted shall be protected from being splashed upon. The surfaces shall be cleaned off splashes of
white wash, colour wash, distemper etc. The contractor shall be responsible for any damage to the fittings, fixtures and
furniture and structure and shall be rectified at his own cost.

19. MEASUREMENTS: The measurements for various items of works described in schedule `A` shall be directly
extracted for recording in the measurement books from duly audited periodical services measurement books. Wherever
there are no audited PSMBs for any buildings / OH tanks, the full measurements shall be recorded in the MB.

20. PENAL RECOVERY. The contractor shall use materials of first quality / make specified in contract agreement.
If the materials found sub-standard inspite of the instruction given by the Engineer-in-Charge/Accepting Officer a penal
recovery at double the market rate for such materials shall be effected. The contractor shall have no claim afterwards.

21. DEFECT RECTIFICATION.


(a) The defect rectification shall be properly done in a reasonable time given by the Accepting Officer and
if the same is not rectified inspite of instructions further issue of tender for the period of 3 to 6 months shall be
suspended or as deemed fit by the Accepting Officer, and the defects will be got rectified at the risk and cost of
the contractor.
(b) If the defect rectification is not done in a reasonable time the performance of the contractor shall be
effected.

22. PRODUCTION OF VOUCHERS: The contractor shall produce original purchase voucher (machine numbered)
and original test certificate to the GE. The Engineer-in-Charge shall verify the items and keep the purchase vouchers,
duly defaced against subject CA, in the record. The material shall be approved by the GE in sample approval register
before incorporation in the work.

Signature Of Contractor AGE ( Contracts )


Dated For Accepting Officer
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.40

PARTICULAR SPECIFICAION (CONTD..)


Appendix ‘A’

APPROVED NAMES/MANUFACTURERS FOR PRODUCTS TO BE INCORPORATED IN WORKS (AS


APPLICABLE)

Sl No MATERIALS NAME OF FIRM


1 2 3
1 Glazed/Non Skid Ceramic Tiles H & R Johnson India Ltd/ Somany Ceramic Limited / Kajaria
Ceramic Ltd / Orient Bell Ltd / Nitco
2. Synthetic Enamel Paint Berger Paint (Luxol), Johnson & Nicholson Paints Ltd (Brolac),
Shalimar Paints (Sperlac), Asian Paints (Apcolite)
3. Distemper Oil Emulsion Asian / Nerolac / Berger / Shalimar / Jenson & Nicholoson (All in
1st quality)
4. Lime for white wash Luckycem / Suryacem (All in 1st quality)
5. Water Proofing Compound Acco Proof / Impermo / Lik Proof / Fosroc
6. PVC Rain Water (SWR) Pipes (i) Kisan (ii) Supreme (iii) Prince
and Fittings
7. Precast Plain / Chequered (i) Ultra (ii) Bansal (iii) Nitco (iv) Anjali (v) Multiwyn
Cement Tiles for flooring
8. Sealing compound STP / PIDILITE / IWL

Signature of Contractor AGE (Contracts)


For Accepting Officer
CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.41

PARTICULAR SPECIFICATION (CONTD………)

Annexure -‘A’
Cement Supply & Acceptance Register

1. CA No. & Name of Work

2. Control No

3. Name of Manufacturer / Brand Name / Gde of Cement

(A) Manufacture__________

(B) Brand _____________

(C) Grade _____________

4. Qty. of cement & Lot No. / Week No. (in Bags) : (Qty ____)

(b) Lot No./Week No. _____

5 Manufacturer’s test certificates No.____________

6. Random test Details (a) Physical test report from________ vide their letter No.

(b) Chemical test report form_______ vide their letter No.

7. Details of Physical & Chemical properties: Refer Annexure ‘B’.


CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.42

PARTICULAR SPECIFICATION (CONTD………)

ANNEXURE ‘B’

Physical Requirements (As per IS 4031) Chemical Requirements (As per IS 4032)
Compressive
Strength
Specific Surface Area(Sqm/Kg)

Lime saturation Factor (Ratio)


Initial setting time (Minutes)
Soundness by Auto Clave .
Soundness by Le Chatellar

Final setting time (Minutes)

Standard Consistency (%)

Almina lron Ratio (Ratio)

Sulphuric Anhydride (%)


Temp during testing 0C

Insoluble Residue (%)

Loss on ignition (%)

Magnesium (%)
03 Days (Mpa)

07 Days (Mpa)

28 Days (Mpa)

Chlorides (%)
Alkalies (%)
Rele-vant

IS
As per manu-
facturer’s test
certifi-cate

As per ran-
dom test
certifi-cate.

Remarks with signature Accepted/Rejected

Contractor Junior Engineer Engineer-in-charge Garrison Engineer

Remarks of BOO/Inspecting officer/CWE

* To be allotted serially by GE consignment wise


CA NO. GE / CHL / OF 2019-20 SERIAL PAGE NO.43

PARTICULAR SPECIFICATION (CONTD………)


Annexure – ‘C’

IN / OUT CEMENT REGISTER

Sl Date Cement IN Cement OUT Qty Signature Remark

Qty (in Cont- Qty (in Reas- Age of Contractor AGE /


bags) rol No Bags) ons* cement GE
(a) (b) (c) (d) (e) (f) (g) (h) (j) (k) (l)

*NOTE : The following reasons may be mentioned for taking out cement from store :-

For testing purpose

For use in work

Rejected cement taken out of site.

You might also like