You are on page 1of 56

CA No.

AGE (I)/MAN/ OF 2019-20 Serial Page No: 01

NAME OF WORK: “REPAIR/REPLACEMENT OF AC SHEET AND GI SHEET INSIDE


OLD PROJECT AREA AT 24 ED AF STN MANAURI”
CONTENTS

Ser
No. Description Page No.
1 2 3
1. Contents 01

2. Tender and item rate contracts for works by 02 to 12


measurement [IAFW–1779–A Revised 1955]
3. *General condition of contract IAFW–2249 [1989 13 to 65
Print] English and Hindi version including Errata
and amendment thereto
4. Special Conditions including material testing 66 to 78
5. Particular specification 79 to 100

6. *Schedule of minimum wages 101


7. Notice of tender [IAFW-2162] Including Appendix ‘A’ 102 to 107
to notice of tender and amendment thereof
8. Tender forwarding letter including Instructions to 108 to 112
tenderers
9. Errata/Amendments to tender documents
10. Relevant correspondence
11. Acceptance letter
12. Drawing : Nil Sheets

TOTAL PAGES

*These documents are not enclosed with the tender documents and can be seen in the
office of the AGE [I] Manauri during working hours.

Signature of Contractor AGE (I) MANAURI


Dated: ACCEPTING OFFICER
CA No. AGE (I)/MAN/ OF 2019-20 Serial Page No: 02

IN LIEU OF IAFW 1779-A (Revised 1955)


To be used in conjunction with
[General Conditions of Contracts IAFW-2249, 1989 print]
MILITARY ENGINEER SERVICES
REGISTERED/A/D
Tele: AF/5445 Military Engineer Services
Office of the AGE [I]
Manauri, Allahabad – 212212

No; 8741/ 03 /E 8 20 Nov 2019

TENDER FOR ITEM RATE CONTRACT FOR: “REPAIR/REPLACEMENT OF AC


SHEET AND GI SHEET INSIDE OLD PROJECT AREA AT 24 ED AF STN
MANAURI”
TENDER ID- 2019_MES_298868_1

1. Shri/S’Shri____________________________________________ of
______________________are / is hereby authorised to tender for the above work published on
the NIC website MES eprocuremental portal (www.defproc.gov.in). The quoted E-tender will be
submitted online by 12 Dec 2019 up to 1800 HRS. The E-tender technical bid (i.e. cover 1) shall
be opened at the office of the Asst Garrison Engineer [Indep] Manauri Allahabad-212212 on 17
Dec 2019, 1500 hrs.

All documents must be returned whether or not a tender has been submitted.

Any correspondence concerning this tender should 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 Contractor AGE [I] MANAURI


Dated: ACCEPTING OFFICER
Signature of Officer Issuing the Tender Documents
CA No. AGE (I)/MAN/ OF 2019-20 Serial Page No: 03
SCHEDULE ‘A’ NOTES
NAME OF WORK:- REPAIR/REPLACEMENT OF AC SHEET AND GI SHEET INSIDE
OLD PROJECT AREA AT 24 ED AF STN MANAURI.
UNIT RATE:
1. The contractor shall calculate his own details and insert rate in column No. 6 and extend amount
in column No. 7 against each item of Schedule ‘A’. The aforesaid unit rates shall be based on the
description of items in Schedule ‘A’ and as detailed in specifications attached herewith. It is an
express condition of this contract that the work shall be deemed to include for the full entire and
final completion of items of work in accordance with the provision of this contract. The Government
will not entertain any claim whatsoever on account of inaccuracies / misunderstanding if any, in
the aforesaid item.

2. Tenderer rates shall be deemed to include for the provision of all materials, operation & specific
requirement, detailed in the particulars specifications, irrespective of whether these appear as
specific item or not in schedule ‘A’ The contractor shall not be paid any extra for the same.

3. The quantities shown in column No. 5 are approximate and are inserted for guidance only. They
shall however not be varied beyond the limits laid down in the condition No. 7 of IAFW-2249
[General Conditions of the contracts].

4. The rates in column No. 6 are to be filled by the tenderer both in figures as well as in words. The
tenderer shall fill in the amount in column No. 7 based on rates and quantity.

5. Total amount in column 7 is not firm but will be treated as the contract sum referred in
IAFW-2249.

6. Unit rates quoted by the contractor shall be deemed to include for any minor constructional details
which are obviously and fairly intended and which may not have been specified in the particular
specification but which are essential for the execution of work and services in workmen like
manner, sound construction and established Engineering practice.

7. In case of difference of opinion as to whether or not a certain item of work constitutes Minor extras
and constructional details the decision of the accepting officer shall be final conclusive and
binding.

8. PERIOD OF COMPLETION
The time for completion of entire work is 182 days from the date of handing over site.
9. Work lies in restricted area.

10. Unless otherwise specifically mentioned the unit rates for various items shall be deemed to include
cost of materials and labour and/or supplying and fixing complete and shall include Sale Tax,
Octroi, excise duty and all other type of duties/taxes etc.

11. The unit rate quoted by the tenderer in Col 6 shall be “Net” Inclusive of all charges such as Goods
and Service tax, sales taxes of all kinds and description including sales tax on work contract tax,
Insurance, Octroi, Excise duty, customs duty, VAT, packing and unpacking charges, transport and
delivery, over heads profits and any other labour welfare cess tax etc Income tax/ sales tax and
labour welfare cess tax if any shall be deducted at source from contractors RAR’s and final bill. Any
tax coming in to force consequent to any fresh law or statutory rules or orders before receipt of
tender documents shall also be applicable for this contract.

12. Descriptions of item given in Schedule ‘A’ are brief. These are deemed to be amplified and read in
conjunction with special condition particular specification of materials and workmanship and
condition given in relevant section of SSR Part I [Specification] & Part II [Rates].

13. All demolished/dismantled material other than indicated in Schedule of credit shall become
Government property and shall be removed by contractor to store yard of AGE [I] Manauri without
any extra cost to Government. Old material will not be re-used in the work unless specifically
enumerated in Schedule ‘A’, rubbish [if any] received shall be thrown away in low lying area as
directed by Engineer-in-Charge without any extra cost to Government.

14. If any additional unforeseen item is required in addition as specified in Schedule ‘A’ the same shall
be priced at par SSR-2010 [Part–II] subject to approval of Accepting Officer. No Additional claim
shall be admissible. Any other items which is not applicable on SSR shall be priced as per condition
62 [G] of IAFW-2249.

Contd. /.
CA No. AGE (I)/MAN/ OF 2019-20 Serial Page No: 04 to 08

BOQ SER PAGE NO 04 to 08


CA No. AGE (I)/MAN/ OF 2019-20 Serial Page N0: 09
[SCHEDULE OF CREDIT]
NAME OF WORK:- REPAIR/REPLACEMENT OF AC SHEET AND GI SHEET INSIDE
OLD PROJECT AREA AT 24 ED AF STN MANAURI.
1. Quantity given in column 4 for all the items is provisional. Exact quantity shall
be measured after demolition/dismantling of concerned items.
2. Unit rates indicated under Col 5 are assessed by the department. The tenderer is
deemed to have ascertained the condition of materials at site, the rate for credit in no case
shall be less than the rate assessed by the department. The rate quoted by the tenderer and
assessed by the department whichever is more shall form part of this Schedule.
3. Material other than given in Credit Schedule shall become Government
Property and removed to store yard of AGE [I] Manauri without any extra cost:-

Rate assessed by Rk
Ser Description of items Unit Qty department s
No. Rate Amount
Rs. Rs.
1 2 3 4 5 6 7
1 Old materials obtained from serial item No. Sqm 790 30.00 23700.00
01
2 Old materials obtained from serial item No. Sqm 20 30.00 600.00
07
3 Old scrap iron obtained from serial item No. Kg 200 15.00 3000.00
09
4 Old scrap wood obtained from serial item No. Cum 01 5000.00 5000.00
14
5 Old ceiling board obtained from serial item Sqm 100 20.00 2000.00
No. 16
6 Old brick work obtained from serial item No. Cum 4.50 300.00 1350.00
24
35,650.00
TOTAL CREDIT RS.

Signature of Contractor AGE (I) MANAURI


Dated: ACCEPTING OFFICER
CA No. AGE (I)/MAN/ OF 2019-20 Serial Page No. 10

SCHEDULE ‘B’

ISSUE OF MATERIALS TO THE CONTRACTOR


(See condition 10 of IAFW-2249)

Ser Rate at which materials Place of Remarks


No Particulars etc will be issued to the issued (by
contractor Name)
Unit Rate Rs.
1 2 3 4 5 6

_____Nil______

SCHEDULE ‘C’

ISSUE OF TOOLS AND PLANTS (OTHER THAN TRANSPORT)


WHICH WILL BE HIRED TO THE CONTRACTOR
(See condition 15, 34 & 35 of IAFW-2249)

Ser Qty Particulars Details of Hire charges Stand by Place of Rema


No. MES Crew, per unit per charges per issue by rks
supplied working day unit per off Name
(Rs) day (Rs]
1 2 3 4 5 6 7 8

_____Nil______

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR


(SEE CONDITION 16 AND 35 OF IAFW-2249)

Quantity Particulars Rate per unit Place of issue Remarks


per working day by Name
1 2 3 4 5

_____Nil______

Signature of contractor AGE [I] Manauri


Dated _______________ Accepting Officer
CA No. AGE (I)/MAN/ OF 2019-20 Serial Page No: 11

TENDER
To,
The President of India,
Having examined and perused the following documents:-

1. Particular Specifications signed by Asst Garrison Engineer [I] Manauri.

2. Drawings detailed in the list of drawings/Specifications.

3. Schedule ‘A’, ‘B’ ‘C’ & ‘D’ attached herewith.

4. MES Standard Schedule of rates 2009 [Part–I] Specifications together


amendments No. 1(a), 1(b),2 and 3 and MES Standard Schedule of Rates 2010
Part II [Rates] here-in-after referred to as the MES Schedule together with Errata
No. 01 to 59 of SSR 2010 Part–II, [as applicable].

5. General Conditions of Contracts IAFW-2249 [1989 Print] [Hindi & English version]
together with Errata No. 01 to 20 and amendments No. 01 to 48.

6. *Water Condition 31 of IAFW-2249, General Condition of Contracts.


Water will be supplied by the MES on payment @ Rs. 3.75 per every
thousand rupees worth of work done priced at contract rates.

7. Should this tender be accepted I/We agree.

**[a] That the sum of Rs. 17000.00 [Rupee Seventeen thousand only] forwarded
as earnest money shall either be retained as a part of security deposit or refunded
by the Government on receipt of the appropriate amount of security deposit all as
per condition 22 of IAFW-2249.

[b] To execute all the works referred to in the said documents upon the terms
and conditions contained or referred to therein or at the item rate contained in the
aforesaid Schedule ‘A’ and such others rates as may be fixed under the provision
of condition 62 of IAFW-2249 and to carry out such deviations as may be
ordered vide condition 7 of IAFW-2249, up to a maximum of 20% [Twenty
percent] and further agree to refer all disputes as required by condition 70 of
IAFW-2249 to the Sole Arbitration of a serving Officer having degree in
Engineering or Equivalent or having passed final/direct final Examination in Sub
Division II of the Institute of Surveyors [India] recognized by Government of India
to be appointed by the Chief Engineer [AF] Vayusena Nagar Nagpur or in his
absence by the Officer Officiating as Chief Engineer [AF] Vayusena Nagar Nagpur
whose decision shall be final, conclusive and binding.

*/** To be deleted where not applicable


Contd. /.
CA No. AGE (I)/MAN/ OF 2019-20 Serial Page No: 12

Signature __________________________ in capacity of ____________________________________

Name __________________________________ duly authorized to sign the tender for and

on behalf of M/s ______________________________________ [IN BLOCK LETTERS]

Dated _____________________________

Postal Address ______________________________

_______________________________

Telephone No. ______________________________

ACCEPTANCE

____________ Alterations have been made in this document and as evidence that these
alterations were made before the execution of the contract Agreement; these have been
initialed by the contractor and Sh Prabhat Kumar Singh, AEE (Civ), AGE [I] Manauri.

The above tender was accepted by me on behalf of the President of India at the
item rate contained in Schedule 'A'

On the date ___________________day of ______________________ 20____.

Dated ________________________ day of ______________________ 20_____.

Signature:
Appointment: Asst Garrison Engineer [Independent]
Office : AGE [I] Manauri, Allahabad
[For and on behalf of the President of India]
CA No. AGE (I)/MAN/ OF 2019-20 Serial Page No: 13 to 65

GENERAL CONDITIONS OF CONTRACTS [IAFW – 2249 [1989 PRINT]


FOR
MEASUREMENT CONTRACTS [IAFW - 1779 & 1779-A] & LUMP SUM CONTRACT
BASE ON [IAFW – 2159]

1. It is hereby agreed by *me/us that the General Conditions of Contract


including Condition 70 pertaining to settlement of disputes by Arbitration
[IAFW-2249, 1989 Print] containing 33 pages [Serial Page No.13 to 45] with
errata No. 01 to 20 containing two pages [Serial Page No. 46 to 47] and
amendment No. 01 to 17 containing 05 pages [Serial Page No. 48 to 52] and
amendment 18 to 40 issued by MOD vide letter No PC-1 to 33487/IAFW
2249/R/01/2011/D (works-II) dated 24 Mar 2015 containing thirteen pages
[Serial Page No. 53 to 65] for English version only forms part of the contract,
though not enclosed with the tender documents, form part of the tender.

2. The tender submitted by *me/us is subject to the aforesaid General


Conditions of contract i.e. IAFW-2249, a copy of which has been supplied to
*me/us and is in my/our possession and which *I/we have read and understood
before submission of tender.

3. *My/our signature hereunder is deemed to be *my/our having signed the


aforesaid General Conditions of contract together with errata and amendments
(IAFW-2249 1989 Print) forming part of this tender.

*To be deleted whichever is not applicable.


Note - In case of difference in interpretations due to wordings of English and
Hindi version of the General Conditions of Contracts IAFW – 2249 [1989 Print],
the English version will prevail.

Signature of Contractor AGE [I] MANAURI


Dated: ACCEPTING OFFICER
CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page No. 66

SPECIAL CONDITIONS
1. GENERAL
1.1 General rules, preambles, special conditions, method of measurements etc. specified in
the MES Schedule shall form part of this contract.

1.2 The following special conditions shall be read in conjunction with General Conditions of
contracts IAFW-2249 [1989 Print] including errata and amendments thereto.

1.3 If any provision in these special conditions is a variance with the provisions of
IAFW-2249, provisions of these special conditions shall be deemed to take precedence
there over.

1.3.1 The work shall be carried out as mentioned in Schedule ‘A’ described in the special
conditions and particular specifications , shown on drawings including note thereon and
the specifications given in the MES Schedules 2009 [Part I].

1.4 General specifications referred to in conditions 6A of IAFW-2249 means the specifications


in the MES Schedule 2009 [Part I] General specifications refer at prices, additional
payment for certain operations specified therein. The operations shall be carried out as
specified in MES Schedule for mentioned hereinafter but no additional payment shall be
admissible on this account and the contractor’s tendered rates will be deemed to be
included for all such contingencies. In case of difference on this issue, the decision of the
accepting officer shall be final and binding.

2. VISIT TO SITES
2.1 The tenderer is advised to inspect the site by appointment with the Garrison Engineer to
ascertain the nature of site, access thereto, local facilities for procurement of materials,
working hours and labour rates prevalent in the area, in fact all matter affecting this price
in the tender for execution and completion of the work. The tenderer shall be deemed to
have full knowledge of the sites whether or not be actually visits there. Nothing extra on
this account will be entertained.

2.2 For purpose of collection of materials and the execution of the work the site will be
considered as located in “RESTRICTED AREA.”

3. EMPLOYMENT OF PERSONNEL
3.1 The contract shall employ only Indian National, as his representative, servants and
workman after verifying their antecedents and loyalty. He shall ensure that no person of
doubtful antecedents and nationality is in any way associated with the work. If for reasons
of technical collaboration or other consideration, the employment of a foreign national is
unavoidable, the contractor shall furnish full particulars to this effect to the Accepting
Officer at the time of submission of tender as a proof that the contractor has employed
only Indian National, he shall render a certificate to the Garrison Engineer within one
month from the date of acceptance of tender to this effect. In case the Garrison Engineer
desires, contractor will have the police verification of personnel employed by them.

3.2 The Garrison Engineer shall have full power, and without giving any reason to the
contractor immediately to cease to employing labour from the date of acceptance of tender
to this effect. In connection with this contract any agent, servant, employed and whose
continued employment in his opinion is un-desirable shall be removed from site. The
contractor shall not be allowed any compensation on this account.

3.3 The Engineer-in-Charge at his discretion has the right to issue passes, as per rules and
regulations of the installations are in force to control admission of the contractor, his
agents employee and work people to the site of the work or any part thereof passes shall
be returned at any time on demand by the Engineer-in-Charge or the authorized person
concerned and in any case on completion of work.
Contd. /.
CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page No. 67

SPECIAL CONDITIONS [Contd. /.]

3.4 The contractor and his agents, employees and work people shall observed all the rules
promulgated by the authority controlling the installation/area in which work is to be
carried out and prohibited of smoking and lighting, fire precautions, search of person on
entry and exist, keeping to specific routs, observed specified timings etc. nothing extra
shall be admissible for any man hours etc. lost on this account.

3.5 The contractor’s attention is also drawn to condition 25 of IAFW-2249 in this connection.

4. SECURITY OF CLASSIFIED DOCUMENTS.


4.1 Contractor’s special attention is drawn to condition 2A & 3 of IAFW-2249 General
Conditions of Contract. The contractor shall not communicate any classified information
regarding the work either to one contractor or others without the prior approval of the
Engineer-in-Charge. The contractor shall also not make copies of the designs/drawings
and other documents furnished to him in respect of work and he shall return all
documents on completion of work and earlier or on determination of the contract. The
contractor along with the final bill attached receipt from the Engineer-in-Charge in respect
of his having returned classified documents as per condition 3 of IAFW-2249. [General
Conditions of contracts].

5. OFFICIAL SECRET ACT


5.1 The contractor shall be bound by the official secret act particularly section 5 thereon.

6. CO-OPERATION WITH OTHER AGENCY


6.1 The contractor shall permit full access and generally afford reasonable facilities to other
agencies or departmental workmen engaged by Govt. to carryout their part of work. If any
under separate arrangement in the area.

6.2 The contractor’s prices shall be deemed to cover for all the above contingencies and
nothing extra, whatsoever shall be admissible to him on this account.

7. ROYALTIES
7.1 Condition 14 IAFW-2249 [General Conditions of Contracts] shall be deemed to have been
deleted in toto and inserted blank in lieu.

8. MINOR DETAILS OF CONSTRUCTION


The rates quoted by the contractor shall be deemed to allow for all minor extra and
constructional details which may not have been specifically mentioned but are essential to
the execution of work and services in workman like manner, sound construction and
established engineer practice. Details of such items not specifically shown on drawings/
specified shall be furnished during currency of work. In case of difference of opinion
between contractor and engineer-in-charge as to whether or not a certain items of work
constitute minor extra and constructional details which is deemed to have been included
in the contractor’s tendered rates, the decision of the Accepting Officer shall be final,
conclusive and binding.

9. SIGNING OF CONTRACT AGREEMENT


The person, signing tender on behalf of another or on behalf of firm shall attach with the
tender proper power of attorney duly executed in his favour by such other person[s] or by
all partners stating that he has authority to sign such other person of the firm, as the case
may be in all matters pertaining to the contract including the arbitration clauses.

10. PERIOD OF KEEPING TENDER OPEN


The tender shall remain open for acceptance for period of 60 [Sixty] days from the date
specified for its submission.
Contd. /.
CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page No. 68

SPECIAL CONDITIONS [Contd. /.]

11. CONSUMPTION OF CEMENT


For purpose of keeping a record of cement issued and consumed in work, the contractor
shall maintain a pucca bound register in the form approved by the Engineer-in-Charge
showing daily receipts from MES, quantity used in works and balance in hand. The
register shall be signed daily by the contractor’s representative and Engineer-in-Charge in
token of their verifications of its correctness. This check will not however, absolve the
contractor of his responsibility to justify the consumption of cement at the time of
finalisation of his accounts.

The Register shall be kept at site in the safe custody of the contractor during progress of
the work and he shall be demand produce the same for verification of inspecting officer.
On completion of the work, cement register shall be handed over to the Engineer-in-
Charge for record with MES.

12. MATERIALS AND SAMPLES


Materials provided by the contractor for incorporation in the work shall unless otherwise
specified in the particular specifications comply with the requirements of the relevant
Indian Standard (ISI) of the year of publication [edition] as his own discretion provide and
incorporate in the work. Such materials complying with the requirements of any
corresponding subsequently amended revised edition of IS without any adjustment in the
contract sum/tendered rates.

The contractor shall produce samples of all materials, articles fittings, accessories etc.
that he proposes to use and get it approved in writing by the Garrison Engineer. The
materials articles etc. as approved shall be signed by Engineer-in-Charge and contractor’s
representative. These samples shall be kept in the custody of the Asst Garrison Engineer/
Engineer-in-Charge.

The brand of all materials, articles, fittings etc. approved together with names of the
manufactures and firms from which samples have been arranged, shall be recorded in the
work passing register.

13. RECORD OF MATERIALS


The quantity of materials such as paints, water proofing compound chemicals for
antitermite treatment and the like as directed by the Engineer-in-Charge (the quantity of
which can not be checked after incorporating in the work) shall be entered in MB.

Materials brought at site shall be stacked as directed by the Engineer-in-Charge and those
already recorded in measurement book shall be suitably marked for identification.

The contractor shall on demand; produce to GE original receipt voucher/invoices in


respect of the supplies, vouchers/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 container packing, bearing manufacturers
marking except in the case of the requirement of materials being less than smallest
packing.

Contd. /.
CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page No. 69

SPECIAL CONDITIONS [Contd. /.]

Contractor shall produce voucher from the manufacturers and or their authorized agents
for the full quantity of the following materials as applicable as a pre-requisite before
submitting claims for payment for advances on account of the work done and /or
materials collected in accordance with condition 64 of General Conditions of contract
IAFW-2249.
a) Water proofing compound.
b) Paints, distempers and cement base paint.
c) Chemicals for antitermite treatment
d) Cast Iron pipe and fittings.
e) Sanitary fittings
f) Steel Window/Ventilators
g) Factory made doors shutters
h) Floor/wall tiles.
j) Tarfelt/bituminous products
k) Builders Hardware
l) Salt glazed stone ware pipes
m) Electricals & water supply fittings/fixtures/equipments where names of
manufacturers/brands are specified or approved.
n) Cables.

14. LAND AND LABOUR ACCOMMODATION AND STORES AND WORSHIP ETC.
14.1 The contractor will not be allowed to quarry in MD lank.
14.2 The contractor will be allowed to use defence land as marked on the site plan for storage
of materials and workshop etc. free of charge. However, no lank will be allotted to
contractor for his labour/labour camp/canteen for which the contractor shall make his
own arrangement at his own expenses.

15. LABOUR REGULATION AND ABOLITIATION ACT


15.1 Contract labour regulation and abolition act 1970 is applicable to MES contracts. Rates
quoted by the tenderer 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.

15.2 Reference condition 58 of IAFW-2249. The contractor shall not pay wages lower than
minimum wages payable as mentioned.

16. WATER
16.1 Reference condition 31 of General Conditions of contract IAFW-2249 water will be
supplied by the MES to the contractor on payment at the point marked on the layout plan
or as decided by contractor before submission of tender. The contractor shall make
arrangement for the conveyance and storage of water required for the work and for his
labour/workman necessary, at this own expenses.

16.2 The supply of water may not be continuous. The contractor shall be deemed to have
ascertained the hours of availability of water before submitting his tender. MES do not
guarantee for the output of water supply or breakdown in the system. If the supply is not
sufficient the contractor shall make his own arrangement to supply water at his own cost.

16.3 If the contractor desires to make his own arrangements for supply of water/supplement
on the MES supply of water required for the work and his labour workers employed on the
work by way of digging/boring tube well or hand pump on Defence lank at the site of
works, he will be allowed to do at his own expenses and without any extra cost to the
Govt. the pump and other connected items such as pipes etc. required for the same shall
be procured by the contractor under his own arrangements. No changes will be levied for
allowing the contractor to dig the tube will /hand pump on the Defence Land.
Contd. /.
CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page No. 70

SPECIAL CONDITIONS [Contd. /.]

16.4 Where the contractor arrange water under his own resources by way of digging/boring
tube well or hand pump or otherwise will be ensured by him that the water is free from
injurious quantities of acid, alcohols, salts, oil, organic, matter or other impurities
specified in the relevant IS, is clean potable and suitable for mixing concrete and mortar,
for washing aggregate and for curing concrete and plaster. In such cases water shall be
got tested under contractor’s own arrangements from Government approved test
laboratories and the test report shall be kept on GE’s records.

16.5 On completion of the work the contractor shall remove the pump and fitting installed, fill
up the hole and make good the side as directed by the Engineer-in-Charge.

16.6 The contractor at the time of submission of his tender shall exercise his option for making
his own arrangement of buying water from MES. In case the contractor does not exercise
his option, it will be presumed that he will be buying water from MES.

16.7 In the event contractor makes his own arrangement for supply of water in addition to
buying water from MES, recovery at stipulated rate will be make for the entire work.

17. STANDARD OF WORKMANHIP


17.1.1 To determine the acceptable standard of workmanship, the Garrison Engineer may order
to the contractor to execute certain typical portion of works and services such as some
length of brick wall pieces of different types of floors, plaster glazing painting sanitary and
electrical fittings, plumbing etc. under strict and instant supervision of MES staff and
these work as guiding samples so that further works may be executed to conform to these
samples.

18. TAXES ETC


The rates and amount quoted by the contractor are deemed to include all taxes like/
tax/trade tax, octroi etc. and nothing extra shall be paid to the contractor on this account.

19. MINIMUM WAGES/FAIR WAGES


Minimum wages/fair wages schedule though forming part of the tender shall be deemed to
be superseded by revised schedule, if any, issued by the Govt. before receipt of tender
irrespective of those are indicated on this account at any stage shall be admissible to
contractor. The tenderer shall be deemed to have noticed and have the knowledge of the
same by consulting the labour enforcement authorities.

20. SAFETY TO AVOID FLYING HAZARDS


The contractor’s special attention is invited to the fact that the work against this contract
is to be done in the “RESTRICTED AREA’ contractor shall abide by the instructions of the
Engineer-in-Charge with regard of movement of the personnel, tools, plants and
machinery etc. in the interest of safety and reducing hazards, the contractor shall follow
routes for transport, machinery tools and plants and workman etc. as directed by the
Engineer-in-Charge. The contractor wherever emergency arises may be required to remove
immediately his workmen, tools and plants etc. from the site in the interest of flying
safety. The contractor will allow for these contingencies in his quoted prices and no claim
or compensation on account of man hours lost for any causes whatsoever shall be
entertained.

Contd. /.
CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page No. 71

SPECIAL CONDITIONS [Contd. /.]

21. CONDITIONS FOR WORKING IN RESTRICTED AREA


21.1 DEFINITION: Restricted area [s] for the purpose of this contract means area(s) declared as
such by the authority concerned.

21.2 VISIT TO SITE WITHIN RESTRICTED AREA


Permission to enter in the restricted area (s) at the time of submission of tender can be
obtained through the GE. Tenderers are advised to send prior intimation to the GE about
the particular of their agents/representatives etc. if any, the date and time of their visit so
that necessary arrangements may be made by him to secure admission. Whether the
tenderer visits the site or not shall be deemed to have full knowledge of the restricted area
entering into exist from and working where the restricted area [s] nothing extra at later
stage will be entertained.

21.3 ENTERANCE AND EXIST :


The contractor, his agents, representative workmen etc. and his materials, carts, trucks or
other means of transport etc. will be allowed to enter through and leave from only such
gate or gates as the authorities in charge of the restricted area may, at their sole
discretion, permit to be used, Contractors authorized representative are required to be
present at the gates of entry and exists for the purpose of identifying their carts, trucks
etc. to the personnel in charge of the security of the restricted area.

21.4 IDENTITY CARDS OR PASSES


The contractor his agents and representative are required individually to be in possession
of an identity card or pass duly verified by authorities concerned. The card or pass will be
examined by security staff art the time of entry into or exist from their restricted area and
also at number of times inside the restricted area.

21.5 IDENTITY OF WORKMAN


Every workman shall be in possession of an Identity Card. The identity cards shall be
issued after investigation of the antecedents of the labours through the contractor in the
area in accordance with the standing rules and regulations of area in the conduct and
action of his workman, agents or representative.
21.6 SEARCH :
Through search of all persons and transport shall be carried out at each gate and as many
times as a gate is used for entry or exists and may/also be carried out at any time or any
number of times at the work site within the restricted area.

21.7 WORKING HOURS :


In the restricted area usually work shall be carried out during 6 days in a week and
remain closed on the seventh day. The contractor and his workman shall be allowed to
work from 0800 hrs to 1700 hrs on all days except Sunday and other non working days.
The working hours available to contractor’s labour and staff are however, superficially
reduced because of time taken in security checks enforced at the time of entry, exist and
during working hours, which may be taken into account of working days/non working
days observed for the restricted area(s) where works are to be carried out shall be deemed
to have been ascertained by the tenderer before submitting the tender. The definition of
the working days given in the Conditions 1 (i) in IAFW-2249 is deemed to be modified as
mentioned above. Contractor may set up his office’s workshop outside the restricted area
where there will be no restriction on his working hours.

21.8 WORK ON HOLIDAYS [NON WORKING DAYS]


The contractor shall not carryout any work in the holidays (non working days) except
when he is specially authorized in writing to do so by the GE. The contractor, his agent,
representative, workman etc. may use of canteen and lavatories of restricted area. The
contractor shall build canteens and laboratories for his staff and workman within the
premises of [Restricted area].
Contd. /.
CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page No. 72

SPECIAL CONDITIONS [Contd. /.]

21.9 RETURN OF PASSES/IDENTITY CARDS AFTER COMPLETION OF WORK


All identity cards or passes shall be returned by the contractor to restricted area
authorities after completion of work.

21.10 ACCEES TO RESTRICTED AREA AFTER COMPLETION OF WORK


After the work are completed and surplus stores etc. removed by the contractor, his
agents, representatives or workmen etc. are not be allowed any access to the restricted
areas except for attending the rectification of the defects pointed out to his by Asst
Garrison Engineer.

22. FIRE PRECAUTIONS


i) The contractor, his agents, representatives workmen etc. shall strictly observed the
orders pertaining to firm precautions prevailing within the restricted area [s].
ii) Motor transport, vehicle entering the restricted area [s] shall be fitted with
serviceable fire extinguishers.

23. EMPLOYMENT OF FEMALE LABOURS


If the contractor desires to employ female labours on work to be carried out inside the
restricted area and female searcher is not borne on the authorized strength of the
restricted area authority at the tine of submission of the tender he shall be deemed to
have allowed in his tender for pay and allowances etc. for a female searcher [Class IV
Group ‘D’] servant calculated for the period. Female labour is employed by him inside the
area and this amount on payment shall be reimbursed to the restricted area authority by
the contractor. If more than one contractor employs female labour during any month and
female searcher [s] has have to be employed in addition to the authorized strength on the
restricted area, the salary and allowances paid to the additional female searcher shall be
distributed in the equitable basis between the contractors employing female labours
taking into consideration the value and period of completion of their contractors. The GE’s
decision in this regard to the amount recoverable on this account from any contractor
shall be final and binding.

24. VALUATION OF DEVIATIONS


[a]. Refer condition 62 [Valuation of deviation of IAFW-2249].
[b]. Deviation for all parts of Schedule ‘A’ shall be priced as per condition 62 (b) of
IAFW-2249. The rates shall be subject to addition/deduction [as the case may be]
of the percentage inserted by the tenderer in General Summary.

25. ACCEPTANCE QUALITY OF WORK AND FINISHES


To determine the acceptable standard of workmanship, under closer supervisor, of the
Engineer-in-Charge and shall be got approved from the GE. The workmanship of various
trades and finishes of this work shall be as per approval of GE.

26. SECURITY AGAINST LOSS OR DAMAGE:


The contractor shall furnish to the Engineer-in-Charge every morning distribution return
his plant/equipments deployed on the site of work stating the following particulars:-

i) Particulars of plants/equipments, their make, manufacturers Model No. if any,


registration No. if any, capacity, year of manufacturer and year of purchase etc.
ii) Total No. (Quantity) on site of work.
iii) Location, indication No., quantity at each location of site of work.
(iv) Purchase value of the date of purchase, for the purpose of the condition,
plant/equipment, shall be given, vehicles No of truck and lorries but neither the
workman’s tools nor any manually spared tools, equipments. The Engineer-in-
Charge shall record the particulars supplied by the contractor in the works record
the particulars supplied by the contractor in the works diary and send the return
to the GE for record in his office.
Contd. /.
CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page No. 73

SPECIAL CONDITIONS [Contd. /.]

27. RELEASE OF ADDITIONAL SECURITY DEPOSIT

27.1 Refer condition 22 and 68 of IAFW-2249. The contractor, in case he has to deposit
additional security for the contract is advised to deposit additional security for the
contract is advised to deposit the additional security in two equal parts so as to facilitate
its release in accordance with condition 68 of IAFW-2249.

28. ELECTRIC SUPPLY


In case the contractor desires to buy electricity from the MES and the same is available for
supply with the department, he shall be charged @ Rs. 7.19 Per Unit for light and
power.
NOTE: - The aforesaid rates are exclusive of the duty levied by local state Govt.
(Electric energy, Duties and/or taxes if any, levied by State Govt. or any electricity and
undertaking and like to the electricity charges will be borned by the department.

28.1 Electric supply required for works shall be made available by MES at the point (s) to be
ascertained from the GE by the contractor. The main switch and KWH Meter to register
supply shall be provided and installed by the MES. Contractor shall provide all necessary
connection, cables fittings, etc from the main switch in order to ensure a proper and
suitable supply of electricity for the execution of works.

28.2 MES does not guarantee for availability/continuity of full qty of electricity as required/
demanded by the contractor when the electricity shall be supplied to the extent available
with the department. No compensation what-so-ever shall be allowed for non supply of
Electricity.

29. CO-OPERATION WITH OTHER AGENCIES


29.1 The contractor is required to work in close co-operation and he shall permit from access
and generally afford reasonable facilities to other agencies or departmental workmen, etc.
working in the same area which may operate hereinafter during currency of the contract.

30. TIME AND PROGRES CHART


30.1 The time and progress chart to be prepared as per condition 11 of IAFW-2249 [General
Conditions of Contracts] showing various activities, this chart shall be signed by
Contractor & Engineer-in-Charge.
31 SPECIAL CONDITION FOR CONCILIATION

31.1 The following disputes between the parties to the contract shall after written notice by
either party to the contract be referred to the “Sole conciliator”. This is an serving officer
not below the rank of superintending Engineer / Superintending Engineer (QS&C) 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 the Engineer in Chief, Army Head Quarters, New Delhi or in his absence the officer
officiating as Engineer in chief or Director General of works specifically delegated by the
Engineer in chief.

31.2 The scope of conciliation shall be restricted to the following types of disputes with
financial limits as Rs. 2.00 lacs (Rupees two lacs only) for each claim in dispute.

a) Disputes relating to levy of compensation for delay in completion.


b) Disputes relating to technical examination of works.
c) Disputes relating to interpretation of the provisions of the contract with reference
to their application to parties.
d) Disputes relating to non return of schedule “B” stores over issued to the
contractor.
e) Any other dispute having fair chances of being resolved by conciliation and
consider fit to be referred to conciliation by the parties.
CA NO. AGE (I)/MAN/ 65 OF 2016-2017 Serial Page No. 74

SPECIAL CONDITIONS [Contd. /.]

31.3 If the other party rejects the invitation, there will be no conciliation proceedings. If the
party initiating conciliation does not receive a reply within 30 days from the date on which
he sends or within such other periods of time as specified in the invitation, he may elect to
treat this as a rejection of the invitation to conciliate and if he so elects, he shall inform in
writing the other party accordingly.

44.4 The party initiating conciliation shall send to the other party a written invitation to
conciliate, briefly identifying the subject of the dispute. The conciliation proceedings shall
commence when the other party accepts in writing the invitation to conciliate.
31.5. If the conciliator so appointed resigns his appointment or vacates his office or is unable or
unwilling to act due to any reason whatsoever, the authority appointing him may appoint
a new Conciliator to act in his place.
31.6. The parties shall not initiate during the conciliation proceedings in respect of a dispute
that is the subject matter of conciliation proceedings except that a party may initiate
arbitral or judicial proceedings where in his opinion such proceedings are necessary for
preserving his rights. The failure of conciliation shall in no way absolve the right of the
parties to invoke arbitration for the disputes referred to for the conciliation.
31.7. The conciliation proceedings shall be governed as per the Arbitration and Conciliation Act
1996.
31.8 The settlement agreement signed by the parties as a result of conciliation proceedings
shall have the same status and effect as it is an arbitral award on agreed terms.
32. BLASTING
32.1 Blasting in any form is prohibited.
33. SITE DOCUMENTS
33.1 In addition to the site documents which are normally maintained for works , the following
additional documents (as applicable for this work) shall be maintained at site and signed
by GE / his authorised representative and the Contractor :-

a. Mix design for quality concrete


b. Sieve analysis and silt test of sand
c. Sieve analysis of stone aggregates of different sizes
d. Water absorption test of stone aggregates of different sizes
e. Impact value of stone aggregates of different sizes
f. Crushing value of stone aggregates of different sizes
g. Flakiness index of stone aggregates of different sizes.
h. Daily work / test records
i. Test record/Register of materials daily arrived at site
j. Materials approved register/test records
k. Aggregate abrasion value register/test records
l. Cement consumption register/test records
m. Test record/Register for soundness test
n. Test record/Register for clay, silt and impurities in aggregate test.
o. Cube testing register/test records

34. OFFICIAL SECRET ACT


In reference to condition 2 A of General Conditions of Contracts IAFW-2249, the
contractor shall be bound by the Indian Official Secret Act-1923 and particularly section 5
thereof.
35. CLEANING OF SITE
35.1 The contractor shall clean all floors, remove cement/lime/paint drops, clean joinery, and
glass etc. touch up all painters’ work and carry out all other necessary items or work to
make the premises clean and tidy before handing over the buildings.
CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page No. 75

SPECIAL CONDITIONS [Contd. /.]

36. Re-imbursement/refund on variation in “taxes directly related to Contract value”


(a) The rates quoted by the Contractor shall be deemed to be inclusive of all taxes
[including Goods and service tax, 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 & othwer levies, and or
imposition/abolition of any new/existing taxes, duties, Royalties, Octroi & other levied
shall be made except as provided in sub para (b) here-in-below.

[i] The taxes which are levied by Government at certain percentage rates of contract
sum/amount shall be termed as “taxes directly related to contract value” such as Goods
and service tax,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 any decrease in percentage rates of taxes
directly related to contract tenders shall be refunded by the contractor to the
Government/ deducted by the Government from any payments due to the contractor.
Similarly imposition of any new “taxes directly related to contract value” after the last due
date for receipt of tenders shall be reimbursed to the contractor and abolition of any”:
taxes directly related to contract value’ prevailing on last due date for receipt of tenders
shall be refunded by the contractor to the Government /deducted by the Government from
the payments due to the contractor.

[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 pursuant 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, in
formations as the GE may require.

[iii] The contractor shall, for the purpose of the condition keep such books of account
and other documents as are necessary and shall allow inspection of the same by a duly
authorized representative of Government, and shall further, at the request of the GE
furnish, verified in such a manner as the GE may require, any documents so kept and
such other information’s 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 contactor necessarily and
properly pays additional “taxes directly related to contract value” to the
Government, without getting the same adjusted against any other tax liability or
without getting the same refunded from the concerned Government Authority and
submits documentary proof for the same as the AGE may require.
CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page No. 76
SPECIAL CONDITIONS [Contd. /.]

37. PERFORMANCE SECURITY DEPOSIT


37.1 Within 28 days of receipt of the letter of Acceptance, the successful contractor shall deliver
to the Accepting Officer a Performance security in any of the forms such as Bank guarantee in the
prescribed form OR Govt securities, FDR or any other Govt Instructions stipulated by the
Accepting Officer for an amount equivalent to 5% of contract sum.
37.2 If the performance security is provided by the successful contractor 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.
37.3 Failure of the successful contractor to comply with the requirements as stipulated above
shall constitute sufficient grounds for CANCEELATION of the award of work and forfeiture of the
Earnest Money. In case of MES enlisted contractor amount equal to the earnest money stipulated
in the Notice Inviting Tender, shall be notified to the tenderer for depositing the amount through
MRO. Bids of the such bidder shall remain suspended till the aforesaid amount equal to the
Earnest Money is deposited in Government Treasury.
37.4 All compensation or other sums of money payable by the contractor to the Govt under the
terms of this contract or under any other contract with Govt may be deducted from, or paid by
the 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 Govt on any account
whatsoever and in the event of his Performance security being reduced by reason of any such
deduction, or sale as aforesaid, the contractor shall within 10 (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.
37.5 Govt shall not be responsible for any loss of securities or any depreciation in the value of
securities while in tgheir charge nor for loss of interest thereon.
37.6 In the event of contract being cancelled, under condition 26, 27 & 28 of General condition of
contract, the Performance Security shall be FORFEITED in full and shall be credited into
Consolidated Fund of India.

38. REFUND OF PERFORMANCE SECURITY:


38.1 The performance security mentioned in above Condition of contract may be refunded to the
contractor after expiration of the defects liability period of 02 (TWO) Years by the AGE(I) provided
always that the contractor shall first have been paid the final bill and have rendered a „Non-
Demand Certificate (IAFW-451)‟.

39. DEFECTS LIABLITY PERIOD


39.1 The period of defect liability of the contracts (24) Twenty four calendar months after the
works have been handed over to the Government (hereinafter referred to as the defects liability
period”) .

40. PURCHASE VOUCHER & TEST CERTIFICATE


40.1 Contractor’s shall be submit original PV‟s and manufacturers test certificate to the
Engineer-in-Charge for verification of genuiness of PV‟s and test certificates. After getting
approval of AGE(I) in writing for items of CA the same shall be procured by contractor.
Independent testing if required, shall be got carried out on contractor’s expense as mentioned in
above PS clause.

41. COMPLETION
41.1 The contractor on completion of work shall clean the entire site of work by removing as
surplus materials, debris or other rubbish etc., stagnated during the period of contract and
ensure the whole premises clean and tidy to the entire satisfaction of EIC, before handing over
the site of MES.
42. The work lies in RESTRICTED AREA.

________________________ AGE [I] Manauri


[Signature of Contractor] Accepting Officer
CA NO : CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page NO. 77
APPENDIX ‘A’

MATERIALS AND TESTS

Ser Method of Level of Rate


No Material Test testing Frequency of tests test Remark
1 2 3 4 5 6 7 8

1. Bricks [1] Compressive strength IS: 3495 [Part-I] As per IS-5454 as given under:- A 240/- Checks for visual
and Dimensional
characteristics shall
also be carried out
[2] Water Absorption IS: 3495 [Part-I] Lot Size. sample permissible A 200/- as per IS: 5454
Size No of Legend
[3] Efflorescence IS: 3495 [Part-I] defective A-Site Lab
1001 to bricks B-Zonal Lab
10000 5 0 C-National test
10001 to house/SEMT
35000 10 0 A 240/- WING/Engg College
35001 to
50000 15 1
2. Coarse [1] Sieve Analysis IS: 2386 [Part-I] One test for every 15 Cum of A 160/- Checks for visual
Aggregate aggregates or part there of and Dimensional
brought to site. characteristics shall
also be carried out
[2] Flakiness Index IS: 2386 [Part-I] One test for every 15 Cum of A 120/-
aggregates or part there of
brought to site.
[3] Estimation of IS: 2386 [Part-I] One test for every 100 cum of A 160/-
deleterious materials aggregate or part thereof.

[4] Organic impurities IS: 2386 [Part-I] One test per source of supply C 160/-

[5] Moisture content IS: 2386 [Part-II] Regularly as Required A 160/-

[6] Specific gravity IS: 2386 [Part-II] One test for each source of supply B 160/-

Contd. /.
CA NO : CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page NO. 78

MATERIALS AND TESTS

1 2 3 4 5 6 7 8

3. Fine aggregate [1] Sieve Analysis IS: 2386 [Part-I] One test for every 15 Cum of A 240/-
aggregates or part there of
brought to site.
[2] Test for clay, silt IS: 2386 [Part-I] One test for every 15 Cum of A 120/-
and Impurities. aggregates or part there of
brought to site.
[3] Specific Gravity IS: 2386 [Part-I] One for each source of supply B 240/-
[4] Test for Organic IS: 2386 [Part-I] One test for each source of C 240/-
Impurities supply.
[5] Moisture Content IS: 2386 [Part- Regularly as required subject to A 240/-
III] 2 tests/ per day when being
used.
4. Cement [i] Setting time IS: 4031-63 Once for each consignment or as B 240/-
Reaffirmed 1980 and when Required
[ii] Soundness IS: 4031-63 Once for each consignment or as C 160/-
Reaffirmed 1980 and when Required
[iii] Compressive IS: 4031-63 Once for each consignment or as B 480/-
Strength Reaffirmed 1980 and when Required
[iv] Fineness IS: 4031-63 Once for each consignment or as C 160/-
Reaffirmed 1980 and when Required
5. Timber [i] Specific Gravity & IS: 1708-1960 Minimum 3 samples from a lot of B 160/-
weight 4 Cum or 250 pieces of seasoned
[ii] Moisture Content IS: 1708-1960 timber. A 160/-

6. Welding of Visual Inspection IS: 822-1970 100% by Visual Inspection A 480/- Specialized tests, their
Steel work Tests Clause-7.1 method & frequency to
be decided on
consideration of their
Importance by the
Accepting Officer.

________________________

SIGNATURE OF CONTRACTOR ACCEPTING OFFICER


CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 79

PARTICULAR SPECIFICATIONS

1. GENERAL
1.1. The following particular specifications shall be read in conjunction with the
General Conditions of Contracts IAFW-2249 including errata/ amendments
thereto. If any provision in these particular specifications is at variance with
that of the aforesaid document the specification given here-in-after shall be
deemed to take precedence there over.

1.2. The work under this contract shall be carried out in accordance with
Schedule ‘A’ particular specifications and other provisions in MES Schedule
SSR 2009 [Part I] and 2010 Part II.

1.3. The term “General Specifications” referred to here in as well as referred to in


IAFW-2249 (General Conditions of contracts) shall mean the specifications
contained in MES standard Schedule.

1.4. General rules, specification, special condition and all preambles in the MES
Schedule shall be deemed to apply to the works under this contract, unless
mentioned otherwise in these documents in which case, the provision in
these documents shall take precedence over the aforesaid provisions in the
MES Schedule.

1.5. The contractor shall be responsible for supplying installing connecting and
commissioning of all the equipment, sand filling etc according to sound
engineering practice and tested as specified here-in-after, to the entire
satisfaction of the Engineer-in-Charge.

1.6. On completion of the entire work contractor shall submit in triplicate to the
Engineer-in-Charge, layout plans and schematic diagrams showing actual
positions of various equipments, cable runs, earthing pits etc and all other
information that will be necessary for record, maintenance and operation of
installations.

1.7. The contractor shall also submit 3 copies of drawings duly signed by him
and Engineer-in-Charge containing wiring diagram which includes lights
switches, sockets, fans etc and circuit diagram, all out lets, marked with
circuit number to which they belong mounting height adopted etc on
completion of work.

1.8. The contractor shall furnish original, purchase voucher and test certificate
from the manufactures for light fitting all electrical equipments and any
other item as ordered by AGE [I] in accordance with relevant ISS.

1.9. The contractor shall proceed with the work only, after approval of samples
in writing by the AGE [I] and approved samples shall be labeled as such as
signed by both contractor and AGE [I] and kept in custody of the AGE [I], till
the final completion of the work.

Contd. /.
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 80
PARTICULAR SPECIFICATIONS [Contd. /.]
2. SCOPE OF WORK: The scope of work covered under this contract per
Schedule ‘A’. Tenderer are advised to visit the site before quoting/ filling of
their rate in tender documents.
3. DEMOLITION/TAKING DOWN
All material obtained from demolished/dismantled/taken down other than
credit Schedule shall become Government property and shall be removed
by the contractor to store yard of AGE [I] Manauri without any extra cast
to Government. Old material will not be re-used in the work unless
specifically enumerated in Schedule `A’ rubbish [if any] received from
demolition/ dismantling/taking down shall be through away in low lying
area as directed by Engineer-in-Charge without any extra cost to the
Government.
4. MATERIALS AND SAMPLES
4.1. All the materials to be incorporated in these work services shall strictly
comply with the latest appropriate India standard specifications [ISS] or if
ISS has not been issued they shall comply with the current relevant BSS.
The work shall be carried out as per the provisions of IE rules and ISS as
applicable.
4.2. Tenderer shall clearly specify the IS/BS specifications to which each
equipment offered by him shall be manufactured or have been
manufactured.
4.3. The contractor after obtaining written approval of samples from AGE (I)
shall obtain materials from the approved manufacturer or through their
authorized distributor only. As a proof that the particular equipment/
material is obtained from the manufacturer or his authorized dealer, the
contractor shall produce such evidence to the satisfaction of AGE (I). The
materials shall be brought at site with maker’s original packing with seal
intact.
5. STANDARD OF QUALITY AND WORKMANSHIP
5.1. All the materials to be incorporated in these work services shall strictly
comply with the latest appropriate India standard specifications (ISS) or if
ISS has not been issued they shall comply with the current relevant BSS.
The work shall be carried out as per the provisions of IE rules and ISS as
applicable.
5.2. Tenderer shall clearly specify the IS/BS specifications to which each
equipment offered by him shall be manufactured or have been
manufactured.
5.3. The contractor after obtaining written approval of samples from AGE (I)
shall obtain materials from the approved manufacturer or through their
authorized distributor only. As a proof that then particular equipment/
material is obtained from the manufacturer or his authorized dealer, the
contractor shall produce such evidence to the satisfaction of AGE (I). The
materials shall be brought at site with maker’s original packing with seal
Intact.
5.4. The contractor shall proceed with the work only, after approval of samples
in writing by the AGE [I] and approved samples shall be labeled as such
as signed by both contractor and AGE [I] and kept in safe custody of the
AGE [I], till the final completion of the work.
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 81
PARTICULAR SPECIFICATIONS [Contd. /.]

6.1.1 CEMENT
6.1.1.1 Refer clause 4.3 on page 51 of MES Schedule Part -I.
6.1.1.2 PROCUREMENT AND TESTING OF CEMENT :
[a]. All cement required for completion of this contract shall be ordinary Portland cement 43 grade
conforming to IS: 8112-1989 or Porland Pozzolana Cement conforming to IS: 1489 Part –I 1991
and each bag shall be ISI certification mark and manufacture date.
[b]. However the OPC and PPC cement both will not be used in same work. Before commencement
of work the contractor will intimate type of cement to be used and get the same approved by
AGE(I) for each building separately. Thereafter only one type of cement will be used in work.
[c]. All cement required for completion of this contract shall be procured by the contractor, under his
own arrangement direct from the manufacturers. The cement shall be procured from the
following manufacturers (in case total consumption of cement is more than 1200 bags) : -

Sl COMPANY BRAND MARKETING SET REMARKS


No NAME NAME UP
ADDRESS
nd
1. M/s Cement “Star Mayur Garden, 2 Floor, - OPC 43,
Manufacturing Brand” Opp-Rajuv Bhawan, GS Road, 53 Gde &
Company Ltd Guwhati-781005 PPC
Ph-0361-2462215/216/513
Fax :0361-2462217
Email:cmclghy@cml.co.in
2. M/s OCL “Konark Rajgangpur, Dist-Sundargarh Orissa, W.B. JH, OPC 43
India Ltd Cement” Orissa, Pin-770017 Bihar Gde & PPC
Ph-0361-2668504, Fax-
2662131
Website :www.calcom.co.in
3. M/s Dalmia Dalmia Dalmiapuram, Tamil Nadu, OPC 43
Cement Disttiruchirappalli, Karnataka, Kerala, Gde & PPC
(Bharat) Ltd Tamil Nadu – 621651 AP & A&N
th
4. M/s Chettinsd Chettinad 4 Floor, Rani Seethai Hall Tamil Nadu, OPC
Cement Building, 603, Anna Salai Hall, Karnataka, Kerala, 43GR, PPC
Corporation Chennai-600006 AP & A&N
Ltd Tele No 044-42951800
Fax No 044-28291558
Email:
info@chettinadcement.com
th
5. M/s MYCEM 9 Floor, Infinity Tower “C” Karnataka & PPC
Heidelberg DLF Cyber City, Gurgaon, Maharastra
Cement India Haryana-122002
Ltd Ph-0124-4503700,
Fax-0124-4147698
6 M/s Parasakti Parasakti REGD OFFICE Bangalore, Orrisa, OPC-43Gr
Cement Ltd 123/3RT, Plot # 8-3-214/21, UP & Maharastra & PPC
Srinivasa Nagar Colony(West)
Hyderabad-500038
Tel-040-44119100/200,
Fax-040-23747562

7. M/s Zuari Zuari 6, MC Nichols Road OPC 43 Gr


Cement Ltd Chetpet Chennai-600031 & PPC
Ph.044-28363958, 28365047
nd
08. M/s Toshali Gajapati 123/2RT, 2 Floor Sanjeeva Hyderabad, OPC 43 Gr
Cement Pvt Reddy Nagar, Hyderabad- Visakhapatnam, & PPC
Ltd 500038 Ph 040-2300675 Bhubaneshwar
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 82
PARTICULAR SPECIFICATIONS [Contd. /.]

09. M/s Saifco Saifco Opposite Post office, Batwara Srinagar OPC 43 Gr
Cement Pvt Srinagar-190004 (J&K)
Ltd Ph 0194-2466061
10. M/s Prism Prism 3/113, Vivek Khand, Gomto UP, Bihar, OPC 43 Gr
Cement Ltd Nagar Uttarkhand, & PPC
Lucknow -226010 Jharkhand,
Ph- 0522-2396847, 2397589 Chattisgarh,
Delhi, Maharastra
& MP
11. M/s Shree Sartaj 4/4 Trikuta Nagar Jammu OPC 43
Guru Kripa Ph – 0191-2472043 Gr, PPC
Cement Pvt
Ltd

12. M/s Barak Valley Debendra Nagar Badarpur Assam, Mizoram, OPC 43 Gr
Valley Strong Ghat Tripura, Nagalan,
Cement Ltd Distt Karimganj Assam – Manipur &
788803 Kolkata
Ph 03845-269258
13. M/s Dhruv Dhuruv 49/27 Sinha Market General UP-Kanpur OPC 43 Gr
Industrial Ganj
Company Ltd Kanpur-208001
nd
14. M/s Ultra ‘B’ Wing, 2 Floor, Mahakali OPC 43 Gr
Tech Cement Caves Road Andheri (East), & PPC
Mumbai-400093
15. M/s Madras Auras Corporate Centre, 98-A, OPC 43 Gr
Cement Dr Radhakrishnan Salai, & PPC
Mylapore, Ph 044 28478666
16. M/s Gala No A-1, Ground Floor, OPC 43 Gr
Saurashtra Udhyog Sadan No 3 MIDC, & PPC
Cement Central Road, Andheri (East),
Mumbai-400093
Ph 022 32955557/67
MO 9320290081
th
17. M/s Lafarge Crescenzo, 1004, B-Wing, 10 OPC 43 Gr
Cement floor, & PPC
C-38/39, G Block, Bandra
Kurla
Complex, Bandra (East),
Mumbai-400051
18. The 414-421, Splendor Forum OPC 43
Associated (4th Floor) 3, District Gr & PPC
Cement Centre Jasola, New
Companies Delhi-110044
Ltd

d]. For all contracts ,where estimated requirement of cement is less than 1200bags,contractor can
procure cement from the authorised distributors/dealer of the approved firms.However contractor
have to submit Test certificate for batch issued by the firm.

[e]. Particulars of the manufacturer of cement along with date of manufacture shall be furnished
by the Contractor to AGE (I) for every consignment of cement separately.
6.1.1.3 TESTING: (a) The manufacturer is required to carry out inspections and testing of cement
in accordance with the relevant BIS provisions. The contractor shall submit the
Manufacturer’s Test Certificate in original along with the test sheet giving the result of each
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 83
PARTICULAR SPECIFICATIONS [Contd. /.]

physical test as applicable and chemical composition of the cement or authenticated copy
thereof duly signed by the manufacturer, with each consignment.The Engineer-in-Charge
shall record these details in the cement Acceptance/Rejection Register as appended here
in below after due verification.
b) The contractor shall make available required quantity of cement and other facilities for
testing of cement by AGE(I) as specified here-in-before and shall bear the cost of cement
and testing thereto irrespective of whether sample passes or fails. GE shall make
payment to the testing house lab and direct the contractor to deposit the amount in Govt.
treasury in favour of AGE(I) concerned and submit the treasury challan to the GE within
10 days of the letter issued by the GE for payment of cost of testing of cement. If
contractor fails to do so, the testing charges shall be recovered from the dues of the
contractor.
c) The required quantity of samples of the cement shall be taken in two polythylene bags
and sealed by the Engineer-in-Charge in the presence of representative of the contractor.
The seal shall be authenticated both by the Engineer-in-Charge and representative of the
contractor. Out of two samples, one sample shall be sent for testing and other retained
by AGE(I) in his office. Record of these samples shall be kept by Engineer-in-Charge in
the register and copy of the same shall be sent to AGE(I)/CWE/CE by him for record.
d) Cement brought by the contractor shall be allowed to be incorporated in the work after
satisfactory test results of sample sent for testing. AGE(I) shall inform the contractor,
about the test results and permission to incorporate in the work, in writing. AGE(I) shall
ensure that word “pass” is embossed on both sides of the cement bags of lot, which has
been found as per specification as per test result. The cost of embossing as indicated
herein above shall be borne by contractor.
e) In case the sample got tested by the AGE(I) from the institutions/ laboratories,
mentioned here in before, fails, the concerned lot of cement shall stand rejected. The GE
shall emboss a mark ‘X’ on both sides of each bag of the rejected lot. The AGE(I) will
inform the contractor in writing about the test result and direct him to remove the
rejected cement from the site of works within two days of the order by the Engineer-in-
charge. Contractor shall have no claim whatsoever on account of rejection and removal
of cement.
f) It shall be the responsibility of the contractor to arrange cement well in advance, to
facilitate it’s testing before use in the work. The contractor shall submit the program of
procurement of cement to the AGE(I) before the date of commencement of the work
indicating date of procurement and quantity.

6.1.1.4 STORING:
[a]. The contractor shall store the cement at site in a covered leak proof go down with
locking arrangement, over a dunnage at least 20 cm high, in such a manner as to prevent
deterioration due to moisture or intrusion of foreign matter. The stack of cement stores
shall be at least 60cm away from the walls. The cement so stored shall be inspected by
the JE Civil and the rep of the contractor once in a day to ensure that cement is not
affected by moisture or by any other means. Engineer-in-Charge shall make such
inspections once in a month. In addition to the inspection, the Engineer-in-Charge shall
attach a certificate with every RAR that cement is stored as per the above provisions and
is safe. The tested and untested cement shall be segregated and stored separately with
distinct Identification.
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 84

PARTICULAR SPECIFICATIONS (Contd…)


[b]. The cement godown shall be provided with two locks on each door. One lock by the AGE
(I) and other lock by the contractor shall be provided. The keys of the lock provided by the
AGE (I) at each door shall remain with Engineer-in-Charge or his representative and that
of the other lock with the contractor’s authorized agent at site of work so that cement is
removed from the godown only according to the daily requirement with the knowledge of
both the parties. It shall be ensured that cement procured by the contractor shall be
consumed within 6 months of manufacturing failing which, AGE (I) can order for retesting
as per clause 6.1.1.3.
[c]. Procurement of cement shall be made in phased manner to avoid storage for long duration.
6.1.1.5. DOCUMENTATION
[a]. The contractor shall submit original vouchers, test certificates and test sheets from the
manufacturer/producers for the total quantity of cement supplied under each consignment
to be incorporated in the work. The AGE (I) along with the relevant documents before
sample is taken for the testing shall inspect all consignments received at the work site.
The original vouchers and test certificates (original/authenticated) shall be defaced by the
Engineer-in-Charge and photocopy of the same shall be kept on record in the office of the
AGE (I) duly authenticated and with cross reference to the control number recorded in the
cement acceptance/rejection register. The cement acceptance/rejection register shall be
signed by (JE Civil), Engineer-in-Charge, GE and the Contractor. The Accepting Officer
may order a Board of Officers for verification of connected documents produced by the
contractor. The entire quantity of cement shall also be recorded in the measurement book
(not to be abstracted) for record purpose before incorporation in the work and shall be
signed by the Engineer-in-Charge and the contractor.

[b]. Record of cement brought by the contractor shall be maintained on the following format.

6.1.1.6 REQUIREMENT OF CEMENT

Requirement of cement to be incorporated in the work under this contract (except for
design mixes) shall be calculated on the basis of the cement constants as circulated by
Engineer-in-Chief’s Branch, Army HQ and New Delhi. The quantity of cement required
shall be checked jointly by the Engineer-in-Charge and the rep of the contractor at
different stages of work and recorded in the cement register which shall be checked at the
time of payment of RAR.

6.2 [b] In case requirement of cement is less than 300 bags, the contractor can procure
cement from the authorized distributor/dealers of the approved manufactures as specified
here-in-before. However, the contractor will have to submit test certificates for the batch
issued by the manufacturer.
[c] In the above case the independent testing will be at the option/ discretion of the
AGE (I) if the factory test certificates are produced by the contractor. In a particular case
when the contractor does not produce the factory test certificate, the testing of cement by
AGE (I) will be mandatory. However, the testing will be restricted to IS: 4031 (Methods
of physical test for Hydraulic cement) only.
[d] The AGE (I) shall ensure that cement accepted shall be not be more than 02
months old.
CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page N0: 85

CEMENT SUPPLY & ACCEPTANCE REGISTER


1. CA No & Name of work :
2. Control No :
3. Name of manufacturer/Brand Name/Grade 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___________
(Name of approved Lab/Engg College)
(b) Chemical test report from ___________vide their letter No
(Name of approved Lab/Engg College)
7. Details of Physical & Chemical properties:
Physical Requirements [As per IS: 4031] Chemical Requirements [As per IS: 4032]
Compressive

Alumina iron Ratio

Loss of ignition (%)


Insoluble Residue
Strengths
Soundness by Le

final setting time

Lime Saturation
Specific Surface

Consistency (%)
Time (Minutes)

testing ___ ºC
Soundness by

Anhydride (%)
Initial Setting

Factor (Ratio)

Magnesia (%)
Temp during

Chlorides (%)
Auto Clave

Alkalis (%)
Sulphuric
(minutes)

Standard
Chateliar

03 days

07 days

28 days

Ignition
M /Kg

(Ratio)
(MPa)

(Mpa)

(Mpa)

(%)
As per relevant IS
As per manufacturer’s
test certificate
As per random test
certificate

Remarks with signature


Accepted/Rejected Contractor Junior Engineer Engineer-in-Charge

Asst Garrison Engineer (I)


Remarks of BOO/Inspecting Officer/CWE
*To be allotted serially by AGE (I) consignment wise
Contd. /.
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 86
PARTICULAR SPECIFICATIONS [Contd. /.]

7. EARTH WORK
7.1. Unit rate in Schedule `A’ shall arrived at based on earth work in
soft/loose soil, irrespective of type of soil obtained during excavation it
shall be considered for purpose of payment as soft soil.

7.2. When expensive or other unsuitable soil is met within foundation, the
matter shall be brought immediately to the notice of Engineer-in-Charge
by the contractor. Any additional work considered necessary as a
consequence thereof shall be ordered in writing as deviation.
7.3. The contractor’s quoted rates shall not include the cost of timbering if
any required to uphold the sides of excavation, if any timbering
specifically ordered to be provided in writing by AGE [I] consequent upon
necessity arising as per site conditions, the same will be paid for under a
deviation order.
7.4. The rates quoted by the contractor shall be deemed to include for boiling,
pumping and dewatering of foundation other than specified in clause 3.11
of MES Schedule Part-II.

7.5. In the event of deviation no adjustment shall be made for cost of bailing,
pumping and dewatering arising out of the reasons as specified in Para
2.1.4 (a) above.

7.6. Any excavation inadvertently made deeper than what is required shall be
made good by the contractor with PCC as specified for foundation in that
situation without extra cost to the Government.

8. FINE AGGREGATE [SAND]


Fine aggregate [sand] for concrete work shall conform to materials
specifications and grading within the limits of grading Zone I to III as
specified in Clause 4.4.1 to 4.4.6 and 4.4.7 [2] of MES Schedule Part I and
shall conform to approved sample kept in the office of AGE [I]. Mixing of
sand for obtaining specified grading from two different sources shall not
be permitted.

9. COARSE AGGREGATE
[a]. Coarse aggregate (stone aggregate) for all cement concrete work such as
PCC/RCC shall be of approved quality all as specified in clause 4.4.1 to
4.4.7(1) of MES Schedule Part I. Mixture of two types of stone shall not be
permitted.

[b]. Coarse aggregate (stone aggregate) 20mm and below shall be machine
crushed and above 20mm may be hand broken. Coarse stone aggregate
20 mm and below shall be Granite, Trap or Basalt.

[c]. Grading of coarse aggregate (stone aggregate) unless specified otherwise


in the specifications hereinafter in various locations/work i.e. PCC/RCC
shall be as specified in MES Schedule Part I.

[d]. Coarse aggregate for lime concrete shall however be brick aggregate as
specified in clause 4.5 of MES Schedule Part I.

10. WATER: Water shall conform to clause 4.9 of MES Schedule Part I.
CA NO. AGE (I)/MAN/ OF 2019-20 Serial Page No: 87

PARTICULAR SPECIFICATIONS [Contd. /.]

11. CONCRETE WORK:


(a) Workability of concrete: Refer to clause 4.1.4 of MES Schedule Part I.

(b) Mixing of concrete: Refer to clause 4.11.5 and 4.11.5.1 of MES Schedule
Part I. The mixing of concrete shall be done by mechanical mixer.

(c) Transporting of concrete: Refer to clause 4.11.9 of MES Schedule Part I

(d) Placing of concrete: Refer to clause 4.11.10 to 4.11.10.3 of MES Schedule


Part I.
(e) Curing of concrete: Refer to clause 4.11.13 of MES Schedule Part I.
(f) Compaction of concrete: Refer to clause 4.11.11 and 4.11.11.1 of MES
Schedule part–I
(g) Protection and Inspection: Refer to clause 4.11.14 and 4.11.15 of MES
Schedule Part I of concrete.
12. BRICKS:
Bricks shall be kiln burnt of first quality available locally of size [Length
225 mm to 235mm, width 110mm to 115 mm & height 65 mm to 75mm]
having minimum crushing strength not less than 75 kg//Sq cm and shall
conform to sample kept in AGE [I] office. Slight distortion of edges will be
permissible if it does not affect the bonding of bricks refer MES Schedule
Part I clause 5.6.1 to 6.6.9 Contractor may use modular size bricks
Irrespective of whatever specified in clause 5.6.8 of SSR [Part I], the rating
of efflorescence of the bricks shall be Nil.
13. FORM WORK :
[a] Refer to clause 4.11.6.1 to 4.11.6.5. of MES Schedule Part I also
refer to clause 7.15 to MES Schedule Part I. The form work shall be for
rough finish for the concrete surface which is either hidden surface from
view or is specified to be separately finished with plastering or rendering.
[b] Where Portland pozzolana cement or Portland slag cement is used
period for curing and removal of Form works as given in para 4.11.6.3 of
MES Schedule Part-I shall be increased as directed by Engineer-in-Charge.

12. STEEL AND IRON WORK :


12.1 All steel and iron work shall be as per details shown on drawings and shall be carried
out as described in MES Schedule Part I and as specified here-in-after.

12.2 PROCUREMENT AND TESTING OF STEEL :


(a) REINFORCEMENT STEEL All steel for reinforcement to be used in the work
shall be contractor's supply. The contractor shall procure steel for reinforcement (TMT
bars) directly from the following main producers of steel :-
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 88

PARTICULAR SPECIFICATIONS [Contd. /.]

(i) Rashtriya Ispat Nigam Limited (RINL),


Vishkhapatnam Steel Plant
Vishkapatnam-530031, India
Tel: (91891) 518226, 518376
Fax: (91891) 518316
E-mail: cmdvsp@itpvis.ap.nic.in

(ii) Tata Iron Steel Company (TISCO, or Tata Steel),


Bombay House, 2, 4 Homi Modi Steet
Mumbai-40000, India
Tel: (9122) 2049131
Fax: (9122) 2049522, 2770840
E-mail: corpcomm@jsr.tatasteel.com
(Br office for North: Jeevan Tara Bldg, Patel Chock, New Delhi)
(iii) Steel Authority of India Limited,
Central Marketing Organization, Northern Region
17th Floor, scope Minar, Laxmi Nagar Distt
Centre, Delhi-110092

(iv) M/S Jai Balaji Industries Ltd.,


Registered Office
5 Bentek Street, Kolkata – 700001
Delhi Office
510, Block-B, Navraung House,
21 Kasturba Gandhi Marg, New Delhi-110001
Tel: (011) 43620219, 43620220
Mob: 7838272772, 9958936103
E-mail: info@jaibalajigroup.com
(v) M/S Shyam Steel Industries Ltd.,
Shyam Towers EN-32, Sector-V, Salt Lake, Kolkata-700019
Tel: (033) 40074007
Fax: (033) 40074010
E-mail: marketing@shyamsteel.com

(vi) M/S SPS Steel Rolling Mills Ltd.,


68, Ballygunge Circular Road, Kolkata-700019
Tel: (033) 2895160/67
Fax: (033) 22894386
E-mail: spsdelhi@spsgroup.co.in
(vii) M/S Steel Exchange India Ltd.,
My Home Laxminivas Apartments,
Ameerpet, Hyderabad-500016, A.P.
Tel: (040) 23403725
Fax: (040) 23413267,
E-mail: mail-info@seil.co.in
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 89

PARTICULAR SPECIFICATIONS [Contd. /.]

(viii) M/S Jindal Steel and Power Ltd. (TMT),


Plot No 2, Sector-32, Gurgaon-122001, Haryana
Tel: +91 166 2222471-84
Fax: +91 166 220476,
(ix) M/S SRMB Srijan Ltd.,
Srmb House, 7, Khetra das lane
Kolkata-700012
Tel: 033-6600 6600
Fax: 033- 22110483,
(10) M/S Concast Steel & Power Ltd. Kolkata,
21 Hemant Basu Sarani, Suit Nos – 511 & 512
5th Floor, Kolkata - 700001.
Tel: 91 - 33 - 2213 0481-81-87,
91 - 33 - 2213 0481-87
E-mail: info@concastgroup.com
(x) M/S Concast Steel & Power Ltd. Kolkata,
21 Hemant Basu Sarani, Suit Nos – 511 & 512
5th Floor, Kolkata - 700001.
Tel: 91 - 33 - 2213 0481-81-87,
91 - 33 - 2213 0481-87
E-mail: info@concastgroup.com
(xi) M/S Adhunik Metaliks Ltd., Orissa
Lansdowne Towers, 2/1A Sarat Bose Road,
Kolkata-700012
Tel: 033 - 30517100
Fax: 033- 22890285,
E-mail: info@adhunikgroup.com
(xii) M/S Shri Bajang Power & Ispat Ltd.,
Raipur, Chhattisgarh
Vill- Borjhara, Urla Industrial Area,
Raipur-493221, Chhattisgarh
Tel: 0771 4289019/29/39
(xiii) M/S JSW Steel Ltd., Karnataka
Jindal Mansion, 5 A Dr G Deshmukh Marg,
Mumbai- 400026
(xiv) M/S Electrosteel Steels Ltd. Bokaro, Jharkhand
G K Tower, 2nd & 3rd Floor, 19 Camac Street,
Kalkata, WB - 700017
Tel: 91-33-2283-9990
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 90

PARTICULAR SPECIFICATIONS [Contd. /.]

(b) STRUCTURAL STEEL: Structural steel sections shall be procured directly from main
producers SAIL/RINL/TISCO. In case of not availability with main producers, the structure steel can
be procured from the following secondary steel producers :-
(i) M/S K.L. Steel Pvt. Ltd. Post Box No. 61, Lal Kuan, Bulandshahar Road, Ghaziabad (UP) Tele:
0120-2867911, 2867915 Fax: 0120-2867917
(ii) M/S Shri Badrinarain Alloys & Steels Ltd., 95, Stephen House, 4BBD Bag Kolkata 700001, Tele :
03322205381/22481601, Fax 03322488664
(iii) M/S Pushpak Steel Industries Pvt. Ltd. Gate No. 119, Alandi Market Road Dhanore, Tah Khed
Pune, Tele/Fax 020-26444700/070
(iv) M/S Amba Shakti Ispat Ltd., Plot No. 6, Phase II Industrial Area Kala Amb, Distt Sirmour-
173030 (HP) Tele : 01734-309983, 309986, Fax 01702238927
(v) M/S SRMB Udyog Ltd. 46, BB Ganguli Street, Kolkata-700012, Tele 2236 9999
(vi) M/S Shree Parashnath Re-Rolling Mills Ltd. 4C Maharshi Devandre Road 3rd Floor, Kolkata
700007, Phone 033-2274 0045/4475, Fax 03322740039
(vii) M/S TATA Steel Structure, TATA Steel Tube Division Jeeven Tara Building, 1st Floor 5, Sansad
Marg, New Delhi 110001, Tele : 991112334, 264601734, 309983, 309986
as approved, with a reduction of 5% (five percent) of the accepted rate of structure steel. In case the
desired section of structural steel is not rolled / manufactured by SAIL/RINL/TISCO, there shall be no
price adjustment in use of structural steel procured from approved secondary producers.
(c) GALVANISED STEEL SHEETS & FABRIC REINFORCEMENT FOR CONCERETE
These shall be procured directly from main producers/BIS marked manufacturers as approved
here-in-before at the option of Contractor without any minus price adjustment.
(d) Reinforcement steel, structural steel and Galvanised steel sheets & fabric reinforcement for
concrete may be permitted to be procured from authorized dealers of main producers in case the total
requirement of steel is less than 5 tonnes and specifically approved by Accepting Officer in writing.
(e) Steel sections for railings, gates, fencing, guard bars, grills, steel chowkhat, holdfasts etc.,
which do not constitute structural members, can be procured from main producers/ secondary
producers/ BIS marked manufacturers or their authorized dealers at the option of Contractor without
any minus price adjustment. Tests will not be insisted upon for such steel sections.
12.3. TESTING OF STEEL :
(a) The contractor shall submit the manufacturer’s Test certificate in original along with the test
sheet giving their results of each mechanical test as applicable and the chemical composition of the steel
or authenticated copy thereof duly signed by the manufacturer with each consignment. The Engineer-in-
Charge shall record these details in a steel Acceptance Register after due verification.
(b) It will be mandatory for the AGE(I) to carry out simple field test and record the findings before
the contractor is allowed to use steel in the work. CWE may also carry out random checks and record his
remarks in the Steel Test Register. Such simple testing includes sand papering the cross section of the
TMT bar and dipping it in chemical solution to give a clearly defined annular ring of tempered steel.
Cost of all such facilities for test shall be borne by the contractor.
(c) The Accepting Officer may order a board of Officers for random check of steel and verification
of connected documents. In case of such check, if it is found that steel brought on site/incorporated in
work does not meet the requirements laid down in the contract, such steel/work in which such steel has
been incorporated shall be rejected or devalued based on the defects. In this regard decision of the
Accepting Officer shall be final and binding. Contractor shall have no claim whatsoever on account of
such rejection.
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 91

PARTICULAR SPECIFICATIONS [Contd. /.]

(d) Independent testing of steel by the AGE(I) from random samples of steel drawn from various lots
from National Test House, SEMT wing CME, Regional Research Labs, NABL approved lab, etc. as per
the recommended frequency given here-in-after shall be optional at the discretion of the AGE(I) in case
of procurement of steel from main producers and testing charges shall be borne in accordance with
Condition 10 A of IAFW -2249 i.e. testing charges shall be borne by the Deptt, if the test results are
found in order otherwise these shall be borne by the Contractor.
(e) Independent testing of steel by the AGE(I) from random samples of steel drawn from various lots
from National Test House, SEMT, CME, Regional Research Labs, Govt Engineering College, Zonal
Lab or Govt approved Labs etc as per the recommended frequency given here-in-after shall be
mandatory in case of procurement of steel from secondary producers and testing charges shall be borne
by the contractor irrespective of the outcome of test results.

(f) In both the cases at sub Para 12.3 (d) & (e) above, the Contractor at his cost shall provide all
facilities required for the testing and cost of materials consumed in tests shall also be borne by the
Contractor.
(g) The elongation of reinforcement steel shall not be less than 18%.

12.4 FREQUENCY OF NORMAL MASS, TENSILE, BEND AND REBEND TESTS OF


STEEL.

NOMINAL SIZE QUANTITY

STEEL REINFORCEMENT
(a) Bars size less than 10mm. One sample (three specimens) for each test for
every 25 tones or part thereof).
(b) Bars size 10mm to 16mm. One sample (Three specimens) for each test for
every 35 tones or part thereof).
(c) Bars size over 16mm. One sample (Three specimens) for each test for
every 45 tones or part thereof.
STRUCTURAL STEEL
(a) Tensile test One test for every 25 tones of steel or part
thereof.
(b) Bend test -One test for every 25 tones of steel or part
thereof.
NOTE: - APPLICABLE FOR ALL TESTS.
For various tests, acceptance criteria, tolerance etc. refer to steel supply &
Acceptance form given here-in-after and relevant BIS Codes.
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 92
PARTICULAR SPECIFICATIONS [Contd. /.]

STEEL SUPPLY & ACCEPTANCE REGISTER


1. CA NO & Name of Work
2. Contract No
3. Name of Manufacturer's T.C. No
4. Manufacturer
5. Random Test Details
(a) Physical test report from ______ vide their letter No _________
(Name of approved Lab/Engg College)
(b) Chemical test report from_______ vide their letter No_______
(Name of approved Lab/Engg College)
6. Types of Steel, Dia & Qty (a) Type: TMT/CRS (b) Dia-____mm
(c) Actual Wt___MT(d) Conversion Wt ____MT.

Chemical Test Mechanical Test


Carbon%

Sulphur%
%
Phosphorous

Maganese%

Silicon %

Resistant
Corrosion
Wt per meter
) 0.2% proof
Stress(N/mm2
(N/mm2)
Strength
Tensile
less than
(Not
Elengation %
Bend Test

Rebend Test
Remarks
Element

As per IS-1786
As per
manufacturer's test
certificate
As per independent
test
Remarks with Signature Accepted/Rejected
Contractor Junior Engineer Engineer-in-Charge Garrison Engineer
Remarks of BOO/Inspecting Officer/CWE
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 93

PARTICULAR SPECIFICATIONS [Contd. /.]

12.5 DOCUMENTATION
(a) The contractor shall submit original purchase vouchers from the manufacturer for
the total quantity of steel supplied under each consignment to be incorporated in the
work. All consignments received at work site shall be inspected by the AGE(I) alongwith
relevant documents before acceptance. The original vouchers and the test certificates
shall be defaced by the Engineer-in-Charge and photocopy of the same shall be kept on
the record in the office of GE duly authenticated and with cross reference of control
number recorded in the steel Acceptance Register and will be signed by JE (Civil),
Engineer-in-Charge, AGE(I) and the contractor duly endorsed CA No & Year.

(b) The entire quantity of all steel items shall be recorded in Measurement Book
indicating size, quantities, voucher numbers, dates brought on site for record purposes as
“not to be abstracted” and signed by Engineer-in-Charge and the contractor before
incorporation in the work.
(c) Irrespective of what is shown in drgs or specified elsewhere, steel reinforcement
to be used in this project shall be Thermo Mechanically Treated steel bars.
12.6. The steel to be used in the work shall comply with the requirements of following
specifications: -
(a) Reinforcement Steel
(i) TMT (Thermo Mechanically Treated Process) bars :
High strength deformed bar shall be produced by thermo mechanical treatment
process(TMT) & shall be of grade Fe 500/Fe 500d/Fe 550d as indicated meeting all
requirements conforming to IS 1786-1985 and only one type of reinforcement steel will
be incorporated in one member /structure.
(ii) Mild steel Grade-I : Conforming to IS-432(Part-I).
(b) Structural Steel:
(i) Structural steel for all types of structures including those subjected to dynamic loading
and where fatigue, wide fluctuation of stresses, reversal of stresses and great restrain are
involved shall be E 250 (Fe 410 W quality ‘A’, ‘B’ or ‘C’ as described in Sch ‘A’ or
shown in drawings) conforming to IS 2062.
(ii) Structural steel for general purposes such as door and window frames, window bars,
grills, steel gates, hand rails, fencing posts, tie bars etc. shall be E165 (Fe 290) conforming
to IS 2062.
(c) Galvanised steel sheets (Plain and corrugated) : Conforming to IS-277.

12.6.1. For pricing of deviation in respect of steel items, the quality of steel shall be taken as
under: -
(a) Structural steel : Standard quality Fe410-W (Gde E-250) quality A as
(other than mentioned in MES Schedule.
general purposes)
(b) MS round bars for : IS-432(Part I)
reinforcement Gde I mild steel/twisted bars and as mentioned
in MES Schedule 6 mm can be wire drawn quality.

(c) TMT Bars for : TMT bars Fe 500/Fe 500d/Fe 550d conforming to
reinforcement IS 1786-1985
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 94

PARTICULAR SPECIFICATIONS [Contd. /.]

(d) Steel (general purpose) : Ordinary quality Fe 290 (Gde E-165)

(e) Fabric reinforcement for concrete: Conforming to IS -1566.

12.6.2 The steel shall be procured and brought to the site one month before it is required to be
incorporated in the work taking into account the time required for it’s inspection and
acceptance as specified here-in-before.

12.6.3 Contractor shall be responsible for proper storage, preservation and maintenance of steel
at site till it is consumed in the work. Steel rejected shall be stacked separately, so
marked and removed as directed by GE.

12.7. REINFORCEMENT

(a) Reinforcement of mild steel and deformed cold twisted bars shall be of TMT bars in
lieu thereof without change of any spacing all as shown on drawings in accordance with
the provisions of IS-456 of 2000 without any extra cost to Govt.

(b) Reinforcement shall be fabricated, placed in position all as shown on drawings and
specified in Clause 10.17 to 10.22 of MES Schedule Part- I.

(c) Laps and crossing shall be tied with mild steel wire (annealed)(soft drawn) of
diameter not less than 0.90mm. Laps shall be staggered.

(d) Irrespective of whether corner reinforcement is indicated or not in RCC plan


showing reinforcement of slabs, corner reinforcement shall be provided as shown in TD
(typical drawings).

(e) The contractor shall be responsible for accurate fixing of reinforcement shown on
drawings, and shall not pour any concrete until the reinforcement has been inspected in
position and approved in writing by the GE. The contractor shall take necessary
precaution to prevent any displacement of reinforcement bars during concreting.

12.8. STRUCTURAL STEEL WORK


Structural steel work shall be executed as specified in relevant clauses of section 10 of
MES Schedule Part I.

NOTE :
Steel for holdfasts, grills, guard bars, cooler brackets etc shall be ordinary quality.
Balance structural steel shall be of standard quality. Test certificate for ordinary quality
steel is not required.
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 95

PARTICULAR SPECIFICATIONS [Contd. /.]

12.9. MS BLACK, BOLTS, NUTS AND WASHERS


(a) All MS Black, Bolts and nuts shall conform to IS- 1353 part I to III of 1984
and round washer shall conform to IS-5370, IS-5372 or IS- 5374 where ever
specification are not available, the American standard specifications to be
followed.
(b) Bolts, heads, nuts, shall be of such length as to project and clear thread
beyond the nuts when fixed in position and these shall fit in the holes
without any shake. The nut shall fit in the threaded ends of bolts
properly.
(c) The round washers shall be placed under the heads and nuts of permanent bolts.
Maximum two washers for one nut and one for each bolt head shall be used.
Bolts threads shall be out side limit of jointing members and un threaded portion
of bolt shall not be out side the washer.
(d) Bolts, Nuts & washers shall be thoroughly cleaned and dipped in double
boiled linseed oil before used. The bolts shall be tightened starting from the
enter of joints towards the edge.

13. PLASTERING AND POINTING:


[a] Plaster shall be done as described in Schedule ‘A’.
[b] Thickness of plaster shall be the finished thickness exclusive of
dubbing. Dubbing wherever required shall be executed without any
extra cost.
[c] All corners, angles, junctions and edges unless otherwise specified
shall be truly vertical or horizontal as the case may be and shall be
carefully finished.
[d] Sand for plastering/pointing work shall be conform to the
materials specifications and grading as specified in clause 14.5. of
MES Schedule Part I.

14. CEMENT BASE PAINT


[a] Cement base paint shall be conforming to IS: 5410-1969 and as
specified in clause 15.7 of SSR 2009 Part-I.
[b] Cement base paint shall be carried out as specified in clause 15.15
of SSR 2009 Part-I.

15. DISTEMPER
[a] Dry distemper shall be confirming to IS: 627-1965 and as
specified in clause 15.5 of MES SSR 2009 Part-I. Dry Distemper
shall be carried out as specified in Clause 15.13 of MES SSR Part I.
[b] Oil bound distemper shall be confirming to IS: 428-1969 and as
specified in clause 15.6 of MES SSR 2009 Part-I. Oil Bound
Distemper work shall be carried out as specified in Clause 15.14 of
MES SSR Part I
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 96

PARTICULAR SPECIFICATIONS [Contd. /.]


16. WOOD WORK AND JOINERY EXCEPT FACTORY MADE SHUTTERS
(a) Timber for all wooden joinery and wood work shall conform to
specifications given in clause 7.3 of the MES SSR Part I and defects shall
be within the permissible limits as defined in Clause 7.4 and 7.5 of the
MES SSR Part I. Unless otherwise specified in schedule of work (BOQ)
timber for all joinery and wood work shall be 2nd class hard wood like
(Hollock/Sal/Benteak/Bijasal) and as per the approved sample kept in
GE’s Office.
Note :- However, the contractor may provide Shisham wood in lieu of
Hollock/Sal/Benteak/Bijasal wood etc without any extra cost to Govt.

(b) Timber shall be well seasoned and chemically treated under


pressure (kiln dried). Factory made shutters shall also be ‘klin’ seasoned
only. The moisture content of timber shall not exceed the limits laid down
vide clause 7.7 of the MES SSR Part I.

(c) (i) Preservative antitermite treatment shall be carried out to all


woodwork and joinery. Contractor’s quoted rates shall be deemed to cater
for this provision. Factory made plywood, particle boards and factory
made shutters are not to be further treated with any chemical against
termites.

(ii) Wood work and joinery other than factory made, ply wood
particle board and factory made shutters as described above shall be
treated with copper Nathanael or any other chemical specified in IS-401
OF 1982 and shall be applied in any one of the manners specified in IS or
as directed.

(d) Timber surfaces hidden or not exposed to view and in contact with
brick work/masonry concrete shall be left clean swan and applied with
two coats of creosote, unless specified otherwise hereafter.

27.1 WORKMANSHIP
(a) Dimensions of various parts of joinery shall be as shown on
drawing and shall supersede those stipulated in clause 8.20 of MES SSR
Part I.

(b) Use of nails in the joinery is prohibited. Wood screw of appropriate


size shall be used and shall be of “Nettle fold’’ brand or any other
equivalent brand as approved by GE.

(c) All joinery work shall be of full dimensions as shown on drawings.


Overall sizes of joinery as shown on drawings shall be maintained.
Tolerance in sizes and thickness shall be all as specified in MES SSR Part
I.

(d) Plugging /wooden gutties to walls wherever shown on drawings


shall be done with wooden plugs made out of second class hardwood
(Hollock/Bijasal/SAL/Benteak) as per clause 7.29 of MES SSR Part I.
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 97

PARTICULAR SPECIFICATIONS [Contd. /.]

17. PAINTING
[a] Refer Clauses under Section 17 of MES Schedule Part I for paints
and painting work.
[b] Painting shall be carried out with synthetic enamel paint of first
quality. Paint for priming coat, under coat and finishing coat shall
be of the same manufacturer.
[c] Tint of paint shall be as approved by the AGE [I].
[d] All surfaces to be treated shall be suitably prepared before applying
priming coat as specified in the MES Schedule.
[e] Pink primer shall be used for wooden surface and red oxide or zinc
chrome for steel surface.

18. AC SHEET
[a]. AC Sheet shall conform to IS: 459-1970 and as specified in clause 11.3 of
SSR 2009 Part-I.

[b]. Fasteners used for AC sheet shall be as specified in clause 11.4 of SSR
2009 Part–I.

[c]. AC sheet & ridge shall be of thickness specified in Schedule ‘A’ and fixing
shall be carried out as specified in clause 11.24 of SSR 2009 Part-I.

19. AC PLAIN BUILDING BOARDS


[a]. AC building board shall be as specified in clause 12.2 of SSR 2009 Part-I.

[b]. AC building board shall be of thickness as specified in Schedule ‘A’ and


fixing shall be carried out as specified in clause 12.20 & 12.21 of SSR
2009 Part-I.

20. STEEL SHEET


[i] CGI Sheet shall conform to IS specifications and shall be provided
as specified in clause 11.22 of SSR 2009 Part-I.
[ii] Fasteners used for CGI sheet shall be as specified in clause
11.22.3 of SSR 2009 Part –I.
[iii] CGI sheet & ridge shall be of thickness specified in Schedule ‘A’
and fixing shall be carried out as specified in clause 11.22.4 of SSR
2009 Part-I.
[iv] Galvanised steel sheet plain or corrugated shall comply with the
requirement of IS: 277-2003.
[v] Joints of sheets shall be water or leakage proof or in repair same
shall be brazing or soldering with brass or gas welding to avoid any
leakage or seepage on roof in repair work packed with using M-Seal
chemical for leakage or sheets.

21. TRANSLUCENT SHEET


Translucent sheet shall be clean translucent variety with minimum total
light transmission 75% i.e, diffusion classification II as per table 4 of IS
Code 12866-1989 & as specified in clause 11.38 of MES SSR 2009 Part-I.
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 98
PARTICULAR SPECIFICATIONS [Contd. /.]

22. GALVALUME SHEET


[a]. Coloured galvalume sheet as in roofing shall be 0.5 mm thickness
minimum 550 Mpa yield strength and shall be conform to physical
specifications of ASTM A-792 or AS-1397 or Equivalent. Colour coated
sheet shall be hot dip metallic aluminium zinc alloy [55% aluminium, 43
% zinc and 1.5% silicon] coating on both sides. Contractor shall be
submitted manufacturer tests certificate for conforming original genuinely
of the material. Fasteners shall be used for fixing roofing system as per
manufacturer recommendation. Base material for coloured galvalume
substrate steel sheet shall be conforming to the specifications of relevant
ASTM or Equivalent.
[b]. Roofing sheets shall be fixed with hot dipped galvanized self drilling
fasteners or screws and sheets joints shall be sealed with sealant. Formed
peak panel matching the slope and profile of adjoining panels shall be
provided along with the buildings ridges and shall be same colour.

23. WHITE WASHING / COLOUR WASHING:


Lime used foe white wash shall be confirming to IS: 712-1984 and as
specified in Clause No 15.2 of MES SSR Part I. Colouring pigment used
for colour wash shall be carried out as specified in Clause 15.3 & 15.4 of
MES SSR Part I. White wash /Colour wash shall be carried out as
specified in Clause No. 15.12 of MES SSR Part I.

24. DEMOLITION/TAKING DOWN


Materials obtained from demolition /dismantling/taken down shall
become Government property and shall be removed by the contractor to
store yard without any extra cost. Old material will not be re-used in the
work unless specifically enumerated in Schedule `A’ and rubbish [If any]
received from demolition/dismantling/taking down shall be through away
in low lying area as directed by Engineer-in-Charge without any extra cost
to Government.
25. CLEANING OF SITE:
Contractor shall clean surface of surrounding under where work shall be
carried out, before completion of the work contractor remove all splashes
without any extra cost to Government. Decision of Engineer-in-Charge in
this regard shall be final & binding. Rubbish shall be removed from on low
laying area without any extra cost.

26. PURCHASE VOUCHER


Contractor shall submit purchase voucher of material incorporated in the
works in original to verification of Engineer-in-Charge and Xerox copy
dully signed /verified by all concerned.
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 99

PARTICULAR SPECIFICATIONS [Contd. /.]

27. The materials/equipments required to be incorporated in the work shall be of the following
make :-
[a] SYNTHETIC ENAMEL PAINT
(i) Asian Paints (Apcolite Brand)
(ii) Shalimar Paints (Superlac Brand)
(iii) Jonson & Nicholson Paints Ltd (Brolac Brand)
(iv) Berger Paints (Luxol Brand)

[b] DISTEMPER
(i) Asian [Tractor] (ii) Shalimar Paints
(iii) Berger Paints [iv] J&N [v] Nerolac

[c] GALVALUME SHEET


(i) M/S Crill Colour Roof (India) Ltd
(ii) M/S Ispat Industries Ltd
(iii) M/S TATA Blue Scope Steel Ltd
(iv) M/S M/s LLOYD
(v) M/S Jindal Steel works
(vi)M/S Everest Industries Ltd

[d] Cement paints


(i) Super Snowcem (ii) Duracem (iii) Cemplus by TATA Pigments (iv) Cemplus
by TATA Pigments (v) Accrocem
[e] Corrugated, semi corrugated and plain AC Sheet
(i) M/S Charminar (ii) M/s Eternit Everest Ltd (iii) UPAL (iv) M/s Ramco AC Sheet
swastik

AGE [I] Manauri


[Signature of Contractor] Accepting Officer
CA No. AGE (I)/MAN/ OF 2019-20 Serial Page No. 100

SOURCES OF MATERIALS
LIST OF MATERIALS OF LOCAL ORIGIN TO BE INCORPORATED
IN WORKS, FOR GUIDANCE ONLY

Ser
No Name of Material Sources of Material
1 2 3

1. Coarse Aggregate for RCC works Bharatkup/Dala

2. Coarse Aggregate for PCC works Shankargarh

3. Sand for all RCC & PCC work Yamuna Coarse

4. Sand for plastering, pointing and brick work Yamuna Medium

5. Fine sand Yamuna

6. Bricks Local

NOTES:-

[a] Sources of materials shall be as given Serial No; 1 to 6 above or in the vicinity
thereof. The tenderer shall enquire the actual location of source before submitting his
tender and no additional payments shall be made on account of any misunderstanding or
items distance from site of works.

[b] Materials of sources listed above, shall only be used. In the event of non-
availability, use of alternatives shall be decided by the Accepting Officer.

________________________ AGE [I] Manauri


[Signature of Contractor] Accepting Officer
CA NO. AGE (I)/MAN/ OF 2019-20 SERIAL PAGE NO: 101

SCHEDULE OF MINIMUM WAGES

It is hereby agreed that the “Schedule of Minimum Wages as published by


Government of India or Provincial Government’s Notification whichever is higher issued
up to date of submission of tender shall form part of these tender documents.

My/our signature hereunder amounts to my/our having signed the aforesaid


documents forming part of the tender.

Note: - “Schedule of Minimum Wages” referred to above is available for reference,


in the Office of the AGE (I) Manauri, Allahabad – 212212.

AGE [I] Manauri


[Signature of Contractor] Accepting Officer
CA NO: AGE (I) / MAN/ OF 2019-2020 SL PAGE NO :102
MILITARY ENGINEER SERVICES
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 tendered/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. In case of term contracts, contractors of categories SS to E may tender/bid. Contractors


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 along with the tender/bid. The contractor has to deposit performance
security an amount equivalent to 5% of the contract sum within 28 days of receipt of the letter of
Acceptance in prescribed form as specified in condition 19 of IAFW-2249 (General condition of
contract) failing which action shall be taken as per condition 19 of IAFW-2249 (General condition
of contract). 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 close 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.

5. The Office of AGE(I) Manauri, Allahabad 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 packed 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 encashing 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 eprocuremes.gov.in/eprocure.gov.in site for download and shall from 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 in Appendix ‘A’ in the form of
deposit at call receipt in favour of concerned AGE (I) (see Appendix ‘A’) by a scheduled bank or in
receipted treasury challan the amount being credited to the revenue deposit of the concerned AGE
(I) (see Appendix ‘A’).

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. The
contractor has to deposit performance security an amount equivalent to 5% of the contract sum
within 28 days of receipt of the letter of Acceptance in prescribed form as specified in condition 19
of IAFW-2249 (General condition of contract) failing which action shall be taken as per condition
19 of IAFW-2249 (General condition of contract).
CA NO: AGE (I) / MAN/ OF 2019-2020 SL PAGE NO: 103
MILITARY ENGINEER SERVICES
NOTICE INVITING TENDER (NIT)
6.4 A contractor who has executed standing security Bond but not corresponding to the
appropriate class as mentioned above, the contractor has to deposit performance security an
amount equivalent to 5% of the contract sum within 28 days of receipt of the letter of Acceptance
in prescribed form as specified in condition 19 of IAFW-2249 (General condition of contract) failing
which action shall be taken as per condition 19 of IAFW-2249 (General condition of contract).

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

6.6 The AGE (I) will return the Earnest Money to the successful unenlisted tenderer/bidder
after successful completion of the work.

6.7 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
stores to be supplied by the contractor will also be available for inspection by the tenderer/bidder
at the office 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
AGE (I) 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 the MES Standard 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 any 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 contractor/bidder if he
so desires may appeal to the next higher Engineer authority Viz CWE (AF) Chakeri Kanpur on
Email ID afchak3-mes@nic.in with copy to the Accepting Officer on email ID:
ageiafmanauri@gmail.com 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
not be entitled for any compensation whatsoever for rejection of his bid.
CA NO: AGE (I) / MAN/ OF 2019-2020 SL PAGE NO: 104

MILITARY ENGINEER SERVICES


NOTICE INVITING TENDER (NIT)

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.
CA NO: AGE (I) / MAN/ OF 2019-2020 SRL PAGE NO. 105
APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)
TENDER ID- 2019_MES_298868_1
1 Name of Work : REPAIR/REPLACEMENT OF AC SHEET AND GI
SHEET INSIDE OLD PROJECT AREA AT 24 ED AF
STN MANAURI
2 Estimated cost : Rs. 8.50 Lakhs (At Par Market)
3 Period of completion : 182 days
4 Cost of tender documents : Rs 500.00 in the shape of DD/Bankers cheque from any
schedule Bank in favour of AGE [I] Manauri and payable at
Bamrauli
5 Website/portal address : www.defproc.gov.in and www.mes.gov.in.
6 Type of contract : The tender shall be item rate contract based on drawing
and specifications, (IAFW-1779A) and (IAFW- 2249)
General Conditions of Contracts with list of items of works
to be quoted by the tenderer
7 Information & Details :
(a) Bid submission start date On or after 05 Dec 2019, 1500 Hrs
(b) Bid submission end date On or after 12 Dec 2019, upto 1800 Hrs
(Cover 1 & 2)
(c) Date of bid opening (Cover 1) On or after 17 Dec 2019, 1500 Hrs
8 Eligibility Criteria
(a) For MES Enlisted : All contractors enlisted with MES in class 'E' and above
Contractors and category a(i) subject to the remarks wrt performance in
respect of Wks in hand reflected in workload return (WLR)
circulated by competent engineer authority. Refer Note-
below.
(b) For contractors not enlisted : (a) The firm not enlisted with MES shall meet the
with MES 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 recovery outstanding in any Govt
Department, police verification / Passport etc. As per
enlistment criteria given in Para 1.4 and 1.5 of section 1
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) Firm 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/spouse
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 Accepting : AGE [I] Manauri
Officer
10 Executing agency : AGE(I) Manauri
11 Earnest Money (as applicable) : Rs. 17,000/-in form of call deposit receipt from any
scheduled bank in favour of AGE [I] Manauri and payable
at Bamrauli
12 Performance Security : An amount equivalent to 5% of the contract sum within
28 days of receipt of the letter of Acceptance in
prescribed form as specified in condition 19 of IAFW-
2249 General condition of contract).
CA NO: AGE (I) / MAN/ OF 2019-2020 SRL PAGE NO. 106

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)


TENDER ID- 2019_MES_298868_1
NOTE :
(a) (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) Contractor should ensure that their original DDs and earnest money (as applicable) are
received within 05 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, their finance bids will be opened. However non-submission of
physical copies of cost of tender shall be considered as willfull 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 (cover 2).
(iv) In case of applications/bids from unenlisted contractors, 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 not be opened. Name of such contractors along
with 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 (cover 2).
(v) In case of applications/bids (enlisted contractor as well as unenlisted 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).
(b) Contractors may note that they shall not be loaded beyond their tendering limit as under :-
(aa) In case contractors of eligible class are selected for issues of tender : 4 to 5 times the
tendering limit.
(bb) In case of one class (two class in case of remote and difficult area as the case may be)
contractors are selected for issue of tender: 6 to 7 times.
(cc) In case of unenlisted contractor: 2 times the upper tendering limit of class for which
contractor meets the criteria for enlistment.
(c) In case 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/speed post 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.
(d) Contractors enlisted with MES will upload following documents for checking eligibility:-
(i) Application for bid in Firm's letter head.
(ii) Enlistment letter
(iii) Scanned copy of DD of cost of tender
(iv) Provident fund code letter
(v) GST registration number of firm.
(e) 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 part I of MES Manual on Contracts 2007 (reprint 2012). Following documents shall
also be uploaded amongst others:-
CA NO: AGE (I) / MAN/ OF 2019-2020 SRL PAGE NO. 107

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)


TENDER ID- 2019_MES_298868_1
(i) 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.
(ii) Solvency certificate and working capital certificate issued by scheduled bank.
(iii) Annual turnover certificate for last 2 years issued by chartered Accountant along with relevant
pages of audited balance sheets in support thereof.
(iv) In addition, the un-enlisted contractors shall also furnish affidavit on non judicial stamp paper
in the form of hard copy declaring their turnover for last 2 (Two) years.
(v) Scanned copy of DD of cost of tender and earnest money.
(vi) Copy of provident fund code in addition to other required documents which is mandatory.
While evaluation of 'T' bid if contractor has not found in possession of this number the firm shall
be disqualified and their 'Q' bid (Cover-2) will not be opened/downloaded for evaluation of 'Q' bid.
(vii) GST registration number of firm.
(h) In case of rejection of technical/Prequalification bid, contractor may appeal to next higher
Engineer authority i.e CWE (AF) Chakeri Kanpur on Email ID afchak3-mes@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.
(j) It is mandatory for the contractors to upload their GST Registration Number alongwith the ‘T’ bid.
This will be one of the criteria for qualifying in ‘T’ bid. Contractor who does not upload GST
registration No. shall be disqualified in the ‘T’ bid evaluation and his Finance bid shall not be
opened.
(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.

Sd/XXXX
(Prabhat Kumar Singh)
AEE
SIGNATURE OF CONTRACTOR AGE [I] Manauri
Dated: ____________________ Accepting Officer

Asst Garrison Engineer [Independent] (AF)


Military Engineer Services
C/o 24 ED AF Station Manauri, Allahabad-212212

File No: 8741/02 /E8

Dated: 20 Nov 2019


CA No: AGE (I)/MAN/ OF 2019-20 Serial Page No: 108

Tele: AF/5445 ON-NET by E-Tendering


Military Engineer Services
Office of the AGE (I)
Manauri, Allahabad – 212212

No; 8741/ 03 /E 8 20 Nov 2019

M/s___________________________

______________________________

______________________________

NAME OF WORK: “REPAIR/REPLACEMENT OF AC SHEET AND GI SHEET


INSIDE OLD PROJECT AREA AT 24 ED AF STN MANAURI”
TENDER ID- 2019_MES_298868_1

Dear Sir(s),

1. Tender documents in respect of above work are uploaded on the site


www.eprocuremes.gov.in. The tender is on single stage two cover /two stage two cover/three
cover e-tendering system. The contents of cover I and 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
tenderers/bidders or their authorized 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 26 Nov
2019. You are requested not to write piece meal points and forward your points duly consolidated
before due date viz 26 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 along with EARNEST MONEY DEPOSIT (EMD) and tender fee on e-
procurement portal and submit the physical documents in the office of AGE (I) AF manauri 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. 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 of Tender and shall ensure receipt of hard copy of EMD in the office of
tender issuing authority before date & time fixed for this purpose. In case of failure to abide
by any of these two requirements, the finance bid will not be opened.

Contd……/-
CA No: AGE (I)/MAN/ OF 2019-20 Serial Page No: 109

7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment litter,
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 AGE (I) AF manauri before date & time fixed for this
purpose.

8. 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 email/fax/by hand/through post from tenderer/bidder even if they
are received in time.

9. In view of delays 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 concerned and this office.

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


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

12. (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 of Tender and shall ensure receipt of hard copy of EMD in the
office of tender issuing authority before date & time fixed for this purpose. In case of failure
to abide by any of these two requirements, the finance bid will not be opened.
CA No: AGE (I)/MAN/ OF 2019-20 Serial Page No: 110

INSTRUCTIONS OF 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, along with their tender/bid.
(a) Deposit at call Receipt from a Scheduled Bank in favour of Garrison Engineer/CCE
concerned.
(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of
Garrison Engineer/CCE.
It is advisable that Earnest Money is deposited in the form of deposit call receipt from an
approved Schedule Bank for easy refund. In case the tenderer/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
be 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 (FINANCE BID).
2. PERFORMANCE SECURITY DEPOSIT

The contractor has to deposit an amount equivalent to 5% of the contract sum within 28 days of
receipt of the letter of Acceptance in prescribed form as specified in condition 19 of IAFW-2249 (General
condition of contract) failing which action shall be taken as per condition 19 of IAFW-2249 (General
condition of contract).

3. CONTRACTORS ENLISTED IN ANY MES FORMATIONS.

The contractor has to deposit an amount equivalent to 5% of the contract sum within 28 days of
receipt of the letter of Acceptance in prescribed form as specified in condition 19 of IAFW-2249 (General
condition of contract) failing which action shall be taken as per condition 19 of IAFW-2249 (General
condition of contract).

4. BLANK

Contd……/-
CA No: AGE (I)/MAN/ OF 2019-20 Serial Page No: 111

5. GENERAL INSTRUCTIONS FOR COMPLIANCE

5.1 The bids received only in the electronic form will be considered. All bids shall be submitted
on ‘eprocuremes.gov.in’ portal. Documents should be scanned and forwarded in ‘pdf’ form and
‘xls’ form as indicated.
5.2 Bids shall be uploaded on ‘eprocuremes.gov.in’ portal on or before the bid closing date
mentioned in the tender. No tender/bid in any other electronic or physical form like email/fax/by
hand/through post will be considered.
5.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents,
corrections/ alterations shall be signed/initialed by the lowest bidder after acceptance.
5.4 Drawings, if issued in physical form, must be returned duly initialed by the tenderer/bidder
in separate envelope indicating his name and address.
5.5 The tender shall be signed, dated and witnessed at all places provided for in the
documents after acceptance. All corrections shall be initialed. The contractor shall initial/sign every
page of tender and shall sign all drawings forming part of the tender. Any tender/bid, which
proposes alterations to any of the conditions whatsoever, is liable to be rejected.

5.6 In the technical bid, a scanned copy of power of Attorney in favour of the person uploading
the bid using his/her DSC shall be uploaded. In case the digital signatory himself is the sole
proprietor, scanned copy of an affidavit on stamp paper of appropriate value to this effect stating
that he has authority to bind the firm in all matters pertaining to contract including the Arbitration
Clause, shall be attached in ‘pdf’ form. In case of partnership concern or a limited company, digital
signatory of the bid/tender shall ensure that he is competent to bind the contractor (through
partnership deed, general power of attorney or Memorandum and Articles of Association of the
Company) in all the matters pertaining to the contracts with Union of India including arbitration
clause. A scanned copy of the documents confirming of such authority shall be attached with the
tender/bid in ‘pdf’ form, if not submitted earlier. The person uploading the bid on behalf of another
partner(s) or on behalf of a firm or company using his DSC shall upload with the tender/bid a
scanned copy (in ‘pdf’ form) of Power of Attorney duly executed in his favour by such other or all of
the Partner(s) or in accordance with constitution of the company in case of company, stating that
he has authority to bind such other person of the firm or the Company, as the case may be, in all
matters pertaining to the contract including the Arbitration Clause.

5.7 Even in case of Firms or companies which have already given Power of Attorney to an
individual authorizing him to sign tender in pursuance of which bids are being uploaded by such
person as a routine, fresh Power of Attorney duly executed in his favour stating specifically that the
said person has authority to bind such partners of the Firm, or the Company as the case may be,
including the condition relating to Arbitration Clause, should be uploaded in ‘pdf’ form with the
tender/bid; unless such authority has already been given to him by the Firm or the Company. It
shall be ensured that power of attorney shall be executed in accordance with the constitution of
the company as laid down in its Memorandum & Article of Association.

5.8 Hard copies of all above documents should be sent by the contractor to the Tender issuing
authority well in advance to be received before the date & time fixed for the same.

5.9 Bid (Cover 1&2) shall be uploaded online well in time.


5.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to special condition 3 referred hereinafter and also conditions 24 & 25 of
IAFW 2249 (General conditions of contract).

5.11 Tenderers/bidders who uploaded their priced tenders/bids and are desirous of being
present at the time of opening of the tenders/bids, may do so at the appointed time.
Contd……/-
CA No: AGE (I)/MAN/ OF 2019-20 Serial Page No: 112

5.12 The tenderer/bidder shall quote his rate on the BOQ file only. No alteration to the format
will be accepted, else the bid will be disqualified and summarily rejected.

5.13 In case the tenderer/bidder has to revise/modify the rates quoted in the BOQ (excel sheet)
he can do so only in the BOQ, through eprocuremes.gov.in site only before the bid closing time
and date.

6. REVOKATION/REVISION OF OFFER UPWARD/OFFERING VOLUNTARY REDUCTION,


AFTER CLOSING OF BID SUBMISSION DATE & TIME

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 tender/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 firm
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.

7. C P M (CRITICAL PATH METHOD)

7.1 The project planning for work covered in the scope of tender is based on CPM.

7.2 The tenderer/bidder is expected to be fully conversant with the CPM technique and employ
technical staff who can use the technique in sufficient details. Sufficient books and other literature
on the subject are widely available in the market which the tenderer/bidder may make use of.

7.3 The tenderer’s/bidder’s attention is drawn to special condition of the tender regarding
preparation of the detailed network analysis and time schedule for the work and his liability for
employing sufficient resources to adhere to this schedule. Any inability on the part of the
tenderer/bidder in using the technique will be taken as his technical inefficiency and will affect his
class of enlistment and future prospect/invitation to tenders for future works.

8 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. In case
the BOQ is revised by department and the bidder has failed to quote in revised BOQ (i.e. he has
quoted in previous BOQ), such bid shall be treated as willful negligence by the bidder and his
quotation shall be considered non-bonafide.

9. It is mandatory for the contractors to upload their GST Registration Number


alongwith the ‘T’ bid. This will be one of the criteria for qualifying in ‘T’ bid. Contractor who
does not upload GST registration No. shall be disqualified in the ‘T’ bid evaluation and his
Finance bid shall not be opened”.

10. These instructions shall form part of the contract documents.

Signature of Contractor Accepting Officer

You might also like