You are on page 1of 62

CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 Serial Page No 01

MILITARY ENGINEER SERVICES


(CENTRAL COMMAND)

NAME OF WORK : TERM CONTRACT FOR ARTIFICER WORK FOR AREA UNDER
AGE B/R-I OF GE (AF) ADM AREA AT AF STATION AGRA

Ser Description Serial Page No


No
1. Contents 1

2. Forwarding letter, instructions on filling and submission of 2 to 8


tender

3. Notice inviting tender including Appendix ‘A’ and Annexure I 9 to 22


to Notice inviting tender

4. Tender and Item Rate contract for work by measurement 23 to 31


IAFW-1821

5. General Conditions of Contracts IAFW-2249 (1989 print) 32 to 84


including Errata and amendments to IAFW-2249

6. Schedule of minimum wages 85

7. Special conditions 86 to 97

8. Particular specifications including Appendices 98 to 115

9. Errata/Amendments to tender documents

10. Relevant correspondence

11. Acceptance letter

Total No of Pages
Drawings- Nos

Signature of Contractor
AGE (Contract)
for Accepting Officer
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 02

Tele No : 0562-230444-(Civ) MILITARY ENGINEER SERVICES


2139(AF) Garrison Engineer (AF) Adm Area
Agra-08

8000 - 1866/ /E8 May 2021

M/s _____________________
________________________
________________________
________________________

NAME OF WORK : TERM CONTRACT FOR ARTIFICER WORK FOR AREA UNDER
AGE B/R-I OF GE (AF) ADM AREA AT AF STATION AGRA

Dear Sir,

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

2. Bids will be received online by ACCEPTING OFFICER up to the date and time mentioned in
the NOTICE INVITING TENDER (NIT)/Website. 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 seek clarification date as
mentioned in tender uploaded on website. You are requested not to write piece meal points and
forward your points duly consolidated.

5. Un-enlisted 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 GE (AF) (Adm Area), Agra
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.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 03

Performance security
6.1 The Standing Security Deposit (SSD) given by the enlisted contractor shall serve the purpose of
exemption from Earnest money deposit only.

6.2 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 given below for an amount equivalent
to 3% of the contract sum.

(a) A Bank Guarantee in the prescribed form (form enclosed as Appx ‘B’ to
Particular Specifications).

(b) Government Securities, FDR or any other Government Instruments stipulated by


the Accepting Officer.

6.3 The Performance Security shall be in favour of Accepting Officer and shall be in any of the forms
mentioned above. Work Order No. 1 shall be placed only after submission of Performance Security of
adequate value by the contractor. In case a fixed deposit receipt of any bank is furnished by the
contractor to the Government as part of the Performance Security and the Bank is unable to make
payment against the said fixed deposit receipt, the loss caused thereby shall fall on the contractor and
the contractor shall forthwith on demand furnish additional security to the Government to make good
the deficit.

6.4 The period of validity of the bank guarantee bond against Performance Security shall be initially
valid up to the stipulated date of expiry of defects liability period plus minimum 60 days beyond that. In
case final bill is not paid during this period, the contractor shall get the validity of Performance
Guarantee extended to cover such enlarged time required for payment of final bill.

6.5 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.

6.6 Failure of the successful contractor to comply with the requirements of sub-clause 6.2 & 6.3
shall constitute sufficient grounds for cancellation 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. Issue
of tender to such tenderers shall remain suspended till the aforesaid amount equal to the Earnest Money
is deposited in Government Treasury.

6.7 All compensation or other sums of money payable by the contractor to the Government under
the terms of this contract or under any other contract with Government may be deducted from, or paid
by 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 Government 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 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.

Government shall not be responsible for any loss of securities or any depreciation in the value of
securities while in their charge nor for loss of interest thereon.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 04

6.8 In the event of contract being cancelled, under Condition 52, 53 & 54 of General Conditions of
Contract, the Performance Security shall be forfeited in full and shall be credited into Consolidated
Fund of India.

7. Enlisted contractors of MES shall submit the scanned copies (in pdf file) of enlistment letter,
tender fee and such other documents as mentioned in Appx ‘A’ to NIT on e-procurement portal and
submit physical documents in the office of GE (AF), Adm Area, Agra 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 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.

Encls : As above Yours faithfully,

( Kushal Kumar )
Signature of Contractor AGE (Contracts)
For Accepting officer
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 05

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER

1. EARNEST MONEY DEPOSIT (EMD)

Contractor(s) who are not enlisted with MES/ who are enlisted but have not executed the
Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender in
one of the following forms, along with their tender/bid :-

(a) Deposit at Call Receipt from a Scheduled Bank in favour of Garrison Engineer
(AF) (Adm Area) , Agra.

(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of
Garrison Engineer (AF) (Adm Area) , Agra.

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/FDR etc. will
not be accepted. NON SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (scanned
copy along with 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
2.1 The Standing Security Deposit (SSD) given by the enlisted contractor shall serve the purpose
of exemption from Earnest money deposit only.

2.2 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 given below for an
amount equivalent to 3% of the contract sum.

(a) A Bank Guarantee in the prescribed form (form enclosed as Appx ‘A’ to
Particular Specifications).

(b) Government Securities, FDR or any other Government Instruments stipulated by


the Accepting Officer.
2.3 The Performance Security shall be in favour of Accepting Officer and shall be in any of the
forms mentioned above. Work Order No. 1 shall be placed only after submission of Performance
Security of adequate value by the contractor. In case a fixed deposit receipt of any bank is
furnished by the contractor to the Government as part of the Performance Security and the Bank
is unable to make payment against the said fixed deposit receipt, the loss caused thereby shall
fall on the contractor and the contractor shall forthwith on demand furnish additional security to
the Government to make good the deficit.
2.4 The period of validity of the bank guarantee bond against Performance Security shall be
initially valid up to the stipulated date of expiry of defects liability period plus minimum 60 days
beyond that. In case final bill is not paid during this period, the contractor shall get the validity
of Performance Guarantee extended to cover such enlarged time required for payment of final
bill.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 06

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER(Contd…)

2.5 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.

2.6 Failure of the successful contractor to comply with the requirements of sub-clause 2.2
shall constitute sufficient grounds for cancellation 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. Issue of tender to such tenderers shall remain suspended till the aforesaid
amount equal to the Earnest Money is deposited in Government Treasury.

2.7 All compensation or other sums of money payable by the contractor to the Government
under the terms of this contract or under any other contract with Government may be deducted
from, or paid by 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
Government 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 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.

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

2.8 In the event of contract being cancelled, under Condition 52, 53 & 54 of General
Conditions of Contract, the Performance Security shall be forfeited in full and shall be credited
into Consolidated Fund of India.

3. BANK GUARANTEE BOND AGAINST PERFORMANCE SECURITY


3.1 Condition 19.1 of IFAW-2249 provides for submission of Performance Security by the
successful contractor in the form of Bank Guarantee Bonds or Govt. Securities, FDR or any
other form of deposit stipulated by the Accepting Officer.
3.2 The Performance Security shall be in favour of Accepting Officer and shall be in any of the
forms mentioned above. Work Order No. 1 shall be placed only after submission of Performance
Security of adequate value by the contractor. In case a fixed deposit receipt of any bank is
furnished by the contractor to the Government as part of the Performance Security and the Bank
is unable to make payment against the said fixed deposit receipt, the loss caused thereby shall
fall on the contractor and the contractor shall forthwith on demand furnish additional security to
the Government to make good the deficit.
3.3 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.
3.4 Form for Bank Guarantee Bond against Performance Security Deposit shall be same as
Appendix ‘A’ to particular specifications of tender.
3.5 The period of validity of the bank guarantee bond against Performance Security shall be
initially valid up to the stipulated date of expiry of defects liability period plus minimum 60 days
beyond that. In case final bill is not paid during this period, the contractor shall get the validity
of Performance Guarantee extended to cover such enlarged time required for payment of final
bill.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 07

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER(Contd…)

3.6 If in case at a later stage, on account of delay in completion of work due to any other
reason, it is considered that the validity date stipulated in the Bank Guarantee against
Performance Security should be extended, then the contractor shall be directed by the Accepting
Officer of the contract to have the validity extended before the date of validity expires. If the
contractor fails to do so the Bank Guarantee shall be encased before expiry.
3.7 If any recovery is outstanding against the contractor, release of Bank Guarantee is subject to
compliance of the procedure for effecting recovery/ withholding the due amount as stipulated in
condition 67 of IFAW-2249 .

4. GENERAL INSTRUCTIONS FOR COMPLIANCE


4.1 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.
4.2 Bids shall be uploaded on ‘www.defproc.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.
4.3 Bid should be DIGITALLY signed valid DSC. All pages of tender documents,
corrections/alterations shall be signed / initialed by the lowest bidder after acceptance.
4.4 Drawings, if issued in physical form, must be returned duly initialed by the
tenderer/bidder in separate envelope indicating his name and address.
4.5 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 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.
4.6 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 to 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.
4.7 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 as already been given to him by the Firm or the Company.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 08
INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER(Contd…)

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.
4.8 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.
4.9 Bid (Cover 1 & 2) shall be uploaded online well in time.
4.10 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 IFAW-2249 (General conditions of contract).
4.11 Tenderer/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.
4.12 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.
4.13 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.

5. REVOKATION/REVISION OF OFFER UPWARD/OFFERING VOLUNTARY


REDUCTION, AFTER CLOSING OF BID SUBMISSION DATE & TIME

Revoking the offer or revising the rates upward or offering voluntary reduction by the
lowest tenderer after opening of Cover 2 shall be considered as a willful default. For this default
a penalty of an amount equal to Earnest Money shall be levied. In case of an unenlisted tenderer,
Earnest Money deposited by him shall be forfeited. In case of MES enlisted tenderer having
deposited the Standing Security Bond an amount equal to the earnest money stipulated in the
NIT shall be notified to the tenderer for depositing through MRO and consideration of such
tenderer in tender evaluation for future works shall remain suspended till the aforementioned
amount is deposited in the Government treasury. No other disciplinary / administrative action
shall be taken against such tenderers. In such a situation the next lowest offer shall not be
considered for acceptance. Instead retendering shall be resorted to in a transparent and fair
manner and the defaulting tenderer and his related firm if any shall not be eligible for this tender
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.
6.4 Department may issue amendments/errata in form of CORRIGENDUM to tender
/revised BOQ to the tender documents. The tenderer/bidder is requested to read the tender
documents in conjunction with all the errata/amendments/corrigendum, if any, issued by the
department.
7. These instructions shall form part of the contract documents.

SIGNATURE OF CONTRCTOR FOR ACCEPTING OFFICER


CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 09

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, tenderer/bidder
will have no claim on that account. The tender shall be based on as mentioned in aforesaid Appendix
'A'.

3. The work is to be completed within a period as indicated in aforesaid Appendix 'A' in


accordance with the phasing, if any, indicated in the tender from the date of handing over of the site,
which may be on or about one to two weeks from the date of Acceptance of tender/ submission of
performance security.

4. Normally contractors whose names are on the MES approved list for the area in which the work
lies and within whose financial category the estimated amount would fall may tender/bid, but in case
term contracts, contractors of categories SS to E may tender/bid. Not more than one tender/bid shall be
submitted /uploaded by one contractor or one firm of contractors. Under no circumstances will a father
and his son(s) or other 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 GE (AF) (Adm Area), Agra 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/Website. A scanned copy of DD with
enlistment details/documents shall be uploaded as packet1/cover-1 (‘T’ bid) of the tender/bid on e-
tendering portal. DD is refundable in case ‘T’ bid is not accepted resulting in non-opening of ‘Q’ bid.
The applicant contractor shall bear the cost of bank charges for procuring and enchasing the DD and
shall not have any claim from Government whatsoever on this account.

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

6.2 In case of contractor who has not executed the Standing Security bond, the cover -1 shall be
accompanied with by earnest money of amount as mentioned in Appendix ‘A’ in the form of deposit at
call receipt in favour of concerned GE (see Appendix ‘A’) issued by a Scheduled Bank of the receipted
treasury Challan the amount being credited to the revenue deposit of the concerned GE (see Appendix
‘A’).
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 10

NOTICE INVITING TENDER (NIT)

7. Performance security
7.1 The Standing Security Deposit (SSD) given by the enlisted contractor shall serve the purpose of
exemption from Earnest money deposit only.

7.2 Within 28 days of Acceptance of Tender, the successful contractor shall deliver to the Accepting
Officer a Performance Security in any of the forms given below for an amount equivalent to 3% of the
contract sum.
(a) A Bank Guarantee in the prescribed form (form enclosed as Appx ‘B’ to
Particular Specifications).
(b) Government Securities, FDR or any other Government Instruments stipulated by
the Accepting Officer.

7.3 The Performance Security shall be in favour of Accepting Officer and shall be in any of the forms
mentioned above. Work Order No. 1 shall be placed only after submission of Performance Security of
adequate value by the contractor. In case a fixed deposit receipt of any bank is furnished by the
contractor to the Government as part of the Performance Security and the Bank is unable to make
payment against the said fixed deposit receipt, the loss caused thereby shall fall on the contractor and
the contractor shall forthwith on demand furnish additional security to the Government to make good
the deficit.

7.4 The period of validity of the bank guarantee bond against Performance Security shall be initially
valid up to the stipulated date of expiry of defects liability period plus minimum 60 days beyond that. In
case final bill is not paid during this period, the contractor shall get the validity of Performance
Guarantee extended to cover such enlarged time required for payment of final bill.

7.5 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.

7.6 Failure of the successful contractor to comply with the requirements of sub-clause 7.2 & 7.3
shall constitute sufficient grounds for cancellation 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. Issue of
tender to such tenderers shall remain suspended till the aforesaid amount equal to the Earnest Money is
deposited in Government Treasury.

7.7 All compensation or other sums of money payable by the contractor to the Government under
the terms of this contract or under any other contract with Government may be deducted from, or paid
by 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 Government 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 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.

Government shall not be responsible for any loss of securities or any depreciation in the value of
securities while in their charge nor for loss of interest thereon.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 11

NOTICE INVITING TENDER (NIT)

7.8 In the event of contract being cancelled, under Condition 52, 53 & 54 of General Conditions of
Contract (IAFW-2249), the Performance Security shall be forfeited in full and shall be credited into
Consolidated Fund of India.

7.9 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
tenderer/bidder a certificate of the Accepting Officer that a bonafide tender/bid was received and all
documents were returned.

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

9. 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.

10. 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.

11. Tenderers/bidders must be in possession of a copy of the MES Standard Schedule of Rates ( see
appendix ‘A’ ) including amendments and errata thereto.

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 The bidders are also required to upload the copy of provident fund code number and GST
registration Number in addition to other documents. The bids submitted/uploaded without copy of
provident fund code allotment & GST registration Number letter, shall be disqualified in Tech bid
evaluation and financial bid shall not be opened.

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

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

SIGNATURE OF CONTRCTOR FOR ACCEPTING OFFICER


CA NO: GE(AF)/ADM AREA/01 OF 2021-2022 SRL PAGE NO: 12
APPENDIX ‘A’ TO NOTICE OF INVITING E-TENDER (NIT)
(For works coasting less than Rs 15 crores)
1. Name of Work TERM CONTRACT FOR ARTIFICER WORK FOR AREA UNDER AGE B/R-I
OF GE (AF) ADM AREA AT AF STATION AGRA.
2. Estimated
e cost Rs. 15.00 Lakhs (At Par Market)
3. Period of completion 12 (Twelve) Months
4. Cost of tender Rs 500.00 in the form of DD/Banker’s cheque from any Scheduled Bank
documents in favour of GE(AF) (Adm Area) Agra and payable at Agra
5. Website/portal address www.defpro.gov.in
6. Type of contract The tender shall be based on IAFW-1821 and GCC (IAFW-2249)
percentage on Schedule rates (list of items of work) to be priced by
tenderer. The tenderers are required to quote their percentage on SSR
2020 (Rates).
7. Timeline details:
(a) Bid submission start
date
(b) Bid submission end Refer critical dates
date
(c) Date of bid opening
8. Eligibility Criteria
(A) For MES enlisted Contractors shall be enlisted with MES in class ‘E’ and above and
contractors category a(i) subject to satisfactory remarks w.r.t. performance in
respect of works in hand as reflected in Work Load Return(WLR) or any
other report circulated by competent engineer authority.
(B) For contractors not (i) Contractors not enlisted with MES should meet the enlistment criteria of
enlisted with MES 'E' class & a(i) category contractor with regard to satisfactorily completion
of requisite value of works with Central/State Government/ Central/ state
PSUs/ AWHO/ AFNHB/ CGEWHO/ DGMAP, Annual turnover, Bank
Solvency, working capital and other requirements given in Para 1.4 & 1.5 of
section 1 of MES Manual of Contracts 2020 In this connection please Refer
Annexure I to NIT.

(ii) Not carrying adverse remarks in Work Load Return(WLR) or any other
similar report circulated by competent authority, if already working in MES.

(iii) Not suspended/debarred/blacklisted (either permanently or temporarily)


from participating in any bid or for business dealings by any Central/State
Government Department or any Central/ State PSU or any Autonomous
Body under Central/ State Government or any Local Body as on the bid
submission end date.
9 Tender issuing and Major Vipin M., GE (AF) (Adm Area) Agra
Accepting Officer Phone No. 0562-2304440 Email ID : geadm.kheria@gmail.com
10. Executing agency GE (AF) (Adm Area) Agra
11. Earnest Money Rs 30,000/- in favour of GE (AF) (Adm Area) Agra payable at Agra in the
form of Deposit at call receipt.
12 Performance security An amount equivalent to 3% of the contract sum shall be deposited by
and Defect Liability contractor (either enlisted or un-enlisted) within 28 days of acceptance of tender
period in prescribed form as specified in Condition 19 of IAFW-2249, failing which the
contract shall be cancelled and EMD submitted by the un-enlisted contractor
shall be forfeited. In case of enlisted contractor the amount equal to earnest
money as mentioned under Para 11 above shall be deposited by the contractor
through MRO in Government treasury. Issue of tender to such tenderer shall
remain suspended till the aforesaid amount equal to the earnest money is
deposited in government treasury. In case enlisted contractor fails to deposit
the money through MRO same will be deducted from security deposit held with
the Deptt. or any dues held with the Deptt.
CA NO: GE(AF)/ADM AREA/01 OF 2021-2022 SRL PAGE NO: 13

APPENDIX ‘A’ TO NOTICE OF INVITING E-TENDER (NIT)


(For works coasting less than Rs 15 crores) contd...
NOTES :
1. After opening of Cover 1, If the number of MES enlisted contractors of eligible class as well as
un-enlisted contractors, If any, fulfilling the other eligibility criteria given in NIT are less than 7 (Seven).
Applications in respect of contractors one class or two classes (in case of remote and difficult areas to
be decided as per list circulated by CE command/ADG) below the eligible class shall also be
considered subject to fulfilment of other eligibility criteria given in the NIT. Therefore MES contractor’s
one class below (two classes below in case of remote and difficult areas) may also bid for this tender.
However contractors of one/two classes below the eligible class shall not be considered in case their
present residual work in hand is more than twice their present tendering limit. Such bidders shall
upload in their Cover-1 bid details of works in hand showing names of work, Names of Accepting
Officers, Contract amounts, dates of commencement and completion(stipulated) and progress as on
bid submission date. These details shall be verified by the Tender Issuing Authority from concerned
formations in case bids of such contractors are considered for evaluation.

2. In case after opening of Cover-1, the number of MES enlisted contractors of eligible class as
well as un-enlisted contractors, if any, fulfilling the other eligibility criteria given in NIT are 7 (Seven) or
more, applications of only those one class below the eligible class bidders shall be considered, who
have previously completed similar works satisfactorily and are meeting the criteria of upgradation in
respect of past experience of completed works (individual work experience and/or average annual
turnover as applicable) and financial soundness (solvency/financial soundness and working capital) as
per details given in Manual on Contracts. Therefore such contractors shall upload the requisite
information / documents in the Cover-1.

3. Unenlisted contractor shall be considered provided he meets the criteria. Foreign firms shall not
be eligible for this tender. However Indian Firms having foreign national / Indian nationals staying
abroad / Indian national having taken foreign citizenship as director (s) shall be considered subject to
security clearance from the concerned authorities.

4. Contractors enlisted with MES will upload following documents in Cover 1 for checking
eligibility:-

(a) Application for tender on Firm’s letterhead.


(b) Enlistment letter issued by the Registering Authority duly renewed for the cycle period in
vogue.
(c) Scanned copy of DD / Bankers Cheque toward cost of tender and EMD instrument in
case SSD bond is not signed at the time of registration.
(d) Employees Provident Fund Code Number
(e) GST Registration No.
(f) Any other document required as described in this Appendix.

5. Contractors not enlisted with MES will be required to upload following documents in Cover 1
alongwith documents as referred in Annexure I to NIT for checking eligibility.

(a) Application for tender on Firm’s letterhead.


(b) Scanned copy of DD / Bankers Cheque toward cost of tender and Earnest Money
Deposit (EMD) instrument.
(c) Details of works being executed in MES, if any.
(d) Employees Provident Fund Code Number
(e) GST Registration No.
(f) Any other document required as described in this Appendix.
CA NO: GE(AF)/ADM AREA/01 OF 2021-2022 SRL PAGE NO: 14

APPENDIX ‘A’ TO NOTICE OF INVITING E-TENDER (NIT)

6. Tenders not accompanied by scanned copies of requisite DD / Bankers Cheque towards cost of
tender and earnest money (as applicable) in Cover 1 shall not be considered for validation of ‘T’ bid
and their Financial Bids will not be opened.

7. Contractors should ensure that their original physical DDs and Earnest Money Deposit (EMD)
instruments (as applicable) reach the office of Accepting Officer within 05 days of bid submission end
date failing which following action shall be taken.
(a) In case of tenders from an enlisted contractor of MES where scanned copies of requisite
DD / Bankers Cheque towards cost of tender have been uploaded in cover 1 but physical copies are
not received within the stipulated period, their financial bids (Cover 2) will be opened. However, non-
submission of physical copies of cost of tender shall be considered as willful negligence of the tenderer
with ulterior motives and such tenderer shall be banned from bidding for a period of six months
commencing from the date of opening of Financial Bid (Cover 2).
(b) In case of tenders from unenlisted contractor, where scanned copies of requisite DD /
Banker Cheque towards cost of tender have been uploaded in Cover 1 but physical copies are not
received within the stipulated period, their financial bids (Cover 2) 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 Financial bid (Cover 2).
(c) In case of tenders from enlisted and unenlisted contractors, where scanned copies of
instruments for Earnest Money Deposit (as applicable) have been uploaded in Cover 1 but the same
are not received in physical from within stipulated period, such tenders shall not qualify for opening of
financial bid (Cover 2).
8. Contractor will not be allowed to execute the work by subletting or through power of attorney to
a third party / another firm on his behalf. However a contractor can execute the work through power of
attorney to sons / daughters / spouse of Proprietor / Partner/Director and firm’s own employees,
director, project manager provided they are not having a separate enlisted firm in MES in their
name as Proprietor / Partner /Director.
9. After opening of Cover 1 and during its technical evaluation, in case any deficiency is noticed in
the documents required to be uploaded by the tenderers as per NIT, a communication in the from of e-
mail/SMS/Speed Post etc. shall be sent to the contractor to rectify the deficiency within a period of
seven days from date of communication failing which their financial bid (Cover 2) shall not be opened
and contractor shall not have any claim on the same.

10. Invitation for e-tender does not constitute any guarantee for validation of Technical bid and
subsequent opening of financial bid of any applicant / bidder merely by virtue of enclosing DD.
Accepting Officer reserves the right to reject the Technical bid and not to open the financial bid of any
applicant / bidder. Technical bid validation shall be decided by the Accepting Officer based on eligibility
of the firm as per criteria given in this Appendix. Tenderer/ bidder will be informed regarding non–
validation of his Technical bid assigning reasons therefore through tender evaluation report which shall
be uploaded on the website. Such tenderer, if desire may appeal to the next higher Engineer Authority
(NHEA) viz CWE (AF) Agra on email id afkhej3-mes@nic.in with copy to the Accepting Officer on
email before the scheduled date of opening of Cover 2. NHEA shall decide the matter within a period of
seven working days from the date of receipt of appeal. The decision of the NHEA shall be final and
binding. The tenderer / bidder shall not be entitled for any compensation whatsoever for rejection of his
bid.

11. In case an unenlisted contractor is already executing works in MES, he shall not be considered
eligible for the subject tender if the total value of such works is more than twice the tendering limit of
the MES Class of contractor for which it is eligible. For this purpose details of the works being executed
by such a contractor shall be uploaded in the Cover-1 of the bid and shall be checked / verified by the
Accepting Officer.
CA NO: GE(AF)/ADM AREA/01 OF 2021-2022 SRL PAGE NO: 15

APPENDIX ‘A’ TO NOTICE OF INVITING E-TENDER (NIT)

12. In case the BOQ is revised through the corrigendum and the bidder has failed to quote on
revised BOQ (i.e. he has quoted on pre revised BOQ), such bid shall be treated as willful negligence
by the bidder and his quotation shall be considered non-bonafide. In such cases the lowest tender shall
be determined from amongst the valid/ bonafide bids only. Accepting Officer may decide whether to re-
tender or consider the lowest banafide tender for acceptance.

13. Revoking the offer or revising the rates upward or offering voluntary reduction by the lowest
tenderer after opening of Cover 2 shall be considered as a willful default. For this default a penalty of
an amount equal to Earnest Money shall be levied. In case of an unenlisted tenderer, Earnest Money
deposited by him shall be forfeited. In case of MES enlisted tenderer having deposited the Standing
Security Bond an amount equal to the earnest money stipulated in the NIT shall be notified to the
tenderer for depositing through MRO and consideration of such tenderer in tender evaluation for future
works shall remain suspended till the aforementioned amount is deposited in the Government treasury.
No other disciplinary / administrative action shall be taken against such tenderers. In such a situation
the next lowest offer shall not be considered for acceptance. Instead retendering shall be resorted to in
a transparent and fair manner and the defaulting tenderer and his related firm if any shall not be
eligible for this tender in second call or subsequent calls.

14. Tender to related firms shall not be issued simultaneously. Firm shall be termed as related if
Proprietor / one or more Partners / Directors are common. Decision of Accepting Officer on issued /
deny the tender to any one of the related firms shall be final and binding.

15.Court of the place from where tender has been issued shall alone have jurisdiction to decide any
dispute arising out of or in respect of this tender. After acceptance of tender, condition -72 (Jurisdiction
of courts) shall be applicable for this contract.

Signature of Contractor For Accepting Officer

File No 8000 -1866/02/E8 May 2021

Garrison Engineer (AF)


(Adm Area), Agra- 282008
CA NO: GE(AF)/ADM AREA/01 OF 2021-2022 SRL PAGE NO: 16

ANNEXURE I TO NIT
1.4 Criteria for Fresh Enlistment and Upgradation
(a) Criteria for Fresh Enlistment in various classes shall be as under:-
Class Past Experience of Completed Works Financial Soundness (in Rs.)
in Last 5 years & Average annual
turnover (in Rs.)
(1) (2) (3)
‘SS’ (a)Two works costing not less than (a) Solvent upto 8.00 crore
12.00 crore each. or
or
One work costing not less than 20 Financially sound for engagement upto
crore. 40.00 crore.
and
(b)Average annual turn over for (b)Working capital not less than ` 75.00
two consecutive years shall not be lakh
less than ` 20 crore

‘S’ (a) Two works costing not less than (a) Solvent upto 4.00 crore
7.50 crore each
or or
One work costing not less than 12 Financially sound for engagement upto
crore 15.00 crore
and
(b) Average annual turn over for (b) Working capital not less than 50.00
two consecutive years shall not be lakh
less than 12 crore

‘A’ (a) Two works costing not less than (a) Solvent upto 2.00 crore
4.00 crore each.
or or
One work costing not less than 6.00 Financially sound for engagement
crore. Upto Rs 7.50 crore.
and
(b) Average annual turnover for (b) Working capital not less than Rs. 30.00
two consecutive years shall not be lakh
less than 6.00 crore

‘B’ (a)Two works costing not less than (a) Solvent upto 100.00 lakh
1.50 crore each.
or or
One work costing not less than 2.50 Financially sound for engagement upto
crore. 3.00 crore.
and
(b) Average annual turn over for (b)Working capital not less than 12.00
two consecutive years shall not be lakh
less than 300.00 lakh.
CA NO: GE(AF)/ADM AREA/01 OF 2021-2022 SRL PAGE NO: 17
ANNEXURE I TO NIT
‘C’ (a) Two works costing not less than (a) Solvent upto 40.00 lakh
50.00 lakh each.
or or
One work costing not less than 80.00 Financially sound for engagement upto
lakh. 100.00 lakh
and
(b) Average annual turn over for (b) Working capital not less than 10.00
two consecutive years shall not be lakh
less than Rs.100.00 lakh.

‘D’ (a) Two works costing not less than (a) Solvent upto 20.00 lakh
25.00 lakh each.
or or
One work costing not less than 40.00 Financially sound for engagement
lakh. upto 50.00 lakh.
and
(b) Average annual turn over for two (b) Working capital not less than 7.50
consecutive years shall not be less lakh
than 50.00 lakh.

‘E’ (a) Three works costing not less than (a) Solvent upto Rs 10.00 lakh
Rs 7.50 lakh.
or or
Two work costing not less than Rs. Financially sound for engagement upto Rs
10.00 lakh each 25.00 lakh.
or
One work costing not less than Rs. (b)Working capital Rs 5.00 lakh
20.00 lakh.
and
(b) Average annual turn over for
two consecutive years shall not be
less than Rs 25.00 lakh.

(b) Criteria for upgradation in various class shall be as under:-

Class Past experience of Financial soundness Limit of minimum


completed works reserves
in last 5 years (See Note 5
below)
(1) (2) (3) (4)
‘SS’ (a) Two works costing not (a) Solvent upto Rs. 8.00 Rs.120.00 lakh
less than Rs 12.00 crore crore
each.
or or
One work costing not less financially sound for
than Rs 20 crore. engagement upto Rs 40.00
and crore
(b) Average annual turn over
for last two consecutive (b) Working capital not less
years shall not be less than than Rs 75.00 lakh
Rs 20 crore
CA NO: GE(AF)/ADM AREA/01 OF 2021-2022 SRL PAGE NO: 18
ANNEXURE I TO NIT

‘S’ (a) Two works costing not (a) Solvent upto Rs 4.00 Rs. 80.00 lakh
less than Rs 7.50 crore each crore
or or
One work costing not less Financially sound for
than Rs 12 crore engagement upto Rs. 15.00
and crore
(b) Average annual turn over
for last two consecutive years (b)Working capital not less
shall not be less than Rs 12 than Rs 50.00 lakh
crore

‘A’ (a) Two works costing not (a) Solvent upto Rs 2.00 Rs 75.00 lakh
less than Rs 4.00 crore each. crore
or or
One work costing not less Financially sound for
than Rs. 6.00 crore. engagement upto Rs 7.50
and crore.
(b)Average annual turn over
for last two consecutive years (b) Working capital not less
shall not be less than Rs 6.00 than Rs 30.00 lakh
crore

‘B’ (a) Two works costing not (a) Solvent upto Rs 100.00 Rs. 60.00 lakh
less than Rs 1.50 crore each. lakh
or or
One work costing not less Financially sound for
than Rs. 2.50 crore. engagement upto Rs 3.00
or crore.
Average annual turn over for
last two consecutive years (b) Working capital not less
shall not be less than Rs than Rs 12.00 lakh
300.00 lakh.

‘C’ (a) Two works costing not (a) Solvent upto Rs. 40.00 Rs. 25.00 lakh
less than Rs. 50.00 lakh lakh
each.
or or
One work costing not less Financially sound for
than Rs. 80.00 lakh. engagement upto Rs. 100.00
or lakh
Average annual turn over for
last two consecutive years (b) Working capital not less
shall not be less than than Rs. 10.00 lakh
Rs.100.00 lakh.
CA NO: GE(AF)/ADM AREA/01 OF 2021-2022 SRL PAGE NO: 19
ANNEXURE I TO NIT

‘D’ (a) Two works costing not (a) Solvent upto Rs 20.00 Rs 12.50 lakh
less than Rs 25.00 lakh each. lakh
or or
One work costing not less Financially sound for
than Rs. 40.00 lakh. engagement upto Rs 50.00
or lakh.
Average annual turn over for
last two consecutive years (b)Working capital not less
shall not be less than Rs than Rs 7.50 lakh
50.00 lakh.

Notes:-

1. Authority competent to enlist shall be called Registering Authority.


2. The categories for enlistment shall be decided on the basis of nature of works executed
by Contractor. Contractors who have experience of executing of Prefab/Pre-Engineered
Structures and fulfil other criteria, shall also be eligible for enlistment in category a(i). At the
time of renewal, contractors already enlisted in Cat (a) (i) Building & Roads, shall be enlisted
inCat (a) (i) Building works & (a) (v) Roads. In case of E class contractors, Registering
Authority shall issue suitable amendments to enlistment letters in respect of separate
categories for buildings works iea(i) and roads i.e. a(v) without any application from contractor.
3. For enlistment/upgradation/renewal/reclassification etc, in category (b) Electrical
Engineering Works (i) to (iii), a declaration/undertaking shall be obtained from the applicant
contractor in affidavit form whereby the contractor shall undertake to either obtain valid
Electrical Licence of required class in its name or engage an agency having valid Electrical
Licence of required class through MoU (Memorandum of Understanding) for execution of all
electrical works as well as works under category (c) [including its sub categories (i) to (vii)] and
the category (d)(v) to the extent Rule 29 under Part III of Central Electricity Authority
(Measures Relating to Safety and Electric Supply) Regulations, 2010 is applicable either in full
or part of the scope of work of contract awarded to him and that all such electrical works shall
be executed by him through such agency only (either self or other agency) having valid
Electrical Licence of required class from State /Union Territory Authorities where works are to
be executed.
4. Working capital with the Contractor shall be judged from balance sheet/bank’s
certificate as per Appendix 1.3 / bank statement for last 6 month/overdraft facility from
bank/fixed deposit receipts with banks.
5. The requirements of minimum reserves are applicable for enlistment related process of
existing contractors i.e. Change in constitution/Renewal/Reclassification(Revision in Monetary
Limit) etc, if they have contracts in hand not having Performance Security provisions, till their
contracts are completed and their Final Bills do not become MINUS. For this, these
contractors will submit affidavit on non-judicial stamp paper of appropriate value(minimum
value Rs. 100) declaring that all their contracts without Performance Security provisions are
completed and the Final Bills are not MINUS. Immovable/movable property (minimum reserve)
shall be exclusively in the name of Contractor and not in the name of family members/
relatives/ others. In case of Limited companies, immovable/ movable property (considered for
minimum reserve) shall be exclusively in the name of Company and should be reflected in the
Balance Sheet of the Company.
CA NO: GE(AF)/ADM AREA/01 OF 2021-2022 SRL PAGE NO: 20
ANNEXURE I TO NIT

6. “Last two consecutive years” shall mean immediate last two consecutive financial years
reckoned from the date of application for enlistment / upgradation.For documents in support of
works experience, TDS certificate for IT/Sales Tax/VAT/GST shall also be asked from
applicant firms. All documents related to works experience and turnover (except Form 26 AS
and portal generated GST return) shall be got independently verified from the client/issuing
authority. Registering Authority may seek clarification from the Chartered Accountant in case
of any doubt. Annual turnover to be considered for enlistment purpose shall mean the turnover
from all businesses carried out by the applicant firm in relation to construction work related to
categories of works for which the enlistment is being sought. It may be total turnover as shown
in the audited balance sheet or part thereof. Necessary clarification shall be obtained from the
Chartered Accountant whose audited balance sheet is submitted by the applicant firm in case
considered necessary by the Registering Authority.

7. Upgradation of enlisted contractor shall be done gradually in stages. Before a


contractor is considered for upgradation, he should have worked at least for two years in the
present tendering limit and should meet the criteria laid down. Normally upgradation will be
done only to one next higher class at a time. However, if performance of any particular
contractor is of very high order and Registering Authority considers upgradation of such
contractor by more than one class justified, the same shall be done only with prior approval of
E-in-C’s Branch. Following considerations shall be applied to ascertain whether the
performance of contractor is of very high order or otherwise:
(a) Contractor has completed works, value of which is more than 1.25 times the
requirement in which the upgradation is being considered.
(b) Average Annual Turnover of the contractor is more than 1.25 times the requirement in
which the upgradation is being considered.

Example: For a contractor enlisted in class ‘C’ having tendering limit of 100 lakh, proposed
to be upgraded to class ‘A’ having tendering limit of 7.50 crore, minimum value of works
completed and turn over shall be as under :

(i) Two works completed costing not less than 5.00 crore each (1.25 x 4.00)
Or
One work costing not less than 7.50 crore (1.25 x 6.00)

(ii) Average annual turnover 7.5 crore (1.25 x 6.00)

(c) Average marks secured in Performance Reports (Stage-II) for the works completed in
last five years shall not be less than 70%. Where report for any work is not available, it will be
deemed to contain only 60% average marks.

8. Contractors of ‘A’ class and above only shall be eligible for enlistment in categories (a)
(iii) Runways and Pavements and (a)(iv) Marine and Harbour Works subject to prior approval
of E-in-C.

9. The criteria laid down above for enlistment/ upgradation may be relaxed in the case of
contractors whose performance has been found to be of a very high order. Such relaxation
may, however be given only with the prior approval of E-in-C’s Branch.

1.5 Documents required to be submitted by the contractor for enlistment in MES.

(a) Application for enrolment as contractor on IAFW-2190 (Revised 2020). Coloured


Photographs affixed on application shall be self-attested.
CA NO: GE(AF)/ADM AREA/01 OF 2021-2022 SRL PAGE NO: 21
ANNEXURE I TO NIT

(b) Affidavit for constitution of firm.

(c) List of works executed during last five years (As per Appendix 1.2) including copies of
Work Orders/Work allotment letters, Copies of completion certificates and Form 16 A/TDS
certificate for GST (GSTR-7A).

(d) Annual turnover certificate duly supported with audited balance sheet. The turn over
certificate must bear the UDIN (Unique Document Identification Number). The turn over
certificate and audited balance sheet should be from same Chartered Accountant. In case
balance sheets are not audited, Form 26 AS and/or Annual GST return shall be forwarded in
support of turnover.

(e) Audited balance sheet of last five years in case of Limited companies.

(f) Solvency certificate from scheduled bank as per specimen

(g) Working Capital certificate from scheduled bank as per specimen

(h) Affidavit from contractor that there is no Government dues/ recovery outstanding
against him. If there is any Government dues/ recovery outstanding from the contractor,
enlistment/ upgradation shall not be carried out.

(j) Affidavit from contractor giving brief details of arbitration / litigation cases he was
involved in. Registering Authority will critically examine such details and if contractor is
considered habitual litigant, his enlistment/ upgradation shall not be carried out. Contractor
shall be deemed to be a habitual litigant if he moves the court more than once ignoring
arbitration clause and court does not uphold his view.

(k) Two self-attested photographs of Proprietor/Partners/ Directors of firm for verification of


character and antecedents from the police authorities. Places where online police verification
process is available, the contractor will carry out police verification of the
Proprietor/Partners/Directors and submit the verification reports for cross verification by the
Department. Alternatively the contractor may submit a copy of valid passport issued by Govt of
India.

(l) Copy of partnership deed in case of partnership firm.

(m) Memorandum and Articles of Association in case of Limited Companies.

(n) Copy of Registration Certificate of firm with Registrar of Companies/ Registrar of firms.

(o) Affidavit that no near relative(s) of the contractor or his/their employees/agents is/are
working as Gazetted/ Commissioned Officer(s) in MES/ Corps of Engineers/Ministry of
Defence. If the near relative(s) is/are working in such capacity in any formation upto Zonal
CE/CCE, he/ they shall furnish details. The contractor shall not be entitled to tender for the
works in entire area of CE Zone/CCE.

(p) Affidavit that no near relative(s) of the contractor or his/their employees/agents is/are
working as Junior Engineer(s) in MES/Corps of Engineers. If his near relative(s) is/are working
in such capacity in any formation upto CWE/ GE(I) office, the contractor shall furnish details.
The contractor shall not be entitled to tender for the works in entire area of that CWE/GE(I).
CA NO: GE(AF)/ADM AREA/01 OF 2021-2022 SRL PAGE NO: 22
ANNEXURE I TO NIT

(q) Copy of power of attorney/Resolution of the Board in favour of any Partner/Directorof


the firm.

(r) Copy of immediate last Income Tax Return.

(s) A separate sheet containing specimen signatures(signed in black ink) and affixed with
photographs of Proprietor/Partners/Directors (to be used as Appendix B of enlistment letter).

(t) Self attested copy of PAN card of Proprietor, Partners, Directors of the firm/ Company.

(u) Self attested copy of GST registration, EPFO registration and ESIC registration
certificates.

Notes:-

(i) All the documents submitted by the contractor shall be signed by Proprietor/all
Partners/all Directors unless specifically authorised to a Partner/Director through POA or
Resolution of the Board.

(ii) Photocopies of documents shall be self-attested. Registering Authority shall ask


production of original documents to verify the photocopies.

(iii) All affidavits shall be given on non-judicial stamp paper of appropriate value duly signed
by the contractor and attested by the Magistrate/Notary public.

(iv) Registering Authority shall cross-verify genuineness of financial documents at Para (d)
& (e) above from issuing Chartered Accountant (CA) and documents at Para (f) & (g) from
concerned bank branch by referring in writing to them alongwith copy of above documents
submitted by contractor. Registering Authority is also at liberty to verify the genuineness of all
the documents from other reliable/ authentic sources.

(v) All documents related to work experience and turnover (except Form 26 AS and Portal-
generated GST return) shall be got independently verified from client/ issuing authority. For
documents in support of works experience, TDS certificate for IT/Sales Tax/VAT/GST shall
also be asked from applicant firm. Registering Authority may seek clarifications from the
Chartered Accountant (CA) in case of any doubt.

(vi) Documents mentioned at para 1.5 (a) and 1.5 (s) shall not be applicable for the purpose
of documents to be uploaded for bidding purpose by unenlisted firms.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 Serial Page No 23

In lieu of IAFW-1821
(Revised 1960)
(TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACTS)
(IAFW-2249-1989 Print)

MILITARY ENGINEER SERVICES


(CENTRAL COMMAND)

Tele: 0562-2304440(civ) MILITARY ENGINEER SERVICES


2139(AF) Garrison Engineer (AF) Adm Area
Agra-08

8000-1866/ /E8 May 2021

TERM CONTRACT FOR ARTIFICER WORK FOR AREA UNDER AGE B/R-I OF
GE (AF) ADM AREA AT AF STATION AGRA

1. Shri/M/s________________________of _________ is/are hereby authorised to e-tender for the above


mentioned work.

2. The complete tender (BOQ) and other documents is to be uploaded on the MES portal of
www.defproc.gov.in on the date and time at per NIT/ web site, the quoted tender shall be opened on or after the
date and time as per NIT/web site in office of Garrison Engineer (AF) (Adm Area), Agra-282008 in the presence
of such tenderers who have uploaded their priced tender and who wish to be present.

3. Any correspondence concerning this tender shall be addressed as indicated at the top of this sheet,
quoting the reference as given.

4. The President of India does not bind himself to accept the lowest or any tender.

Signature of Officer
Issuing the documents
Appointment: AGE (Contracts)
Signature of Contractor Garrison Engineer (AF) Adm Area
Agra-08
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 24

SCHEDULE ‘A’ NOTES

1. Tentative scope of work : The approximate percentage of works being executed under the
above CA are given below for guide line only of the contractor for ascertaining the scope of works and
reasonability of rates. These percentage of works shall be followed during execution of work. However,
these percentage may be varied as per users/site requirement with prior written approval of the
Accepting officer without constituting any amendment to CA or any financial effect to that effect: -.

Ser Nature of work involved Approximate percentage


No

1. Excavation /earth works 3%

2. PCC /RCC Works 12 %

3. Brick/Stone masonry 10 %

4. Joinery /Wood work /Glazing/Gauzing 13 %

5. Steel /Iron works 10 %

6. AC Ceiling /lining 5%

7. AC Roof covering 2%

8. Water proofing treatment to roofs 3%

9. PCC padding over RCC roof 5%

10. Plastering and pointing 10 %

11. Flooring/paving/drains/plinth protection etc. 10 %

12. Sanitary fittings plumbing water supply or 10 %


sewage lines

13. Painting/finishes etc works 3%

14 Misc Items works 4%


Total - 100 %

Note : 1. Irrespective of the above percentages any minor /Part of works worth upto
Rs. 1,50,000/- each, shall also be ordered on the contractor under this CA irrespective of
the percentage of trade involved in completion of the same .

2. No claim of the contractor shall be entertained for variation of above mentioned


percentage (s) during execution of work.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 25

SCHEDULE ‘A’ NOTES (Contd…)

2. Period of completion: The entire work under this contract shall be completed within the period of 12
(twelve) Months from the date of acceptance of the tender. Work orders shall be placed on contractor by the
Engineer-in-charge under the currency of contract.

3. Measurements of work done shall be as per items and units in SSR.

4. AREA OF APPLICABILITY OF THE CONTRACT

This term contract contained within the bounded area as indicated on map kept in the office of the
Garrison Engineer (AF) (Adm Area), Agra. No work will be ordered on contractor outside the limits of these
boundaries.

The whole work under this contract lies in Restricted area, where working hours and routes are
restricted by the authorities controlling the area for security purpose. This being vital factor regarding loss of man
hours etc. should be considered by the contractor while quoting his rates for this work. Govt. shall not entertain
any claim whatsoever on this account at subsequent date.

5. (a) The rates quoted by the tenderers shall be inclusive of all type of taxes, levies including GST, labour
welfare cess etc as prevailing on the date of submission of the tender.

(b) Certain taxes such as central excise duty, service tax, additional custom duty, state level value
added tax, octori and other levies which were applicable on interstate transportation of goods are
subsumed by GST, thus special condition for reimbursement/ refund on variation in prices in
taxes directly related to contract value of tender shall be deemed to be amended incorporating
GST in lieu of taxes mentioned in condition but subsumed by GST.

6. DISMANTLING/DEMOLITION/TAKING DOWN
(a) The contractor shall demolish/dismantle/taking down work to the extent all as specifically
ordered by Engineer-in-Charge.
(b) The materials obtained from demolition/dismantling/taking down etc as described in schedule of
credit (other than materials ordered to be reincorporated in the work) shall be property of the contractor.
Other materials obtained from demolition/dismantling/taking down etc. which are not described in
“schedule of credit” will remain the property of the Govt. All materials shall be sorted out, stacked at site
for joint measurement and shall be entered in the measurement book duly, signed by both parties.
(c) All the materials obtained from demolition/dismantling/taking down which become Govt.
Property as described above shall be removed & deposited in MES Store Yard by the contractor &
receipt to this effect shall be obtained except the worthless materials (out of Govt property) which shall
be disposed off as directed by Engineer-in-Charge, without any extra cost to Govt.
(d) The Govt. does not guarantee for the value of the materials that will actually ensure to the
contractor. The contractor shall have no claim whatsoever against the department if actual cost of the
salvaged materials turns out to be different from the rate/cost fixed in schedule of credit.
(e) The credit amount for dismantled/demolished/taking down materials shall be deducted from
running/final bill payment made to the contractor for such items of dismantling/demolition/taking down
etc. paid/accounted for in the running/final bill payment.
(f) Any damaged cause to the structure & fitting/fixtures due to the negligence & unawareness of the
contractor or his workmen shall be made good by the contractor at his own expenses to the specifications
of the existing structure & to match with the existing surface & or the fittings/fixtures shall be replaced
with the new ones of the same make to the entire satisfaction of Engineer-in-Charge.
(g) Serviceable materials obtained from demolition/dismantling/taking down, if approved by the
Engineer-in-Charge in writing shall be re-incorporated in the work as described in Sch ‘A’. In no case,
the old unserviceable materials shall be re-incorporated in the work. The contractor shall have no claim
on this account.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 26

SCHEDULE ‘A’ NOTES (Contd…)

(h) The contractor shall be responsible for the safe custody of serviceable materials until handed
over to the MES which are Govt. property & are to be incorporated in the work & a written receipt to this
effect shall be furnished to the Engineer-in-Charge.
(j) The rate of credit is firm but quantities given in Sch. of credit are approximate & can be
increased/decreased.

7. Unit rates quoted by the contractor will be deemed to include for minor accessories, which are not
specifically, mentioned or given in particular specification of the execution of work/services in the workman like
manner and sound engineering practice. In case of difference of opinion as to whether or not a certain items of
work constitute “Minor” accessories included in the contractor’s prices, between GE and contractor, the
decision of the Accepting Officer shall be final, conclusive and binding.

8. In case the BOQ is revised by the 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. In such cases the lowest tender shall be determined by the lowest amount amongst
the valid/ bonafide bids only by the Accepting officer. Govt. shall not entertain any claim of willful non-
bonafide bidder, whatsoever on this account.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 Serial Page No .28
SCHEDULE OF CREDIT FOR OLD MATERIALS
Ser. No Description of item Unit Rate per
unit in Rs.
1 2 3 4
1. Scrap iron Kg 22.00
2. Scrap Brass Kg 310.00
3. Scrap wood/fire wood Kg 32.00
4. Scrap Aluminum Kg 150.00
5. Old scrap plastic/PVC Kg 19.00
6. Old brick work Cum 350.00
7. Old wooden chowkhat with shutter exc 1.5 Sqm and n.exc 4 Sqm each Each 290.00
including all fittings complete
8. -do- but not exc 1.5 Sqm –do- Each 250.00
9. Old shutter exc. 1 Sqm but n.exc 2 Sqm each leaf including fittings Each leaf 175.00
10. -do- but not exc 1 Sqm Each leaf 150.00
11. Old GI tubing 15mm bore RM 18.00
12. -do- but 20mm bore RM 25.00
13. -do- but 25mm bore RM 30.00
14. -do- but 32mm bore RM 32.00
15. Old brass/CP bib tap/angle valve/stop valve/pillar tap 15mm to 20mm bore Each 25.00
16. Old PTMT/PVC bib tap/angle valve/stop valve/pillar tap 15mm to 20mm Each 5.00
bore
17. Old shower rose any size and type Each 18.00
18. Old wash hand basin/sink vitreous china, any size including fittings. Each 65.00
19. Old PVC water storage tank 500 ltr capacity including all fittings Each 300.00
20. -do- but 1000 Ltr capacity Each 500.00
21. PVC flushing cistern Each 75.00
22. 6mm thick corrugated/semi corrugated/plain sheet with ‘J’ Hooks Sqm 25.00
23. 4mm thick AC sheet plain for ceiling etc Sqm 15.00
24. Timber scantling of any description Cum 2500.00
25. Timber fillet of any description RM 7.00
26. Timber boarding Sqm 20.00
27. Plain galvanized sheet of any description Sqm 28.00
28. Corrugated –do- Sqm 35.00
29. Tiles of any descriptions Sqm 7.00
30. Old wire mesh of any description Sqm 12.00
31. Towel rail of any description Each 10.00
32. Translucent sheet of any description & thick Sqm 20.00
33. Old chain link fencing of any mess size Sqm 50.00
34. Decorative type curtain rod RM 5.00
35. PE/AE/PE pipe 12/16mm RM 5.00
36. PE/AE/PE pipe 16/20mm RM 8.00
37. Old PVC OHT cover 500/1000 ltr capacity Each 10.00
38. Old U/S Plywood 8mm and above up to 18 mm Sqm 5.00
39. Old U/S Plywood 4mm and above up to 8mm Sqm 4.00
40. Old U/S Prelaminated particle board 18/19mm Sqm 10.00
41 Old u/s Block/ Particle board 18 mm thick and above Sqm 15.00
42 Old U/S CI pipe 100mm RM 35.00
43 Old U/S CI pipe 75mm RM 25.00
44 Old PVC pipe 110/75mm bore RM 10.00
45 Old U/S PVC bend/Tee/Cowl/ trap 75/100mm Each 3.00
46 Old U/S CI bend/Tee/cowl/trap 75/100m Each 20.00
47 Old U/S concealed stop cock any type and size Each 25.00
48 Old steel sink Each 65.00
49 Old U/S PVC connection Each 5.00
50. Old U/S False ceiling boards with snap grid Sqm 20.00
51. Old U/S jet spray Each 14.00
52. Old U/S Wall mixer any type and size Each 75.00

Signature of contractor
AGE (Contract)
For Accepting Officer
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 Serial Page No 29

SCHEDULE ‘B’
(ISSUE OF MATERIALS TO THE CONTRACTOR)
(SEE CONDITION 10 OF IAFW-2249)

S. Particulars Rate at which material will Placed of Remarks


No be issued to contractor issue by name
Unit Rate
1 2 3 4 5
- NIL-

SCHEDULE ‘C’

LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL BE HIRED TO THE
CONTRACTOR
(See condition 15, 34 and 35 of IAFW-2249)

SN Qty Particulars Details of Hire charges Standby Place of Remarks


MES per unit per charges issue (by
crew working day per unit name)
supplied per off day
1 2 3 4 5 6 7 8

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

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR


(See condition 16 & 35 of IAFW-2249)

SN Qty Particulars Rate per unit per Place of issue (by Remarks
working day name)
1 2 3 4 5 6

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

Signature of Contractor For Accepting Officer


CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 Serial Page No 30

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

1. Specifications signed by AGE(Contracts).

2. BOQ, Schedule ‘A’, ‘B’, ‘C’ & ‘D’ attached thereto.

3. MES Standard Schedule of rates Part-I 2009 ‘Specifications’ and Part-II 2020 ‘Rates’
(hereinafter and in IAFW-2249 referred to as MES schedule) together with amendment No. 1 to
3 for part-I (SSR-2009) applicable to the above said schedule.

4. General condition of contract IAFW-2249 (1989 print) together with errata 1 to 20 & amendment
No.1 to 48 for English version only.

5. Water :- Condition- 31 of IAFW-2249 (General Condition of contracts), water will be supplied by


MES to the contractor at the rate of Rs.3.75 for every Rs.1,000/- work done priced at contract
rates.

6. Should this tender be accepted:- I/We agree:-

*(a) That the sum of Rs.30,000.00 (Rupees thirty thousand only) forwarded as earnest
money shall either be retained on account of performance security deposit or be refunded by
the Govt. on receipt of appropriate amount of performance security deposit within the time
specified in condition 19 of IAFW-2249.

(b) to execute all the works in the said document upon the terms and conditions contained
or referred to in the aforesaid documents and upon the conditions herein after contained as
may be demanded and as are enumerated in the aforesaid MES Schedule during the period of
One year from the date mentioned in acceptance letter at the rates contained in the MES
schedule.
Contractor to insert here percentage
*ADD thereto/ * DEDUCT there from
in figures above or below or Zero in
…………..% (…………………………….
BOQ the rate contained in SSR
Percent)
Part II 2020
(In figures as well as in words) as per
.
BOQ at the time of CTC

As such other rates as may be fixed under the provisions of Condition 62 of IAFW-2249 and
further agree to refer all disputes as required by condition 70 of IAFW-2249 to the sole
Arbitrator of a serving officer having degree in Engineering or equivalent or having passed
final/direct examination of Sub Division II of institution of Surveyors (INDIA) recognized by the
Govt. of India, to be appointed by the Chief Engineer(AF) Allahabad or in his absence the
officer officiating as Chief Engineer whose decision shall be final, conclusive and binding.

The total estimates of any single work, job or service as defined in condition 4A of IAFW-2249
shall not exceed Rs.1,50,000/- or as ordered. The number of Civilian work people who may be
employed by the GE (AF) Adm Area, Agra under the provision of condition 4A (e) (ii) of IAFW-
2249 shall not exceed an average of 100 per day in a calendar month.

*To be deleted where not applicable.


CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 Serial Page No 31

Signature __________________________ Name of Signatory________________________

in the capacity of _______________________________________ duly authorized to sign the

Tender for and on behalf of M/S________________________________________________

___________________________________(In block letters).

Dated ___________________ Postal address______________________________________

___________________________________________________________________________

Telephone No _________________________

Witness __________________Postal address_____________________________________

__________________________Telephone No _____________________________________

ACCEPTANCE

_______________________ alternations have been made in this documents as evidence that those
alternations were made before the execution of the contract agreement, they have been signed by the
contractor and Shri Kushal Kumar, AE (QS&C), AGE (Contract) of Garrison Engineer (AF) Adm Area
Agra. The said Officer is hereby authorised to sign and initial on my behalf the documents forming part
of this contract.

The above tender is accepted by me on behalf of the President of India at the uniform
percentage of ________ % above/below the rates contained in the MES Schedule 2009 Part I and
2020 Part-II.

Signature____________ dated this _________________ day of ____________________2021

Appointment : Garrison Engineer (AF) Adm Area , Agra-08.


(For and on behalf of the President of India)
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 32 to 64
and 65 to 84

GENERAL CONDITIONS OF CONTRACTS (IAFW-2249: PRINT - 1989)

FOR

MEASUREMENT CONTRACTS (IAFW - 1821)

A copy of the MES GENERAL CONDITIONS OF CONTRACTS (IAFW-2249 : Print -1989)


with errata and amendments has been supplied to me/us and is in my/our possession. I/We have read
and understood the Provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS
before submission of this tender and I/We agree that I/We shall abide by the terms and conditions
thereof.

It is hereby further agreed and declared by me/us, that the MES General Conditions of Contracts
(IAFW-2249: Print - 1989) including Condition 70 thereof pertaining to settlement of disputes by
Arbitration containing 33 pages (Serial page Nos 32 to 64) with errata 1 to 20 and amendment Nos. 1 to
48 (Serial page Nos 65 to 84) shall form part of these tender documents.

SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER


CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 85

SCHEDULE OF MINIMUM FAIR WAGES

It is hereby agreed that “Schedule of Minimum Fair wages” as published by Government of


India state Govt./Union territories whichever is higher and which specifies minimum rates wages for
various categories of workman as applicable on the last due date of receipt of this tender shall form part
of these tender documents.

My/ Our signature hereunder amounts to my/our having read and understood the provisions
contained therein and I/We agree that I/We shall abide by the same and that aforesaid documents from
part of this tender.

SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER


CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO.86

SPECIAL CONDITIONS

1. GENERAL : The following Special Conditions shall be read in conjunction with the general
Conditions of Contracts, IAFW-2249 and IAFW-1779-A/1821 including Errata/ amendments thereto. If
any provision in these Special Conditions is at variance with that of the aforesaid documents, the former
shall be deemed to take precedence there over. The term General specification used in any of the
documents forming part of the contract refers to the specification contained in the MES Schedule.

2. ADMISSION TO SITE BY CONTRACTOR AND RESPONSIBILITY TO ASCERTAIN


HIS OWN INFORMATION.

(a) The tenderers shall contact the GE for the purpose of inspection of site (s) and relevant
documents other than those sent herewith, who will give reasonable facilities for this purpose. The
tenderers shall also make themselves familiar with working conditions, accessibility of site(s)
availability of materials and other cogent conditions which may affect the entire completion of work
under this contract.

(b) The tenderers shall be deemed to have visited the site(s) before quoting rate and made
themselves familiar with the working conditions, whether they actually inspect the site(s) or not.

3. CONDITIONS FOR WORKING

3.1 (a) The work lies in RESTRICTED AREA. However, the contractor, his agents, working
people and vehicles may pass through the unit lines in which case the Engineer-in-Charge shall,
at his discretion, have the right to issue passes to control their admission to the site of work or
any part thereof. The contractor shall on demand by the Engineer-in-Charge submit a list of
personnel’s, etc. concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such
people having been checked. Passes shall be returned at any time on demand by the Engineer-in
Charge and in any case on completion of work.

(b) The contractor and his agents, employees and work people shall observe all the rules
promulgated by the authority controlling the area in which the work is to be carried out e.g.
prohibition of smoking, lighting and fire precaution, search of persons at entry and exit, keeping
specified routes, restricted hours of working etc. Any person found violating the security rules
laid down by the authority, shall be immediately expelled from the area without assigning any
reasons whatsoever and the contractor shall have no claim on this account. Nothing shall be
admissible for any man hours lost on this account.

4. ACCEPTABLE QUALITY OF WORK AND FINISHES

(i) To determine the acceptable standard of materials and workmanship/final finishes and
layout of fittings etc, the contractor shall execute stages of work viz excavation, foundation
concrete, walling upto plinth/lintel/roof levels, roofing, flooring, joinery, built in items, finishes
and the like and services i.e. internal electrification, water supply, plumbing, sanitary fittings as
directed by the GE under the close supervision of Engineer-in-Charge and shall get it approved
by the GE. The workmanship of various trades, finishes and fittings shall serve as guiding
samples.

(ii) Approval of the stages and workmanship of sample finishes and fittings shall be
separately entered and approved in stage passing register giving reference for easy identification
even at a later date.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 87

SPECIAL CONDITIONS (contd……)

5. WORK ON HOLIDAY
The contractor shall not carry out any work on gazetted holidays except when he is specially
authorized in writing to do so by GE . The GE may at his sole discretion declare any day as holiday or
non-working day without assigning any reason for such declaration.

6. RECORD OF CONSUMPTION OF CEMENT

6.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages
initialed by Engineer-in-Charge against numbering showing quantities of cement received, used in the
work and balance at the end of each day. The form of record shall be as approved by Engineer-in-
Charge. The register shall be signed daily by the representatives of MES and the contractor in token of
verification of its correctness and will be checked by Engineer-in-Charge, at least once a week.

6.2 The register shall be kept at site in safe custody of the contractor’s representative during the
progress of the work and shall on demand, be produced for verification to the inspecting officer(s).

6.3 On completion of the work the contractor shall deposit the cement register with the Engineer-in-
Charge for record.

7. MINIMUM WAGES PAYABLE (REFER CONDITION 58 OF IAFW-2249)

7.1 Refer condition 58 of IAFW-2249. The contractor shall not pay wages lower than minimum
wages including allowances for labour as fixed by Govt. of India/State Govt. OR Union Territory
whichever is higher.

7.2 The fair wages referred to in condition 58 of IAFW-2249 will deemed to be the same as the
minimum wages payable referred to above.

8. ROYALTIES
8.1 Refer condition 14 of general condition of contracts (IAFW-2249). Quarries on defence land are
not available.

9. LAND FOR TEMPORARY WORKSHOP, STORES ETC.

9.1 Delete the following from lines 5 to 9 of sub para 1 of condition 24 of IAFW-2249 reading “in
the event of area of land allotted to him” and insert as under: -

"Separate land will not be allotted to the contractor for the storage of materials, temporary workshop
and offices. The land for these purposes shall be arranged by contractor at his own and the lump sum
cost quoted in the tender shall deemed to be included for the same."

10. WATER
10.1 Refer condition 31 of General Conditions of Contracts (IAFW-2249) and clause 1.13 of MES
Schedule Part I.

10.2 Water will be supplied by MES at the point(s) marked on site plan. Necessary arrangement for
taking water from point of supply to other places, storage tanks etc. All such temporary arrangements
shall however be removed and ground and surroundings shall be made good after the completion of the
work.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 88

SPECIAL CONDITIONS (contd……)

10.3 As the water supply be MES is likely to be intermittent, the contractor shall make own
arrangements for storage the water required for the works, labour and workman etc. at his own his
expense. The contractor shall not have any claim on account of such intermittent supply and make his
own arrangement to supplement to required quantity of water.

10.4 Point of supply, if not indicated in site plan will be decided by GE. Cost of supply of water at
point stated above shall be borne by MES and beyond that point it will be responsibility of the
contractor to make necessary arrangement in terms of sub para 2 of condition 31 of IAFW-2249.

11. CO-OPERATION WITH OTHER AGENCIES


11.1 The contractor shall permit free access and generally afford reasonable facilities to other
agencies or departmental workmen engaged by the Govt. to carry out their part of the work, if any,
under separate arrangements.

12. ELECTRIC SUPPLY


12.1 Electric supply required for the work up to a maximum 5 KW single phase/three phase shall be
made available by the MES at point(s) shown on site plan. The exact location of the electric point(s)
will be shown by the GE. KWH meters to register the electric energy supplied and main switch shall
be provided and installed by the MES. Contractor shall provide all necessary cables, fittings etc. from
the tapping point in order to ensure a proper and suitable supply of electricity for execution of work.
The contractor will be charged for the electric energy consumed for execution of work at the following
rates : -

(a) At Rupees seven and paise forty one per unit for lighting and power.

12.1 MES do not guarantee continuity of supply and no compensation whatsoever shall be allowed
for supply becoming intermittent or for break down in the system.

12.2. GE or his representative shall be free to inspect all the power consuming devices or any electric
lines provided by the contractor. Any devices or electric lines provided by the contractor, which are not
to the satisfaction of the GE shall be disconnected from the supply, if so directed by him.

13. NETWORK ANALYSIS


13.1. The time and progress chart to be prepared as per condition 11 of General Conditions of
Contracts (IAFW-2249) shall consist of detailed network analysis and a time Schedule. The critical path
network will be drawn jointly by the GE and the contractor soon after acceptance of tender. The time
scheduling of the activities will be done by the contractor so as to finish the work within the stipulated
time. On completion of the time Schedule, a firm calendar date Schedule will be prepared and submitted
by the contractor to the GE who will approve it after due scrutiny. The Schedule will be submitted in
four copies within two weeks from the date of handing over of site.

13.2. During currency of the work, the contractor is expected to adhere to the time Schedule and this
adherence will be a part of his/their performance under the contract. During the execution of the work,
the contractor is expected to participate in the reviews and updating of the network undertaken by the
GE, either as a periodical appraisal measure or when the quantum of work ordered on the contractor is
substantially changed through deviation orders or amendments. Any revision of the time Schedule as
result of the review will be submitted by the contractor to the GE within a week for his approval after
due scrutiny.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 89

SPECIAL CONDITIONS (contd……)

13.3. The contractor shall adhere to the revised time Schedule thereafter. In case of contractor
disagreeing with revised Schedule, the same will be referred to the Accepting Officer, whose decision
shall be final, conclusive and binding. GE's approval to the revised Schedule resulting in a completion
date beyond the stipulated date of completion shall not automatically amount to a grant of extension of
time. Extension of time shall be considered and decided by the appropriate authority mentioned in
condition 11 of IAFW-2249 and separately regulated.

13.4. Contractor shall mobilise and employ sufficient resources to achieve the progress, detailed
within the broad framework of the accepted method of working and safety. No additional payment will
be made to contractor for any multiple shift work or other intensive methods contemplated by him in his
Schedule, even though the time schedule is approved by the department.

14. SAMPLE OF MATERIALS

14.1. Refer condition 10 of IAFW-2249 and clause 1.6 & 1.7 of MES Schedule Part-I.

14.2. Materials provided by the contractor for incorporation in the works, unless otherwise specified
in the particular specifications, shall be ISI marked. IS means Indian Standards as issued by the Indian
Standard Institute. Wherever in the specifications I.S is referred to, it means the edition with all
amendments, current on the due date of receipt of the tender documents. The materials listed in Appx 'B'
shall be of the makes as specified therein.

14.3. The tenderer is advised to inspect other materials which are displayed in the office of GE ,
before submitting his tender. The tenderer shall be deemed to have inspected the samples and satisfied
himself, as to the nature and quality of materials, he is required to incorporate in the work irrespective
of whether he has actually inspected them or not. The materials (not listed in Appendix 'A') to be
incorporated in the work by the contractor shall be IS marked or shall be equal or superior in quality to
sample displayed and shall comply with the specifications given hereinafter. In case the contractor
provides products of superior specification after getting it approved, it shall be at his own cost and
nothing extra shall be payable on this account.

14.4. The contractor shall not procure materials unless the samples are first approved by GE .

14.5 The cost of testing of all materials shall be borne by the contractor. While quoting their rate
against item, this aspect should be kept in mind and nothing extra shall be admissible on this account.

15. PERIOD FOR KEEPING THE TENDER OPEN


15.1 The tender shall remain open for acceptance for a period of 60 (SIXTY) days from the next date
subsequent to bid submission end date.

16. SECURITY OF CLASSIFIED DOCUMENTS


16.1 Contractor's special attention is drawn to conditions 2-A and 3 of IAFW-2249 (General
Condition of Contracts). The contractor shall not communicate any classified information regarding the
work either to sub contractors or another person without the prior approval of the Engineer-in-
Charge. The contractor shall not make copies of the design/drawings and other documents furnished to
him in respect of the work, and shall return all documents on completion of the works or earlier on
termination of the contract. The contractor shall along with the final bill, attach a receipt of his having
returned the classified documents as per condition 3 of IAFW-2249(General Conditions of Contracts).

17. OFFICIAL SECRETS ACT: The contractor shall be bound by the Official Secrets Act -1923.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 90

SPECIAL CONDITIONS (contd……)

18. RECORD OF MATERIALS


18.1 The quantity of materials such as paints, water proofing compound, chemicals for anti termite
treatment and the like, as directed by the Engineer-in-Charge (the quantity of which cannot be checked
after incorporation in the works), shall be recorded in measurement books and signed by the contractor
and the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for
incorporation in the work.

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

18.3 The contractor shall, on demand, produce to the GE, original receipted vouchers/invoices in
respect of the supplies. The vouchers/invoices shall be defaced and stamped by Engineer-in-Charge
indicating contract no, name of work, under his dated signature. The contractor shall ensure that the
materials are brought to site, in original sealed containers/packing, bearing manufacturer's marking
except in the case of the requirement of material(s) being less than smallest packing.

18.4 Contractor shall produce vouchers/invoices from the manufacturers and/or their authorised
agents for the full quantity of the material, 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 Contracts IAFW-2249.

19. DEFECTS LIABILITY PERIOD

19.1 Defects liability period referred to in condition 46 of IAFW-2249 (General Condition of


contract) for purpose of this contract, shall be 24 (twenty four) calendar months after the works have
been handed over to Government.

20. REFUND OF PERFORMANCE SECURITY

20.1 Refer conditions 19 & 68 of IAFW-2249.


20.2 The performance security deposit mentioned in Condition 19 of IAFW-2249 may be refunded to
the contractor after the expiration of the defects liability period (Condition 46 of IAFW-2249) by the
GE provided always that the contractor shall first have been paid the final bill and have rendered a No-
Demand Certificate (IAFW-451).

21. CLEANING DOWN


21.1 Refer Condition 49 of IAFW-2249, General Condition of Contracts.
The contractor shall clean all floors, walls, remove cement/ lime/paint marks/ drops, etc. clean the
joinery glass panes etc, touch up all painters work and carryout all other necessary items of work in
connection therewith and leave the whole premises clean and tidy before handing over the completed
work.

22. SAFETY PRECAUTION


22.1 The contractor shall take every/precaution to control traffic on road keeping danger boards,
necessary lighting arrangements, fencing and watchman to avoid any damage. In case due to excavation
or others the road is to be blocked the contractor shall, without any extra cost to the Govt, provide
separate by pass so that normal traffic is not disturbed.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO.91

SPECIAL CONDITIONS (contd……)

22.2 Any damage to the existing road/building etc, shall be made good by the contractor with the
same specifications as per existing work, without any extra cost to the Govt. In the event of contractor
not fully complying with the above provisions to the satisfaction of the GE, the GE may provide the
same for which the expenses incurred will be recovered from the contractor.

23. EMPLOYMENT OF PERSONAL


23.1 Contractor shall employ only Indian Nationals as his representatives, servants and workmen
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 the reasons of technical collaboration or other
considerations the employment of foreign national(s) is unavoidable, the contractor shall furnish full
particulars to this effects to the Accepting Officer at the time of submission of the tender. As a proof
that the contractor has employed only Indian Nationals, he shall render a certificate to GE within one
month from the date of acceptance of tender to this effect. In case the GE desires contractor will have
the police verification done of personnel employed by him.

23.2 The GE shall have full powers and without giving any reason to order the contractor
immediately to cease to employ, in connection with his contract, any agent, servant or employee whose
continued employment is, in his opinion, undesirable. The contractor shall not be allowed any
compensation on this account.

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

23.4 Verification of antecedents of contractor’s representatives/ labour deployed at site in connection


with execution of work under the contract, as per security requirement of user unit/installation shall be
the responsibility of the contractor and all expenses in connection with verification of antecedents by
Police Authority/Security Agency shall be borne by the contractor.

24. RE-IMBURSEMENT/REFUND ON VARIATION IN ‘TAXES DIRECTLY RELATED


TO CONTRACT VALUE’:-

24.1. The rates quoted by the Contractor shall be deemed to be inclusive of all taxes (including Sales
Tax/ VAT on materials, Sales Tax/ VAT on Works Contracts, Turnover Tax, Service Tax, Labour
Welfare Cess/ Tax etc.), duties, Royalties, Octroi & other levies payable under the respective Statutes.
No re-imbursement/ refund for variation in rates of taxes, duties, Royalties, Octroi & other levies,
and/or imposition/ abolition of any new/ existing taxes, duties Royalties, Octroi & other levies shall be
made except as provided in sub para 24.2 here-in-below.

24.2 (i) The taxes which are levied by Govt at certain percentage rates of Contract Sum/ Amount
shall be termed as ‘taxes directly related to Contract value’ such as Sales Tax/ VAT on Works
Contracts, Turnover Tax, Labour Welfare Cess/ tax and like but excluding Income Tax. The tendered
rates shall be deemed to be inclusive of all ‘taxes directly related to Contract value’ with existing
percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rate of
‘taxes directly related to Contract value’ with reference to prevailing rates on last due date for receipt of
tenders shall be reimbursed to the Contractor and any decrease in percentage rate of ‘taxes directly
related to Contract value’ with reference to prevailing rates on last due date for receipt of tenders shall
be refunded by the Contractor to the Govt/ deducted by the Govt from any payments due to the
Contractor. Similarly imposition of any new ‘taxes directly related to Contract value’ after the last due
date for receipt of tenders shall be reimbursed to the Contractor and abolition of any ‘taxes directly
related to Contract value’ prevailing on last due date for receipt of tenders shall be refunded by the
Contractor to the Govt/ deducted by the Govt from the payments due to the Contractor.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 92

SPECIAL CONDITIONS (contd……)

(ii) The Contractor shall, within a reasonable time of his becoming aware of variation in percentage
rate and/or imposition of any further ‘taxes directly related to Contract value’, give written notice
thereof to the GE stating that the same is given pursuant to this Special Condition, together with all
information relating thereto which he may be in a position to supply. The Contractor shall submit the
other documentary proof/ information as the GE may require.

(iii) The Contractor shall, for the purpose of this condition keep such books of account and other
documents as are necessary and shall allow inspection of the same by a duly authorized representative
of Govt, and shall further, at the request of the GE furnish in such a manner as the GE may require, any
documents so kept and such other information as the GE may require.

(iv) Re-imbursement for increase in percentage rate imposition of ‘taxes directly related to Contract
value’ shall be made only if the Contractor necessary & properly pays additional ‘taxes directly related
to Contract value’ to the Govt, without getting the same adjusted against any other tax liability or
without getting the same refunded from the concerned Govt authority and submits documentary proof
for the same as the GE may require.
25. Miscellaneous : Date of receipt of tender as referred to in tender documents at various locations/
for various purposes including that mentioned in the special condition for reimbursement on variation of
prices shall be the bid submission end date.
26. Security Provisions: Contractor must read the following security provisions before
quoting their rate as the same are mandatory and will be followed strictly:-

(a) Identification of Labour. All man power (including casual labour) employed by contractor
is required to be in possession of valid any one of the identification i.e. PAN Card, AADHAR Card,
Voter ID, Gram Panchayat certificate or any other valid ID as recognized by Govt. Labour not in
possession of one of these IDs, will not be allowed to enter in Air Force premises.

(b) Use of mobile phone. Man power employed by the Contractor, will not be permitted to
carry mobile phone inside the Air Force premises. Violation of these instructions will be dealt with as
per the rules/ discretion of Air Force authority.

(c) Use of vehicle, plant & Machineries. All vehicle, plant & machinery brought by
Contractor for purpose of execution of Contract, will be checked by Air Force authority and escorted to
work site. Unloading of vehicles will be monitored by Air Force authorities.

(d) Site Clearance. Provision of space for storage, establishment of plant/ machinery, labour
camp etc will be purely on the discretion of Air Force authorities. In case any such construction is
permitted on Air Force land, the same will be demolished and debris cleared under site clearance prior
to completion of Contract.

(e) Working Hours. Working hours will be approved by Air Force Authority and are subject to
change without prior intimation based on the security threat perception. Working hours might also be
reduced if the situation so demands. However, in case extra working hours are required due to technical
reasons, the same will be processed on a case-to-case basis with Air Force Authorities.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 93

SPECIAL CONDITIONS (contd……)

27. MATERIAL TESTING AND TESTING CHARGES

NOTES :-

1. The materials listed here-in-after shall be tested as per the frequency indicated therein, expenses of
these shall be borne by the contractor.
2. Level of testing shown in legend as A, B and C are defined as under :-
LEVEL ‘A’
(a) “Site Lab” means own site lab established by contractor at the work site for such tests. This lab shall
house all the facilities including T&P machinery, equipment, manpower etc required for conducting tests.
This lab shall be operative for the entire duration of the contract till its completion. Tests shall be carried
out in the presence of Engineer-in-Charge to be nominated by the GE. Random check of compliance of
frequency of testing shall be done by GE.
(b) Records shall be maintained at work site. These test results shall be signed by the contractor or his
authorized representative and aforesaid departmental official.
(c) Within 15 days of placement of work order No.1 site lab shall be established and action reported by
the contractor to GE in writing who will verify the fact and satisfy himself the facilities provided.
Thereafter GE will issued a certificate to this effect in writing listing out equipment particulars etc of
each materials tests. Only after issue of this certificate by the GE the tests shall be carried out and
materials so approved shall be incorporated in the work.
(d) Manpower, materials, land infrastructure like electricity water etc requires for conducting these tests
shall be provided by the contractor.
(e) Tenderer is deemed to cater for above provisions in his quoted rate of item.
(f) Remedial measures, if any, required to achieve/obtain desired results for each test shall be taken
promptly by contractor.
(g) In case during any point of time contractor fails to adhere to the laid down frequency of the tests for
any reasons whatsoever, the contractor shall get the tests done from any other lab whose name shall be
approved by GE in writing. The testing charges payable by contractor to such labs shall be paid by the
contractor’s quoted rates of item is deemed to include for this eventuality and nothing extra shall be
payable to the contractor. No extension of time shall be admissible on this account.
(h) However, in case GE in his opinion considers that the contractor is purposely not adhering to the laid
down frequencies of the tests, he shall reserve the right to deduct penal recovery which shall be double
the rates of tests indicated in appendix ‘D’. However, besides affecting penal recovery for non-
compliance of contractual testing frequency get tests done from zonal lab as per laid down frequency and
necessary tests charges given against level ‘A’ shall be recovered from running bills. In case facilities
are not available to conduct tests in zonal lab, then charges paid by GE shall be debited to their running
payments. GE’s decision shall be final and binding on recoveries.
LEVEL ‘B’
(a) “Zonal Lab” means lab of CE (AF) Allahabad Zone, at Allahabad.
(b) The tests shall be conducted as per frequencies laid down for these tests in these labs for which
contractor shall provide all requisites facilities like samples, cubes, materials etc, transportation to these
labs for testing purposes, it will be contractor’s responsibility to adhere to the laid down frequency of
testing. Test results shall be sent by lab to the GE whose copies can be made by contractor at his own
expense. Testing charges for the tests so conducted shall be recovered at the rates indicated in appendix
‘E’ from the running payments. The contractor’s quoted rates sum is deemed to include for above
provision.
(c) Provision of para (h) above of level ‘A’ shall be applicable to level ‘B’ also.
LEVEL ‘C’
(a) Level ‘C’ lab stands for National Test House/SEMT Wing Pune located in CME Pune 31/Local
Engineering College.
(b) Rest provisions contained in para (b) of Level ‘B’ above shall be applicable here except that
contractor shall obtain test results from these labs and hand over to GE. The testing charges payable to
these labs for conducting these tests shall be borne by the contractor and his quoted rate of items sum is
deemed to include this provision.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 94
Appx ‘A’
MATERIALS AND TESTS

Sl Material Test Method of testing Frequency of tests Level of Rate Remark


No test
1 2 3 4 5 6 7 8
1. Brick 1) Compressive IS-3495 As per IS-5454 as given under:- A 180/- Checks for visual and
strength (Part-II) Dimensional
characteristics shall also
be carried out as per
IS:5454

2) Water Absorption --Do— Lot Size. sample permissible A 150/-


3) Efflorescence Size Nos of defective
---Do— bricks
(Part-II)
1001 to 0
10000 5 A 180/-
10001 to 0
35000 10
35001 to 1
50000 15
2. Coarse 1) Sieve Analysis IS:2386(Part-I) One test for every 15 cum of aggregates A 120/-
Aggregate or part there of brought to site.

2) Flakiness Index ---do-- ---do-- A 90/-

3) Estimation of ---do— One test for every 100 cum of aggregate A 120/-
deleterious materials or part thereof.

4) Organic impurities ---do-- One test per source of supply C 120/-

5) Moisture content IS:2386(Part-II) Regularly as Reqd. A 120/-

6) Specific gravity --do-- One test for each source of supply. B 120/-
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 95

MATERIALS AND TESTS (Contd)

Sl Material Test Method of testing Frequency of tests Level Rate Remark


No of
test
1 2 3 4 5 6 7 8
3. Fine 1) Sieve Analysis (IS:2386 Pt-I) One test for every 15 cum of FA or A 180/-
aggregate part thereof when brought to site.

2) Test for clay, silt and --do-- Pt-II --do-- A 90/-


impurities.
3) Specific gravity --do-- One for each source of supply B 180/-
4) Test for organic impurities --do-- One test for each source of supply. C 180/
5) Moisture content -do- but (Part-II) Regularly as required subject to 2 A 180/
tests/ per day when being used.
4. Cement 1) Setting time IS-4031-63 Once for each consignment or as B 180/
Reaffirmed 1980 and when Reqd.
2) Soundness --do-- --do-- C 120/-

3) Compressive strength --do-- --do-- B 360/-


4) Fineness --do-- --do-- C 120/-
5. Structural 1) Slump test or compacting IS-119 The Min frequency of sampling of A 180/- (1) Random sample shall be carried
concrete (M- factor test or VEE-BEE test concrete of each grade shall be as out to cover all mix units.
15 grade and under :-
above) 2) Compressive strength IS-516 Qty of Conc. No of A 120/- (2) Refer IS-456-2000 clause 14 for
IN THE work(M3) samples frequency of sampling.
1–5 1
6 – 15 2
16 – 30 3
31 – 50 4
51 and above 4+1 for each
Addl 50 cum. or part thereof.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 96

MATERIALS AND TESTS (Contd)

Sl Material Test Method of testing Frequency of tests Level of Rate Remark


No test
1 2 3 4 5 6 7 8
Water for constn purpose 1) Test for acidity IS:456 & 3025 Once at the stage of approval of B 240/- Also refer clause 4.3 of
11. source of water IS:456 and its subsequent
2) Test for alkalinity -do- B 240/- clauses regarding
suitability of water.
3) Test for solid -do- C 300/-
content
12. Welding of steel work Visual inspection IS:822-1970 100% by visual inspection 360/- Specialized tests, their
Test. Clause-7.1 method and frequency to
be decided on
consideration of their
importance by the
Accepting Officer.
13 Timber paneled and glazed a) Dimensions, IS:1003 Frequency of sampling from each A 180/-
door/window shutters(including sizes workmanship (Pt-I) lot shall be as under :-
factory made shutter) and finish Lot size Sample Size
26 to 50 5
51 to 100 8
101 to 150 13
151 to 300 20
301 to 500 32
501 to 1000 50
1001 and above 80
b) STRENGTH
TEST IS:1303 From each lot 5% of the factory Manuf-
-do- 1) Slamming -do- made shutter shall be acture
2) Impact -do- manufacturer tested for strength
-do- Indentation -do- tests.
3) Shock
Resistance
4) Edge Loading
14. Ply Wood a) Moisture content IS:1734(Pt-I) Six test pieces cut from each of B 240/- SAMPLING shall be as
(IS:303) -do- the boards selected as per table-I per IS-7835 Tables II
b) Water (Part-6) shall be subjected to tests. C 240/-
Resistance
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO. 97

MATERIALS AND TESTS (Contd)

Sl Material Test Method of testing Frequency of tests Level of Rate Remark


No test
1 2 3 4 5 6 7 8
15. Wood Particle Board(Medium a) Density IS:2380 Three test specimen from each A 60/- Sampling shall be done
Density) (Part-3) sample(Size 150mm x 75mm) as per IS:3487 with
IS:3087-1985 b) Moisture content --do-- --do-- A&B 60/- moisture meter.
c) Water absorption --do-- --do-- A 60/-
(Part-16) (Size 300mm x 300mm) A 60/-
--do--(Part-17)
d) Swelling due to --do-- --do--
surface absorption (Size 125mm x 100mm) A 60/-

e) Swelling in water --do-- (Part-4) -do-


(Size 200mm x 100mm)
f) Modules of --do-- (Part-4) --do--Three test specimens as per B 90/-
rupture IS : 2380-1977
--do-- (Part-4) --do-- as per IS:2385 C 120/-
g) Screw
withdrawal strength

Legend
A-Site Lab
B-Zonal Lab
C-National test house/SEMT WING/Engg. College

SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER


Dated__________
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 98

PARTICULAR SPECIFICATIONS

1. GENERAL

1.1 Specifications of materials and workmanship to be incorporated in this work shall be all as
described in the MES Schedule (2009) Part-I (Specifications) and 2020 Part II rates except where
specifically mentioned otherwise here in after in these particular specifications. General Rules,
preambles to various sections/rates, special conditions, method of measurement etc given in the
MES Schedule Part-II (Rates)-2020 shall also apply to this contract unless mentioned otherwise
in these tender documents.

1.2 Particular Specifications given here- in- after are in brief and are meant only to particularize,
amend or emphasis the specifications given in MES Schedule which are not repeated.

1.3 Particular specifications given here-in-after not relevant to the items catered for in schedule "A"
and / or any connected items to schedule ‘A’ shall be deemed to be cancelled automatically.

1.4 Particular Specifications given here in after shall be read in conjunction with the provisions given
in the MES Schedule Part – I (2009) and the relevant Indian Standards referred to therein and in
these particular specifications. In case of any discrepancy, the provisions of these particular
specifications shall take precedence.

1.5 Indian Standards given in MES Schedule as well as mentioned in tender documents here-in-after
shall be deemed to be changed/modified as per latest amendments issued to Indian Standards
up to the date of receipt of this tender.

2. EXCAVATION AND EARTH WORK

2.1 Excavation and earth work involved in Schedule “A” includes work in soft/loose soil. In case of
any other type of soil/rock is met with in foundation, it shall be ordered as a deviation. Hard rock
obtained if any from excavation shall become Government Property and taken over on charge by
the Engineer-in-Charge. Serviceable stones from the hard rock shall be sorted out and neatly
stacked by the contractor all as directed by the Engineer-in-Charge without any extra cost to the
Government.

2.3 Unit rate in Schedule “A”: shall be deemed to include for bailing, pumping, dewatering from
foundation, if water is met with or accumulated from any sources of cause. In the event of
deviation, no adjustment shall be made for cost of bailing, pumping and dewatering specified
herein.

2.4 For authorized width for laying pipe or cable refer clause 3.2.3 of MES Schedule Part -II (2020)
in writing as a deviation.

3. EARTH FILLING

3.1 The soil obtained from excavation if considered suitable may be used for filling & surplus soil
shall be removed from control site & filled in low laying area or at locations as directed by
Engineer-in-Charge.

Contd…
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 99

PARTICULAR SPECIFICATIONS (CONTD………..)


4. HARD CORE :
4.1 Hard core shall be broken of stone to gauge not exceeding 63mm. Hard core shall be deposited,
spread and leveled in layers not exceeding 150 mm thick, watered and rammed to a true surface.
The thickness of hardcore for the purpose of payment shall be measured after consolidation by
ramming.

5. STONE AGGREGATE
5.1 COARSE AGGREGATE: Type of coarse aggregate viz. stone aggregate to be used in plain and
reinforcement cement concrete shall be obtained from the sources given in Appx ‘A’ to particular
specification & shall be conforming to sample kept in the office of GE (AF) Agra as well as
specification as given in Para 4.4.1 to 4.4.7 of MES Schedule (Part-I) 2009. Stone aggregate
20mm graded and below shall be machine crushed and above 20 may be hand broken. Grading
of aggregate shall be as indicated in Schedule ‘A’ Stone aggregate upto 20mm size to be used in
the work shall be Black Trap granite/Basalt obtained from Delhi/Jhansi/Bayana and over 20mm
size shall be of sand stone obtained from Fatehpur Sikri.

5.2 FINE AGGREGATE: Fine aggregate for all concrete work shall be naturally occurring sand from
Chambal of Dholpur conforming to the samples kept in the office of GE (AF) Agra. The grading
of fine aggregate (Coarse sand) shall be as per grading Zone II given in Para 4.4.7(2) of MES
Schedule Part – I. (2009)

6. WATER: The water used for concrete work shall be potable water free from deleterious
materials.

7. CONCRETE
7.1 MIXING OF CONCRETE: All concrete (Plain and reinforced) shall be mixed in mechanical
concrete mixer. In exceptional cases where small quantity is involved, hand mixing may be
permitted by the Engineer-in-Charge with prior written permission without any price adjustment.

7.2 MIX OF CONCRETE AND GRADING OF AGGREGATES: Cement concrete shall be of the mix
and type as mentioned in Schedule ‘A’.

8. FORM WORK: 8.1: Form work shall be all as specified in Para 4.11.6 & Para 7.15 of MES
Schedule Part – I (2009).

9 BRICK WORK
9.1 BRICKS: Bricks shall be locally available, 230 mm x 115 mm x 75 mm size, best quality, Well
kiln burnt bricks having compressive strength not less than 75 Kg/Sq. cm and maximum water
absorption after 24 hours immersion not more than 15%. Refer clause 5.6.1 to 5.6.9 of SSR Pt-I
2009.

9.1.1 The nominal size of old size bricks shall be 230 mm x 115 mm x 75 mm (9” X4.5” x 3”).
Tolerance for the old size of bricks in each dimensions up to + 8% (Plus or Minus) shall be
permitted. Bricks to be used shall be sub class ‘B’ bricks in the works.

9.1.2 The brick work over ½ brick work shall be in English bond where as half brick thick work shall be
in stretcher bond.

9.2 SAND: 9.2.1: Sand for mortar shall be as specified in Para 5.4 of MES Schedule Part – I. Also
refer clause 4 (iv) here-in-before.
Contd……
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 100
PARTICULAR SPECIFICATIONS (CONTD………..)

10. CEMENT: Refer clause 14.3 of MES schedule Part-I (2009).

10.1 PROCUREMENT
10.1.1 All cement required for completion of this contract shall be Ordinary Portland Cement 43 grade conforming to
IS-8112-1989 or Portland Pozzolona Cement confirming to IS-1489-1991 (Part-I) & each bag shall bear BIS marking.
10.1.2 All cement required for completion of this contract shall be procured by the contractor under his own arrangement
direct from the manufactures. The cement shall be procured from the following manufacturers (in case of total
consumption of cement is more than 1200 bags) :-

Ser No Company Name Brand Name Ser Company Name Brand Name
No
(a) M/s Cement Manufacturing STAR (n) Century Cement CENTURY
company Ltd.
(b) M/s Ultra Tech Cement Ltd. ULTRATECH (o) Binani Cement Ltd BINANI
(c) M/s OCL India Ltd. KONARK (p) Mangalam cement Ltd MANGLAM
(d) M/s Dalmia Cement (Bharat) Ltd. DALMIA (q) Birla Corpn Ltd BIRLA
CEMENT
(e) M/s Wonder Cement Ltd. WONDER (r) Orient Cement ORIENT
(f) M/s Sanghi Industries Ltd. SANGHI (s) Shree Cement SHREE
(g) M/s My Home Industries Ltd. MAHA (t) J K Cement JK
(h) Nuvoco Vistas Corporation Ltd. NUVOCO (u) J K Lakshmi Cement JK LAKSHMI
(Formerly Lafarge Cement)
(j) The Associated Cement Co. Ltd ACC (v) Jaypee Rewa Cement JAYPEE
(k) Saurashtra Cement SAURASHTRA (w) Ambuja Cement Ltd. AMBUJA
(l) The India Cement - (x) Grasim Industries Ltd.
(m) Andhra Cement Ltd -

Note :- Address, Telephone No & E-mail ID of above mentioned manufacturers may be seen in the office of GE at any working
hours.

10.1.3 Particulars of the manufacturer of cement along with date of manufacture shall be furnished by the contractor to
Engineer-in-Charge for every consignment of cement separately If the requirement of cement in the contract is less
than 1200 bags then cement can be procured from authorized distributor/dealers of the manufacturer as listed above.
10.1.4 Purchase of cement of approved manufacturers from their local dealers shall be permitted in case of all
maintenance, special repairs, minor, revenue and low budgeted capital works having no structural work in the scope.
Accordingly, purchase vouchers from local dealers shall suffice in such cases.

10.2 TESTING
10.2.1 The manufacturer is required to carry out inspections and testing of cement in accordance with the relevant BIS
provisions. Contractor shall submit the manufacturer’s test certificate in original along with the test sheet giving the
result of each physical test as applicable and chemical composition of the cement or authenticated copy there of duly
signed by the manufacturer, with each consignment. The Engineer-in-Charge shall record these details in the cement
Acceptance/rejection Register after due verification.

10.2.2 The Engineer-in-Charge shall organize independent testing as per IS-3535 (Method of sampling hydraulic cement and
IS-4031-1985 (Methods of physical test for hydraulic cement) and IS-4032-1985 (Method of chemical analysis of
hydraulic cement) of random sample of cement drawn from each lot of the consignment from the National Test House,
SEMT Wing CME, Regional Research Laboratories and IS approved laboratories Govt. Engg. College &
Zonal labs.

10.2.3 The contractor shall make available required cement and other facilities for testing of cement by Engineer-in-Charge as
specified herein before and shall bear the cost of testing 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 GE
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.

10.2.4 The required quantity of samples of cement shall be taken in two polyethylene 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 Engineer-in-Charge in his office. Record of these samples shall be kept by Engineer-in-Charge and the
same shall be sent to GE by him for record in concerned contract files. These shall be kept in register by Engineer-in-
Charge.
Contd……
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 101

PARTICULAR SPECIFICATIONS (CONTD………..)

10.2.5 Cement brought by the contractor shall be allowed to be incorporated in the work after
satisfactory test results of sample sent for testing. Engineer-in-Charge shall inform the
contractor about the test result and permission to incorporate in the work, in writing. AGE shall
ensure that word ‘PASS’ is embossed on both side of the cement bags of lot which has been
found as per specifications as per test result.

10.2.6 In case, the sample got tested from the institutions/laboratories, mentioned here-in-before fails,
the concerned lot of cement shall stand rejected. A mark ‘X’ shall be embossed by the GE on
both sides of each bag of the rejected lot. The GE will inform the contractor in writing about the
test result and direct him to remove the rejected cement. Contractor shall remove the rejected
cement from the site of works within two days of the order by the GE. Contractor shall have no
claim whatsoever on account of rejection and removal of cement.

10.2.7 It shall be responsibility of the contractor to arrange cement well in advance, to facilitate its
testing, before use in the work. The contractor shall submit the programme of procurement of
cement to the GE before the date of commencement of the work, indicating date of procurement
and quantity.

10.3 STORING
10.3.1 The contractor shall store the cement at site in a covered leak proof godown with locking
arrangement, over a dunnage at least 200 mm high, in such a manner as to prevent deterioration
due to moisture or intrusion of foreign matter. The stock of cement stored shall be at least 60 cm
away from the walls. The cement so stored shall be inspected by the JE (Civ) and 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 the 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

10.3.2 The cement godown shall be provided with two locks on each door. One lock by AGE & other
lock by the contractor shall be provided The keys of the lock provided by the AGE at each door
shall remain with or his representative and that of the other lock with the contractor or his
authorized agent at site of work so that cement is removed from the go-down only according to
the daily requirement with the knowledge of both the parties. The cement shall be consumed
within 6 month of its manufacturing.

10.3.3 Procurement of cement shall be made in phased manner to avoid storage for long duration.

10.4 DOCUMENTATION

10.4.1 The contractor shall submit original vouchers, test certificate and test sheets from the
manufacturer/producers for the total quantity of cement supplied under each consignment, to be
incorporated in the work.

10.4.2 All consignments received at the work site shall be inspected by the Engineer-in-Charge
alongwith the relevant documents before sample is taken for the testing. The original vouchers
and test certificates (original/authenticated) shall be defaced by the Engineer-in-Charge and kept
on record in the office of the GE duly authenticated and with cross reference to the control
number recorded in the cement acceptance/rejection register(Format as per Appendix ‘C’. The
cement acceptance/rejection register shall be signed by JE (Civ), 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.
Contd …..
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 102

PARTICULAR SPECIFICATIONS (CONTD………..)

11 CEMENT CONCRETE MIX

11.1 DESIGN MIX CONCRETE: Wherever design mix concrete is specified in tender documents, the
acceptance criteria for compressive strength shall be all as per IS 10262 and SP-23 & shall be
read in conjunction with IS-456. Cost of carrying out design mix from Govt. Engineering college /
Govt. approved lab including cost of materials, handling and testing charges is to be borne by the
contractor. The min. cement content of M-25 (design mix) shall be as per IS 456-2000 (Table 5
clause 8.2.4) for moderate exposure. No adjustment in rates/prices shall be made in case of
increase in minimum cement content.
11.2 NOMINAL MIX : It shall be as per IS-456. The periodicity of design mix and other tests shall be
all as divided by GE.

11.3 PRECAST CEMENT CONCRETE : Precast cement concrete shall be all as specified in clause
4.20 of SSR Pt-I . The precast items shall be set in CM (1:3) with the joint to match if not other
wise mentioned any where in tender documents.

11.4 CONSOLIDATION AND CURING : Curing of cement concrete shall be done as per clause
4.11.13 and 4.91.14 of MES Sch Part-I (2009).
11.5 Transporting, depositing & compacting of concrete generally shall be carried out complete all
as specified in clause 4.11.9 to 4.11.11 of MES Sch Part-I (2009).

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


12.2.1 (a) REINFORCEMENT STEEL
(i) 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 :-

Srl COMPANY NAME BRAND NAME Srl COMPANY NAME BRAND NAME
No No
1. Rashtriya Ispat Nigam RINL 11. M/S JSW Steel Ltd., NEOSTEEL
Limited
2. Tata Iron & Steel Company TATA 12. M/S Electrosteel Steels ELECTROSTEEL
(TISCO, or Tata Steel), Ltd.
3. Steel Authority of India SAIL 13. M/S Shyam Metalics & SEL
Limited Energy Ltd,
4. M/S Jai Balaji Industries Balaji Shakti 14. M/S Kamachi Industries KAMACHI
Ltd., Ltd.
5. M/S Shyam Steel Industries SHYAM 15. M/S BDG Metal & Power BDG6
Ltd Ltd,
6. M/S Steel Exchange India SIMHADRI 16. M/S Gallantt Metal Ltd GALLANTT TMX
Ltd., TMT
7. M/S Jindal Steel and Power JINDAL 17. M/S Rashmi Metaliks Ltd RASHMI TMT
Ltd. PANTHER
8. M/S SRMB Srijan Ltd., SRMB 18. M/S Real Ispat & Power G K TMT
ltd
9. M/S Concast Steel & Power CONCAST 19. M/S Super Smelters Ltd. SUPER SHAKTI
Ltd MAXX Kolkata
10. M/S Shri Bajrang Power & GOEL TMT 20. M/S SPS steel rolling ELEGANT TMT
Ispat Ltd., mills Ltd
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 103

PARTICULAR SPECIFICATIONS (CONTD………..)

(b) STRUCTURAL STEEL. structural steel sections shall be procured directly from main
producers i.e. SAIL/RINL/TISCO/IISCO.In case of non availability with primary producers ,the structural
steel can be procured from secondary steel producers like (i) Kashi Vishwanath Steels Ltd0, Vivek Vihar,
Phase-I, Delhi-110095. (ii) M/S Shyam Steel Ltd, 29, Ganesh Chandra Avenue, Ist Floor, Kolkata-13, Tele-
03322379444, 22373311. FAX-03322366937, (iii) M/S K L Steel Pvt Ltd, Post Box No 61, Lal Kuan,
Bulandshahar Road, Ghaziabad (UP), Tele :0120-2867911, 2867915, FAX-0120-2867917, (iv) M/S Shyam
Steels Ltd, White Towers, 1st Floor 115 College street Kolkata 700012 (v) M/S Shree Parashnath Re-Rolling
Mills Ltd, Admin office:- 3511 Part Dr B C Roy Avenue,Durgapur-713201 Ph:- 0343-2550537/2550538 FAX-
0343- 2554457and (vi) Jindal Steel & Power Ltd, Gurgaon as approved, with a reduction of 5%(five
percent) of the accepted rate of structural steel. In case the desired section of structural steel is not
rolled/manufactured by primary producers, there shall be no price adjustment in use of structural steel
procured from approved secondary producers.

(c) Reinforcement steel, structural steel and galvanized 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.

(d) 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.

(e) Purchase of steel of approved manufacturers from their local dealers shall be permitted in
case of all maintenance, special repairs, minor, revenue and low budgeted capital works having
no structural work in the scope. Accordingly, purchase vouchers from local dealers shall suffice in
such cases.

12.2.2 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 Accepting Register
after due verification.

(b) It will be mandatory for the AGE to carry out simple field test and record the findings
before the contractor is allowed to use steel in the work. GE may also carry out random checks
and record his remarks in the Steel Test Register. Such simple testing includes sand papering
the cross section the TMT bar and dipping it in chemical solution to give 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 devaluated 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.

(d) Independent testing of steel by the GE 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 optional at the discretion of the GE in case of procurement of steel from main producers
and testing charges shall be borne in accordance with Condition 10 A of IAFW-2249 ie testing
charges shall be borne by the deptt. If the test results are found in order otherwise these shall be
borne by the contractor.
Contd …..
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 104

PARTICULAR SPECIFICATIONS (CONTD………..)

(e) Independent testing of steel by the GE 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 12.2.2 (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.

12.2.3 FREQUENCY FOR NOMINAL MASS, TENSILE, BEND AND REBEND TESTS OF STEEL

Ser Nominal Size Quantity


No
STEEL REINFORCEMENT

(a) Bars size less than 10 mm 1 sample (3 specimens), for each test
for every 25 tones or Part thereof.
(b) Bar size 10 mm to 16 mm 1 sample (3 specimens), for each test
for every 35 tones or Part thereof.
(c) Bar size over 16 mm 1 sample (3 specimens), for each test
for every 45 tones or Part thereof.
STRUCTURAL STEEL

(d) Tensile test including percentage elongation 1 test for every 25 tones of steel or part
thereof
(e) Bend test 1 test for every 10 tones of steel or part
thereof

12.2.4 SCHEDULE OF SUPPLY


The contractor shall procure steel well in time & shall make sure that work is not delayed for want of
procurement of steel.
12.2.5 The steel brought at site and accepted shall be properly stored, preserved and maintained as per
normal practice. If the steel is not being incorporated in the work within three months of
procurement, neat cement slurry shall be applied without any extra cost to the Govt.

13 WOOD WORK AND JOINERY


13.1 TIMBER
13.1.1 Timber for all wood work and joinery shall be well seasoned (whether air or kiln dried) conforming
to specification given in 7.3 of MES Schedule Part-I and shall be within the permissible limits of
defects as defined in para 7.4 & 7.5 of MES Schedule Part-I (2009)
13.1.2 SPECIES OF TIMBER : Species of timber shall be as describe in respective items of
Schedule ‘A’.
13.1.3 Preventative anti-termite treatment shall be carried out to all wood works and joinery, contractor’s
quoted rates shall be deemed to cater for these provisions. Factory made ply wood, particle
boards and factory made shutters (ASCU vaccum treated) are not to be further treated with any
chemical against termites.

13.1.4 Chemical used for anti-termite treatment to wood work and joinery other than factory made ply
wood, particle board and factory made shutters as described above shall be copper
NAPTHNATE or any other chemical specified in IS-401-1982, applied in any one of the manners
specified in ibid IS.

13.1.5 Timber surfaces hidden or not exposed to view and in contact with brick work/masonry/concrete,
shall be left clean sawn and applied with two coats of creosote unless specified otherwise here-
in-after.
Contd…
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 105

PARTICULAR SPECIFICATIONS (CONTD………..)

13.1.6 Only one type of species of timber shall be used in stiles & rails. Shutters with mixed species
shall not be accepted.

13.1.7 Door/window shutters shall be of thickness & specifications as described in Schedule ‘A’ and all
as specified in respective item of section 8, (joinery) of MES, Schedule Part-I (2009).

14. FLOORING

14.1 GENERALLY: Provision contained in Para 13.25 & 13.32 of MES Schedule Part – I (2009) shall
be adopted for laying floors.

14.1.1 Floor topping shall be extended over door of walls, doors & other opening as directed by the
Engineer-in-Charge at site. PCC sub floor may not be laid in panel.

14.2 TYPE OF FLOOR

14.2.1 CEMENT FLOORING: PCC floor shall be all as specified in SSR Pt-I (2009) & mentioned in
Schedule ‘A’.

14.2.2 NON-SKID CERAMIC TILES FLOORING: Non Skid ceramic tiles for flooring shall be of uniform
texture. Water absorption shall be less than 2%. Tiles shall be made finished, hydraulically
pressed with breaking strength 350 to 400 Kg/Sqm and weighing not less than 14 Kg/Sqm. It
shall be free from bubbles & distortion due to overheating. Shade of tiles shall be directed by GE.
The joints shall be filled with white cement mixed with coloring pigment to match with the shade
of tiles.

14.2.3 GLAZED TILES FLOORING: Glazed ceramic tiles shall be as specified in Para 13.15 and shall
be provided in accordance with Para 13.40 of SSR Part-I (2009). The Tiles shall be 6 to 8mm
thick of size (as mentioned in schedule ‘A’), shape and colour as directed by GE.

15. GLASS DIVIDING STRIPS

15.1 Unless otherwise specified, pin headed glass dividing strip shall be of size as mentioned in
Schedule ‘A’. The glass dividing strip shall be provided in all PCC/Terrazzo floor to a depth of
38mm to 40mm thick topping.

15.2 Top of glass dividing strips shall be rubbed smooth finished with Carborandum stone
wherever required.

16. SAND STONE SLAB


16.1 Sand stone slab shall be hard , sound durable and tuff , free from cracks , decay and weathering.
Sand stone slab shall be brick red in colour and free from white patches for streaks. Transverse
strength of slab shall not less than 70 Kg/ Sqcm. Resistance to wear shall not be greater than 2
mm on the average and 2.5 mm for any individual slab when tested in accordance with IS-1706 -
1972.

17. LAYING , JOINTING AND POINTING


17.1 Laying of slab shall be done all as specified in clause 6. 20.5 of SSR Part I (2009). Jointing &
pointing, incurring shall be carried out all as specified in clause No. 6.26 and 6.20.7 of SSR Part-I
(2009).

18. PLASTERING AND POINTING

18.1 GENERAL
18.1.1 Refer paras 14.12 to 14.17 & 14.24, 14.25, 14.28 & 14.29 of MES Schedule Part – I (2009) (for
workmanship).
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 106

PARTICULAR SPECIFICATIONS (CONTD………..)

18.1.2 All plastered surfaces shall be trowelled to a smooth and even surface without using extra
cement.

18.1.3 Thickness of cement plaster mentioned in items of Schedule ‘A’ shall be finished thickness
exclusive of dubbing. Dubbing may however be done in one operation with plaster. The rate
quoted for plaster in Schedule ‘A’ shall be deemed to be inclusive of dubbing.

18.1.4 Thickness of plaster and mix of mortar for plaster/pointing shall be mentioned in
respective items of Schedule ‘A’.

19. GLAZING

19.1 Glass shall be free from all defects viz. bubbles, vavyness etc and shall be homogeneous
thickness.
19.2 Glazing shall be with sheet glass of thickness as mentioned in respective items of
Schedule ‘A’.

19.3 The glass to steel frames/wooden frames shall be fixed all as specified in para 16.5 to 16.10.2
of MES Schedule Part – I (2009).
20. WHITE/COLOUR WASHING/DISTEMPERING
20.1 White/Colour washing, distempering shall be provided as described in respective items of
Schedule ‘A’ after preparation of surfaces complete all as specified & directed by Engineer-
in-Charge.
20.2 White/Colour washing shall be provided all as specified in para 15.12 of MES Schedule
Part – I (2009).
21. PAINTING
21.1 GENERAL
21.1.1 All paint such as synthetic enamel paint, emulsion paint and aluminium paint and allied material
wherever mentioned shall be of Ist quality and shall conform to relevant IS. These shall be
procured from any of the firms/manufacturers as mentioned in Appendix ‘A’ to particular
specifications as approved by GE.
21.1.2 Paint for priming coat, under coat, and finishing coat shall be of the same manufacturer.

21.1.3 Colour & Tint of paint unless mentioned shall be as approved by the GE.

21.1.4 Painting on wooden surface & steel surface shall be carried out complete all as per clause 17.6 &
17.8 including sub clauses of SSR Part-I (2009).
21.1.5 Please also refer clause 17.9 to 17.10.3 of SSR Part-I for painting on AC building products,
plaster, concrete, brick and stone surfaces.

22. CEMENT PAINT: Cement paint shall be as specified in Para 15.7 on page No. 15.1 of MES
Schedule Part – I (2009).
22.1 Preparation of surfaces for cement painting shall be carried out same as specified for
white/colour wash.
22.2 Cement paint shall be prepared & applied as specified in Para 15.15 on page 15.5 of MES
Schedule Part – I (2009). Special care shall be taken to carry out curing after application of cement paint
colour/tint of cement paint shall be as directed by Engineer-in-Charge.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 107

PARTICULAR SPECIFICATIONS (CONTD………..)

23 DEMOLITION/DISMANTLING/TAKING DOWN
23.1 Demolition/dismantling shall be carried to a minimum extent as directed by Engineer-in-Charge at
site. A joint inventory shall be prepared before taking demolition/dismantling in hand and shall be
signed by Engineer-in-Charge and contractor.

23.2 Proper care shall be taken by the contractor while demolition/dismantling/taking down and
in case of any damage, the same shall be made good by the contractor matching with existing
surface without any extra cost to the Government with entire satisfaction of Engineer-in-Charge.

23.3 The materials obtained from Demolition/Dismantling/taking down for which no credit has been
given by the contractor, shall become Government property and shall be removed and deposited
to MES Store yard by the contractor and receipt to this effect shall be obtained except worthless
materials which shall be disposed off where directed by the Engineer-in-Charge, without extra
cost to the Government.
24. PRODUCTION OF PURCHASE VOUCHERS FOR MATERIALS PROCURED
The contractor shall produce purchase vouchers from the manufacturer and/or their authorized
agents for the full quantity of materials as applicable as a prerequisite before submitting claim in
RAR as “material lying at site” for payment of advances on account of materials collected in
accordance with condition 64 of General Conditions of contracts IAFW-2249. However, purchase
voucher in respect of cement, steel, major E/M equipments like transformers, DG sets, Pumps,
Motors, AC & lift equipments shall be submitted invariably.

25. SAMPLE AND APPROVAL OF MATERIAL : -

25.1. No material shall be procured in bulk without getting sample approval from GE.

25.2 The material shall be procured direct from manufacturer or their authorized dealer/stockiest
where such authorized stockiest have been appointed.

25.3 The material for which no make and specification is given shall conform to sample kept in
GE’s Office.

25.4 The work executed with unapproved material shall stand rejected and contractor shall have
no claim whatsoever on this account.

26. TESTING OF MATERIALS


26.1 Refer condition 10 of IAFW-2249
26.2 All tests (as directed by the Engineer-in-charge) shall be got carried out by the contractor from
the laboratories/ testing agencies.
26.3 The cost of material, labour to be consumed in testing, testing charges and the like shall be borne
by the contractor. The contractor may, however, get the materials tested from Zonal laboratory
(where applicable) for which the testing charges shall be borne by the contractor.

Note: Any superfluous clause not pertaining to this work shall stand cancelled and no
amendment to contract shall be constituted on this account.

SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER

DATED_____________________
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 Serial Page No 108

APPENDIX ‘A’
MAKES OF PRODUCTS TO BE INCORPORATED IN WORKS (B/R ITEMS))
(NOTE: In case of difference in makes given in Sch ‘A’ and as mentioned below makes given in
Schedule ‘A’ shall take precedence over makes given below,)
Ser Description of materials Source of materials /makes/Factories names
No.
1 2 3
1. Well burnt bricks Kiln burnt sub class ‘B’ best quality locally available
2. Sand for all type of Dholpur (Chambal river), Dabra (Sindh river)
concrete work /Brick
work/Plaster
3. 20 mm graded stone Black Trap/ Basalt from Delhi/Bayana/Jhansi
aggregate
4. 40 mm graded stone Sand Stone from Fatehpur Sikri
aggregate crushed or
hand broken
5. CP Bib Taps, Stop (a) ARK (b) Prayag Polymer (c) Marc
Valves & Pillar taps, (d) Zolotov (e) Plumber (f) Jaquar
Surgical basin mixer, (g) L&K
shower rose etc, centre
hole mixture/wash basin
mixture
6. Taps & Stop cocks (a) M/s Prakash & Co. (b) L&K
(Brass) (c) Pride (d) Zolotov
7. PTMT Bib Taps, Stop (a) Prayag Polymer
Valves & Pillar taps, (b) Polytuf
shower rose etc, Ball Valve, (c) Supreme
towel rail, grating
8. Sanitary ware (a) Neycer kermag (standard) (b) Hindware
(c) Parryware (super fine) (d) Cera
(e) Johnson Peddar
9. PVC Flushing Cistern IS : (a) Parryware-Slimline (b) Hindware
774-1984 and seat covers (c) CERA (e) Bluestar (Silver
shine)
10. Looking Mirror (a) Saint Gobain (b) Modi Guard
(c) Hindustan Pilkington
11. GI Tubing (a) Jindal (b) Tata
(c) Prakash (d) Swastik
12. HDPE (Polyethene) (a) Sintex, (b) Dhara
Water Storage Tanks (c) Tuff
(Rotational moulded)
13. PVC pipe SWR pipes (a) Finolex (c) Prince
(IS-13592 for pipes (b) Dutron (d) Sudhakar
& IS-14735 for fitting) (e) Jain (f) Captain
14. Stainless steel (a) Diamond (b) Nirali,
Sink cum Draining (c) AMCO (d) Cobra
Board/Sink (e) Shakti (f) Blue Star(Silver Shine)
(g) Prayag Polymer (h) Jain Brothers Sanitation Pvt Ltd
15. Stainless steel (a) Prayag Polymer (b) Blue Star(Silver Shine)
Plate Rack (c) Jain Brothers Sanitation Pvt Ltd
16. CI (Centrifugally (a) Jayaswal Neco,
cast) pipes as per (b) Kapilansh ( M/s Kapilansh Dhatu Udyog (P) Ltd,
IS:3089 for sewage Nagpur,
disposal & Rainwater (c) Ashutosh Iron Factory, Nagpur
pipes (d) BIC Kolkata
(e) Corporate Ispat Alloy Ltd , Durgapur
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 Serial Page No 109

(LIST OF MAKES (Contd…)

17. Stop valves/Gate (a) Leader (b) Prayag


Valves/Float valve (c) Super

18 Rigid PVC Paneled (a) Rajshree Plastiwood (b) Sintex


Door/window/partition (c) Polycon
PVC Ply/board
19. Plywood/Plain Particle (a) Kit ply (b) Bhutan Board
Board/ Plain board/ (c) Nepal Board (d) Century
Prelaminated Particle board (e) Novapan (f) Greenply

20. Plain/Pin headed/ (a) Saint Gobain (b) Modi Guard


Frosted Sheet Glass (c) Hindustan Pilkington

21. Putty for galzing (a) DOW Agro Chemicals (b) Shalimar hardware
(c) Berger (d) J&N
(e) Rajdoot
22. Factory made Shutters (a) Northern Doors Pvt. Ltd., Kanpur
paneled/ Skelton (b) M/S Joinery Manufacturing Co, Calcutta
shutters (Fly (c) M/S Choiti Industries, Kanpur
proof/Glazed) (d) M/S Oriental door, Mandhana Kanpur.
(e) M/s Kitply Industries Ltd. Kanpur

23. Laminated Sheets (a) Green lam, (b) Formica/ Sunmica


(c) Decolam (d) Century
(e) Associated Decor
24. Aluminium Section (a) Hindalco (b) Indal
For door/window & grill (c) Nalco (d) Jindal

25. Steel Windows Ventilator (as (a) M/S Ishwar Industries, 175/A, Bombay Bazar, Meerut
per IS-1038 of 1983) & (b) M/S Ashwani & Sons, 4/66, Raj Nagar, Ghaziabad (UP)
pressed steel door/ window (c) M/S Sen-Harvic, Vora Building , 1st floor, 50 Nakhoda
frames, steel lockers & Street, Bombay
cupboard frame / shutters (d) M/S Agra Timber & Steel products, Agra.
(e) M/S AGEW Steel Manufactures (Pvt) Ahmedabad
(f) M/S Multiwyn Industries Corpn Calcutta.
(g) M/S G S Udyog, G-11, Site III, Panki, UPSIDC Industrial
Area, Kanpur.
(h) Poonam Enterprises , E-10 , Industrial Estate, Talkatora,
Lucknow
(j) M/S Chandni Industries, Ghaziabad

26 Flush Doors (a) M/S Kitply Industries Ltd,Kanpur


ISI Marked (b) M/S Century Plywood
(c) M/S Mysore Chip Board-Archid
(d) M/S Northen Doors Pvt. Ltd,Kanpur

27. Gypboard False Ceiling (a) Gypsum Board


(b) Everest Industries Ltd (E-Board)
(c) Armstrong

28. Mosaic/PCC (a) M/S Mehatab Tiles, 8, Rani Shopping Centre, Bhanwar,
Plain/chequered Indore
tiles /Inter locking (b) NITCO, Mumbai
paver blocks/ Rubber (c) Star Tiles & Industries, Rama Devi, Kanpur
moulded Paver Blocks (d) Redsun tiles & Pavers, Panchkula
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 Serial Page No 110

(LIST OF MAKES (Contd…)

29 Ceramic Tiles/ Non (a) Kajaria (b) Somany


skid ceramic Tiles/Vitrified (c) Johnson (d) Orient Bell
Tiles

30. Tile Adhesive – Tile (a) M/S Bal Endura (b) Laticrete Hyderabad
Grout (d) STP Limited (c) Fevimate
(e) Fairmate
31. White cement & (a) JK White, (b) Birla white
Wall care putty
32. Cement based Paints (a) Super Snowcem, (b) Duracem,
(c) Gattucem by Asian Paints (d) Accrocem
33. Acrylic washable (a) Goodlass Nerolac (Super-Acrylic)
distemper/Oil bound (b) Shalimar paints (No 1Premium Acrylic distemper)
distemper (c) Johnson & Nicholson (Jensoline Acrylic Distemper)
(d) Asian Paints (Tractor Acrylic Distemper)
(e) Berger Paints (Bison Super)
34. Plastic emulsion (a) Goodlass Nerolac (All Escapes)
Paint (b) Shalimar paints (Hussain collection)
(c) Johnson & Nicholson (Special Effect)
(d) Asian paints (Royal)
(e) Berger paints (Luxol Silk Splender)
35. Exterior Weather (a) Berger Paints –Weather coat smooth
proof paint (b) Asian Paints –APEX, (c) Shalimar Paint –XTRA
(d) Nerolac Paint-AXCEL
36. Synthetic enamel (a) Asian Paint (Apcolite)
Paint (b) Shalimar Paints (Superlac Hi Gloss )
(c) Johnson & Nicholson Paints Ltd (Brolac)
(d) Berger Paints (Luxol Hi Gloss)

37. Construction (a) Chokesy Chemicals (b) IWL India Ltd


Chemicals (c) Pidilite (d) Fosroc
(e) Bal Endura (f) Roff Chemicals
(h) STP Limited
38. Integral WP compound (a) CICO No. 1 (b) Fosroc India Ltd
(Liquid) (c) Latex (d) Pidilite
(f) Accro-1-Accro Paints

39. Integral Water Proofing (a) Water seal from Acropaints (b) Impermo from Snowcem
compound (Powder) (c) Accorproof from ACC (d) Fosroc India Ltd
(e) Pidilite
40. Pre-painted Galvalume (a) Ispat Industries Ltd
Corrugated Steel (b) Tata bluescope steel building solutions Ltd.
Sheet (c) Grill Colour Roof India Ltd.

41 Corrugated, Semi (a) M/S Ramco AC Sheets, SWASTIK (b) Visaka


corrugated & Plain (c) M/S Eternit Everest Ltd. (d) UP Asbestos (UPAL)
AC Sheet (e) Charminar (f) RBL

42 Bituminous Product (a) Indian Oil Corporation (IOC)


(b) Hindustan Petroleum (HP)
(c) Bharat Petroleum (BP) (d) M/S STP Limited
(e) M/S MK Petroproduct, Faizabad.
(f) Bengal Bitumen, Sarita Vihar, New Delhi.
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 Serial Page No 111
(LIST OF MAKES (Contd…)

43. Polymeric membrane (a) IWL India Ltd, Chennai.


for Water proofing (b) M/S Sika India Pvt Ltd
treatment to (c) M/s Fosroc Chemicals
roof/sunken floor (d) Tiki Tar Danosa India Pvt Ltd
(e) M/S STP Limited
44. Chemical for antitermite (Chloropyrifos 20%, Imidacloprid 30.5% SC)
treatment (a) Crop Health Products, Ghaziabad
(b) Pest control of India
(c) Montari Industries Chandigarh
(d) M/S All Solutions, Jammu
(e) M/s Singhal Pesticides, Agra
45. Barbed Wire (a) Swastic Polysteel Pvt. Ltd.
(b) Amar Promotors Pvt. Ltd.
46. Punched tape concertina (a) HMB Engg Noida
coil/ Razor wire (b) Wire Product Mandi Govindgarh (PB)
(c) Chandra trading Co Ghaziabad

Signature of Contractor For Accepting Officer

Dated:
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 112

APPX ‘B’ to PS
GUARANTEE BOND

1. In consideration of the President of India (here-in-after called “ the Government”) having agreed to
exempt……………..(hereinafter called “the said Contractor(s)” from the demand, under the terms and
conditions of an Agreement dated ……………made between………….and ………….for ………..(here-in-
after called “ said Agreement”), of Performance Security Deposit for the due fulfillment by the said
Contractor (s) of the terms and conditions contained in the said Agreement, on production of a Bank
Guarantee for Rs ………………..(Rupees……………..only), we……………Bank Ltd. (hereinafter referred
to as “the Bank”) do hereby undertake to pay to the Government an amount not exceeding Rs
…………against any loss or damage caused to or suffered or would be caused to or suffered by the
Government by reason of any breach by the said Contractor(s) of any of the terms or conditions
contained in the said Agreement.

2. We…………Bank Ltd. Do hereby undertake to pay the amounts due and payable under this
guarantee without any demur, merely on a demand from the Government stating that the amount
claimed is due by way of loss or damage caused to or would be caused to or suffered by the
Government by reason of any breach by the said Contractor(s) of any of the terms or conditions
contained in the said Agreement or by reasons of the contractor’s (s) failure to perform the said
Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and
payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted
to an amount not exceeding Rs………………………

3. We…………………… Bank Ltd. further agree that guarantee herein contained shall remain in full
force and effect during the period that would be taken for the performance of the said Agreement and
that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said
Agreement have been fully paid and its claims satisfied or discharged or till…………. (Office/
Department), Ministry of ………………… certifies that the terms and conditions of the said Agreement
have been fully and properly carried out by the said Contractor(s) and accordingly discharges the
guarantee. Unless a demand or claim under this guarantee is made to us in writing on or before the
……….we shall be discharged from all liability under this guarantee thereafter.

4. We………. Bank Ltd further agree with the Government that the Government shall have the
fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary
any of the terms and conditions of the said Agreement or to extend time of performance by the said
Contractor(s) from time to time or to postpone for any time or from time to time any of the powers
exercisable by the Government against the said Contractor(s) and to forbear or enforce any of the terms
and conditions relating to the said agreement and we shall not be relieved from our liability by reason of
any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or
omission on the part of the Government or any indulgence by the Government to the said Contractor(s)
or any such matter or thing whatsoever which under the law relating to sureties would but for this
provision have effect of so relieving us.

5. We……… Bank Ltd lastly undertake not to revoke this guarantee during its currency except with
the pervious consent of the Government in writing.

Dated the ………………day of ………………………

For …………………….Bank Ltd.

SIGNATURE OF CONTRCTOR FOR ACCEPTING OFFICER


CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 113
APPENDIX “C”
CEMENT SUPPLY AND ACCEPTANCE REGISTER
01. CA No. & Name of work :

02. Control No.* :

03. Name of Manufacturer/Brand Name/Grade of Cement :-


(a) Manufacturer :
(b) Brand :
(c) Grade :

04. Qty of cement & Lot No./Week No. (in Bags) :-


(a) Quantity :
(b) Lot No./Week No. :

05. Manufacturer’s test Certificates No. :

06. Random Test Details :-


(a) Physical test report from ____________ vide their letter No. _______________________
(Name of approved Lab/Engineering College)

(b) Chemical test report from ___________ vide their letter No. _______________________
(Name of approved Lab/Engineering College)

07. Details of Physical & Chemical properties :-

Physical Requirements (as per IS-4031) Chemical Requirements (As per IS-4032)
Compressive
Strengths (Mpa)
Specific Surface Area (Sqm/Kg)

Lime Saturation Factor (Ratio)


Initial Setting Time (Minutes)

Final Setting Time (Minutes)


Soundness by Le Chateliar

Standard Consistency (%)


Soundness by Auto Clave

Alumina Iron Ratio (Ratio)

Sulphuric Anhydride (%)


Temp during testing 0C

Insoluble Resdue (%)

Loss on Ignition (%)


Magnesium (%)

Chlorides (%)
Alkailes (%)
03 Days

07 Days

28 Days

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 Garrison Engineer

Remarks of BOO/Inspecting Officer/CWE

* To be allotted serially by GE consignment wise

Remarks of BOO/Inspecting officer/CWE

*To be allotted serially by GE consignment wise.


CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 114

Appendix ‘D’
Sl No Description of item/material Remarks
1. CONCRETE
(a) Integral cement water proofing compound. 2645-2003
(b) Plywood for concrete shuttering work. 4990
2. JOINERY
(a) Wooden flush door shutters, solid core type, ply
2202 (Part-1)
wood face panels
(Sixth Revision) 1999
(b) Wooden flush door shutters, solid core type, ply 2202 (Part-2)
wood face panels and hard board panels (Third
Revision)
3. BUILDERS HARD WARE
Steel butt hinges. 1341-1992
Non–ferrous metal butt hinges. 205-1992
Ferrous tower bolts. 204 (Part-1)-1991
Non-ferrous tower bolts. 204 (Part-2)-1992
Door handles. 208-1996
Parliament hinges. 362-1991
Hydraulically operated door closures. 3564-1996
Continuous (piano) hinges. 3818-1992
Non-Ferrous metal sliding door bolts. 2681-1993
Tee and strap hinges. 206-1992
Mild steel sliding door bolts. 281-191
4. ROOF COVERINGS
Bitumen felts for water proofing and damp proofing 1322-1993
5. CEILING AND LINING
Ply wood for general purpose. 373-1975
Block boards. 1659-2004
Veneered decorative plywood. 1328-1996
Marine plywood. 710
Fiber hard boards. 1658-2006
Veneered Particle Board (Exterior Grade) 3097-2006
Decorative thermo setting synthetic resin bonded 2046-1995
laminated sheets
6. FLOORING
White Portland cement 8042
Cement Concrete flooring tiles 1237-1980
7. WATER SUPPLY, PLUMBING, DRAINS & SANITARY
APPLIANCES
Concrete pipes (with and without reinforcement) 458-2003
Flushing Cistern for WC and urinals. 774-2004
PVC flushing cistern. 7231
Cast copper alloy screw down bib tap and stop valves
781-1984 1239(Part-1)-2004
for water services.
Galvanized mild steel tube
Galvanized mild steel tube fittings 1239(Part-2)-1992
CA NO : GE (AF)/ADM AREA/01 OF 2021-2022 SERIAL PAGE NO 115

Centrifugally cast (Spun) Iron spigot and socket; soil,


3989-1984
waste
vent pipes, fittings and accessories. 1703-2000
Ball valves (Horizontal plunger type) including floats
for water
supply purposes. 1726-1991
Cast iron manhole covers and frames.
AC pressure pipes. 1592-2003
Automatic flushing cistern. 2326-1987
Vitreous China ware appliances:-
General requirements. 2556 (Part-1)-1994
Wash down water closet. 2556 (Part-2)-2004
Squatting pans. 2556 (Part-3)-2004
Wash hand basin. 2556 (Part-4)-2004
Laboratory sinks. 2556 (Part-5)-1994
Urinals and partition plates 2556 (Part-6)-1994
Specific requirements of accessories for Sanitary 2556 (Part-7)-1995
Appliances(Third Revision) 2548( part-I & II)
Plastic WC seats and covers.
Pillar taps. 1996
Centrifugally cast (spun) iron pressure pipes for water,
1795-1982
gas and
Sewage. 1536-2001
Rubber sealing rings for gas mains, water mains and
sewers.
Cast iron fittings for pressure pipes for water, gas and
5382-1985
sewage.

SIGNATURE OF CONTRACTOR AGE (CONTRACTS)


DATED_____________________ FOR ACCEPTING OFFICER

You might also like