You are on page 1of 55

CA NO : GE/CHE/ OF 2023-2024 Serial Page No.

MILITARY ENGINEER SERVICES

NAME OF WORK: REPAIR AND CLEANING OF AREA DRAINAGE, SEWAGE SYSTEM INCLUDING CLEANING
OF SEPTIC TANK BY MECHANICAL MEANS IN ZONE B & E AREA UNDER GE CHENNAI
INDEX

Sl Description Pages
No.

1 Contents (Index) 01

2 Forwarding letter and instructions for completion of tender documents 02 to 05

3 Item rate tender and contract for works required IAFW-1779A (Revised 06 to 21
1955) including Schedule ‘A’, ‘B’, ‘C’ & ‘D’

4 General conditions of contract IAFW-2249 (1989 Print) together with 22 to 68


amendments and errata thereto.

5 Schedule of Minimum fair wages 69

6 Special conditions 70 to 78

7. Particular specifications Section-I & II including Appendix ‘A’ & ‘B’ 79 to 103

8. Notice of tender IAFW-2162 (Revised 1960) including Appendix `A’ and 104 to 109
annexure to Notice Inviting tender

9. Errata/ amendments to tender documents

10. Relevant correspondence

11. Acceptance letter

Total No of Pages -----------------------

Drawings: NIL SHEETS

AGE (Contracts)
Signature of Contractor For Accepting Officer
Dated:

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 2

Telephone: 044 29880064 Garrison Engineer


Fort Saint George
Chennai - 600 009
8685/ 04 /E8 14 Sep 2023
Shri/ M/s_________________

________________________

________________________

REPAIR AND CLEANING OF AREA DRAINAGE, SEWAGE SYSTEM INCLUDING CLEANING OF SEPTIC TANK BY
MECHANICAL MEANS IN ZONE B & E AREA UNDER GE CHENNAI
Dear Sir(s),
1. Tender documents for the above work are uploaded in www.defproc.gov.in.The tender is based on
single stage two cover e-tendering system. The contents of Cover-I & Cover-II are specified in NOTICE OF
TENDER.
2. Bids will be received online by Accepting Officer upto the date and time mentioned in NOTICE OF
TENDER (NIT). No tender/ bid will be received in physical form and any tender/ bid received in such manner
will be treated as non bonafide.
3. Bid will be opened online on due date fixed for opening as per critical dates given in the portal.
Cover-I will be opened first. Tenderers may see the result of the opening of Cover-I the tender portal. Date
of opening of Cover-II shall be decided after technical evaluation of Cover-I keeping in view the various
eligibility criteria given in NIT and the same will be intimated to the tenderers while uploading the technical
evaluation on the tender portal.
4. Your attention is also drawn to the instructions for filling and submission of tender attached
herewith. You may forward your points on tender documents through e-mail and/ or depute your technical
representative for discussion on tender/ drawings and to clarify doubts, if any, before the bid submission
starts. You are requested not to write piece meal points and forward your points duly consolidated in one
go. You may also attend pre bid meeting on the date given in the tender documents.
5. Unenlisted contractors are required to submit the scanned copies (in pdf file) of documents required
as per eligibility criteria mentioned in instructions for filling the tender documents and Appendix ‘A’ to NIT
alongwith EARNEST MONEY DEPOSIT (EMD) and tender fee on procurement portal mentioned above and
submit the physical documents in the office of GARRISON ENGINEER CHENNAI within time limit specified in
NIT. Inadequacy/ deficiency of documents shall make the bid liable for rejection resulting in disqualification
for opening of finance bid.
6. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter, tender fee
and such other documents as mentioned in Appx ‘A’ to NIT on e-procurement portal and submit physical
documents in the office of GARRISON ENGINEER CHENNAI before date & time fixed for this purpose.
7. The contractor must ensure that the tender/ bid is uploaded on the tender portal using authorized
DSC in time as the Accepting Officer will take no cognizance of any quotation/ offer received in any other
electronic or physical form like email/ fax/ by hand/ through post from tenderer/ bidder.
8. Keeping in view delay due to system failure or other communication related failure, it is suggested
that the tender/ bid may be uploaded sufficiently in advance of the last due date and time fixed on portal.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 3

9. General Conditions of Contracts IAFW-2249 (1989 print) and errata & amendments thereto,
Schedule of Minimum Fair Wages and MES SSR (Part-I & Part-II) are not enclosed with these documents.
These are available for perusal in this office. Tenderer is also requested to keep the copy of these
documents with him as the same are available in the market.
10. PERFORMANCE SECURITY DEPOSIT
After acceptance of the Tender, the contractor will be required to lodge with the Accepting Officer
PERFORMANCE SECURITY DEPOSIT @ 5% of contract amount. The amount is required to be lodged within 28
(Twenty eight) days of the receipt by the contractor of notification of acceptance of tender/ bid, failing
which action as stipulated in Condition 19 of GCC shall be taken.
11. ANY TENDERER, WHICH PROPOSES ALTERATIONS TO ANY OF THE CONDITIONS, SPECIFIOCATIONS
LAID DOWN IN THE TENDER DOCUMENTS OR ANY NEW CONDITION, WHATSOEVER IS LIABLE TO BE
REJECTED.

Yours’ faithfully,

Encls: - Tender documents


AGE (Contracts)
For Accepting Officer

(Signature of Contractor)
Date:

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 4
INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER(S)
1. EARNEST MONEY
1.1 Contractor(s) who are not enlisted with MES/ who are enlisted but have not executed the standing
security bond shall submit Earnest Money deposit as details in Notice of Tender in any one of the
following forms along with their tender:-
(a) Deposit at Call Receipt from a Scheduled Bank in favour of GE Chennai
(b) Receipted Treasury challan, the amount being credited to the Revenue Deposit of
GE Chennai.
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 GE Chennai.
Note: Earnest Money Deposit (EMD) in the form of cheque/ Bank Guarantee etc. will not be
accepted. Non-Submission of Earnest Money Deposit (EMD) (scanned copy alongwith Technical
Bid & hard copy before the date & time fixed for opening of BOQ) will render the bid disqualified
for opening of Cover -II (finance bid).
2. GENERAL INSTRUCTIONS FOR COMPLIANCE
2.1 The bids received only in the electronic form will be considered. All bids shall be submitted on
defproc.gov.in portal. Documents should be scanned and forwarded in 'pdf' format and 'xls' form as
indicated. Bids shall be uploaded on ‘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 date
email/fax/by hand/through post will be considered.
2.2 The bid shall be DIGITALLY signed using authorised DSC. All pages of tender documents, drawings,
corrections/ alterations shall be signed/ initialled by the lowest bidder after acceptance of tender for
making original and CTC of the contract.
2.3 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 Article of Association of the
Company) in all the matters pertaining to the contract with Union of India including arbitration
clause. A scanned copy of the documents in confirmation of such authority shall be attached with the
tender/ bid in 'pdf' form in Cover 1. 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.
2.4 Drawings, if issued in physical form, must be returned duly initialled by the tenderer/ bidder in
separate envelope indicating his name and address.
2.5 The tender shall be signed, dated and witnessed at all places provided for in the documents after
acceptance. All corrections shall be initialled. 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.
3. BOQ
3.1 The tenderer shall quote his rates on the BOQ EXCEL FILE only as per guide line of e-procure web
portal. No alteration to the format will be accepted and such bid will be disqualified.
3.2 In case any tenderer wishes to revise/ modify the rates quoted in the BOQ file, he can do so only in
the BOQ files before uploading the tender through https://defproc.gov.in site only before closing
date & time.
3.3 After the uploading of tender, Department may upload the errata/ amendment through
corrigendum. The tenderer/ bidder should submit their offer considering the errata/ amendment
carried out through corrigendum issued from time to time.

Contd....
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 5
INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER(S)
(Contd…)
3.4 While uploading the bid, the tenderers/ bidders should specifically check whether any revised BOQ
has been uploaded by department through corrigendum prior to Bid submission start date.
Tenderers/ bidders attention is specifically drawn to the fact that they should submit their offer on
revised BOQ only. In case any tenderer/ bidder submits offer on pre-revised BOQ in lieu of Revised
BOQ, it will be considered as a wilful negligence by the tenderer/ bidder and quotation shall be
considered non-bonafide.
4 Tenders/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.
5. Hard copies of all above documents shall be sent by the contractor to the Tender issuing authority
well in advance to be received before the date & time fixed for the same.
6. The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention
is also drawn to relevant provisions in Special Condition referred here-in-after and also Conditions 24
& 25 of IAFW-2249 (General Conditions of Contract).
7. EARNEST MONEY DEPOSIT (EMD) EXEMPTION
7.1 All bidders shall be exempted from submission of EMD in all tenders except those barred from
exemption on account ineligibility as detailed in para 7.2 below.
7.2 Bidders who withdraw or modify their bids during the period of validity of tender or fail to submit
the Performance Security / Security Deposit before the deadline defined in the request for bid
documents / Notice Inviting Tender shall be debarred from exemption of submitting Bid Security/
Earnest Money deposit for a period of six months from the date of declaration of disqualification for
exemption. A Bid Securing Declaration to that effect as given below shall be submitted by the
tenderers in Cover-I (Fee/ PreQual/ Technical) for Technical Evaluation. Wherever forfeiture of
Earnest Money Deposit is mentioned in the Tender Documents, the same shall be deemed to
amended to debarrment of EMD exemption for those contractors availing exemption of EMD.
BID SECURING DECLARATION TO BE UPLOADED BY TENDERER IN COVER-I
‘I/ We _______________________ (Name of contractor) hereby understand and accept that if I/ We
withdraw or modify our bids during the period of validity, or if I/ We are awarded the contracts and
on being called upon to submit the Performance Security/ Security Deposit, fail to submit the
Performance Security/ Security Deposit before the deadline defined in bid documents/ Notice
Inviting Tender, I/ We shall be debarred from exemption of submitting Bid Security/ Earnest Money
Deposit for a period of 6 (six) months from the date I/ We are declared disqualified from exemption
from Earnest Money Deposit/ Security Deposit for all tenders issued by MES during this period.’
8. These instructions shall form part of the tender documents.

AGE (Contracts)
Signature of Contractor For Accepting Officer

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 6

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

TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACT


IAFW-2249 (1989 PRINT)

MILITARY ENGINEER SERVICES

Telephone: 044 29880064 Garrison Engineer


Fort Saint George
Chennai - 600 009

8685/ 04 /E8 14 Sep 2023

TENDER AND ITEM RATE CONTRACT FOR WORKS BY MEASUREMENT IN THE EXECUTION OF REPAIR AND
CLEANING OF AREA DRAINAGE, SEWAGE SYSTEM INCLUDING CLEANING OF SEPTIC TANK BY
MECHANICAL MEANS IN ZONE B & E AREA UNDER GE CHENNAI
1. e-tender shall be submitted in electronic form duly digitally signed by the authorized signatory of
the tenderer up to 1800 hrs on 05 Oct 2023 and the requisite documents as mentioned in the tender shall
be physically delivered at the Office of the Garrison Engineer Fort Saint George Chennai - 600 009 by 1500
hours on 10 Oct 2023 and addressed to Garrison Engineer Fort Saint George Chennai - 600 009 and marked
on the outside “CONTRACT NO: GE / CHE/ OF 2023-2024: “REPAIR AND CLEANING OF AREA DRAINAGE,
SEWAGE SYSTEM INCLUDING CLEANING OF SEPTIC TANK BY MECHANICAL MEANS IN ZONE B & E AREA
UNDER GE CHENNAI”

2. Any correspondence concerning this tender should be addressed as indicated at the top of this
sheet quoting the reference to the tender id mentioned in the eprocuremes.gov.in portal.

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

Signature of the Officer issuing the documents:

(MV Rami Reddy, IDSE)


EE
Appointment: Garrison Engineer

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 7

In lieu of IAFW-1779A (Revised 1955)


SCHEDULE `A’
LIST OF ITEMS OF WORKS
NAME OF WORK: REPAIR AND CLEANING OF AREA DRAINAGE, SEWAGE SYSTEM INCLUDING CLEANING
OF SEPTIC TANK BY MECHANICAL MEANS IN ZONE B & E AREA UNDER GE CHENNAI

NOTES:-
1. The scope of work covered under this contract are given in Schedule ‘A’/ (BOQ) in a separate Excel
sheet.
2. Description of items given in BOQ is brief. This is deemed to be amplified and read in conjunction
with Special Conditions, Particular Specifications, specification for materials and workmanship and
conditions in relevant trade section of MES standard Schedule of rates (Part-I) 2009 for
specifications and (Part-II) of 2020 for rates and manufacturer’s instructions as applicable.
3. The quantities shown in Col D (4) of the BOQ are approximate and are inserted as guide line only.
These shall however not be varied beyond the limits laid down in condition 7 of IAFW-2249 (General
Conditions of contracts).
4. Tenderers are required to insert unit rates in figures under Col M (13) of the BOQ against each item
of schedule `A’.
5. The rate quoted for each items under Col M (13) of Schedule ‘A’/ (BOQ) shall include for all
necessary works required for the entire completion all as specified and shown on drawings.
6. Total amount under column 54 at the end of BOQ is not firm but will be treated as the ”Contract
Sum” referred to in IAFW-2249. The contract sum shall be worked out after deducting the amount
of schedule of credit from the Total amount of BOQ.
7. The entire works covered under Schedule ‘A’/ (BOQ) shall be completed within 120 days from the
date of handing over of site as mentioned in the work order No.1
8. The unit rate quoted by the tenderer under Col M (13) of Sch `A’ (BOQ) shall be deemed to Include
for Materials and Labour (or) Supply and Fix complete unless specifically stated otherwise in these
tender documents.
9. Description of all items of BOQ shall be deemed to read as provn of material and labour or supply
and fix unless specifically mentioned as supplied only/fixed only as the case may be. Wherever
“fixed in repair ” is mentioned in description, the quoted rate shall include for dismantling/taking
down existing items and replaced by provisioning material & labour or supply and fixed. Nothing
extra shall be admissible on this account.”
10. The under mentioned remarks shall be deemed to have been inserted in respective columns of
Schedule `A’ (BOQ) against each item:-
a) Under Column BD (56) - Refer list of drawings.
b) Under Column BE (57) (Period of completion - Refer Note No. 5 of the Schedule `A’ of
individual items from date of handing over site)
c) Under Column BF (58) (Remarks) - Refer Notes of Schedule `A’.
11. Unit rate quoted by the tenderers against various items of Schedule `A’ shall inter-alia, be deemed
to include minor details of construction which are obviously and fairly intended but which may not
have been specifically stated in tender documents but are essential for execution and completion of
work. In case of any difference of opinion between the contractor and the GE as to whether or not
Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 8

SCHEDULE `A’NOTES (Contd…)


any items of work constitutes “minor construction details” which is deemed to have been included
in the contractor’s quoted prices, the decision of the Accepting Officer shall be final, conclusive and
binding.
12. The term ‘as directed’ wherever used in the tender documents shall refer to the directions as given
by GE/ Engineer-in-Charge/ concerned JE.
12. Contractor’s attention is invited to ensure that any defects caused during course of carrying out
repair/ replacement/ rectifications to existing works shall be made good at his risk. Any temporary
works required for carrying out repair/ replacement/ re-alignment/ diversion works shall deemed to
include in quoted rates. Nothing extra is admissible in this regards.
13. The rate quoted shall be deemed to include all taxes, duties and levies as per law of the land.
14. It is an expressed condition of this contract that the rates quoted in this tender for various Items of
work shall be deemed to include for the full and entire execution and completion of the items of
work in accordance with the provisions of this contract. The Govt. will not entertain any claim
whatsoever on account of in accuracies/ misunderstanding, if any, on the aforesaid rates.
15. If specifications for any fitting/ fixtures are not given any where in tender documents, the same shall
be provided conforming to IS or latest standard make and specifications as approved by GE.
16. The contractor shall ensure that he is in possession of honey sucker machine & jet rodding
machine/ combination of both the machine to ensure that manholes/ sumps/ sewage lines are
cleaned promptly when ordered. Alternatively, the contractor shall be required to produce
undertaking with machine owner before commencement of work.
17. GST (GOODS ANDSERVICE TAX)
17.1 Consequent to implementation of GST w.e.f. 01 Jul 2017, the contractor’s quoted rates shall be
deemed to include GST as applicable and applicable percentage will be deducted at source from the
payments become due to the contractor. Accordingly certain types of taxes have been merged with
GST and tenderer shall be deemed to consider the same while quoting the tender. Nothing extra
whatsoever shall be admissible on this account. The clauses pertaining to tax liabilities wherever
mentioned in the tender shall be deemed to be amended accordingly.
18. Contractor shall visit the site before quoting the tender and ascertain the facts regarding the factors
affecting the execution of the work such as availability of materials, disposal of earth, accessibility to
the site, availability of labour and other issues related to labour etc. the rates/ amounts quoted by
the contractor are deemed to be include considering all these factor including relevant statutory
instructions as applicable.
19. NOT QUOTED (NQ) RATES
19.1 If Contractor does not quote his rate against any item or ‘NQ’ appears in rate/amount column, then
it shall be deemed that rate quoted is Rupees Zero i.e. the contractor intends to execute the
particular item at no cost basis (free of cost) to the Govt. Items and their quantities for which no
rates or prices have been quoted shall be deemed to have been covered by the rates and prices
quoted for the other items of bills of quantities. Hence contractors are requested to thoroughly
check their quoted rates before submitting bid online. No representation by the contractor on this
matter shall be entertained by the department in the matter.
20. In case settlement of rate of any item under condition 62(G) of IAFW-2249 is necessitated, the
following procedure shall be followed:-
(a) In case of deviation, mode of pricing shall be decided by the Accepting Officer in terms of
condition 62 of IAFW-2249.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 9

SCHEDULE `A’NOTES (Contd…)


(b) In the event of deviation order involving fixation of Special (Star) rate, estimated draft star
rate shall be prepared within 30 days and notified to the contractor. However, this estimated star
rate shall be based on rough cost and final star rate shall be fixed based on actual cost on receipt of
supporting documents from the contractor such as vouchers/ literature of product/ test certificate
etc. (as applicable) on completion of work involving star rate. Any objection to the method of fixing
star rate will be dealt as per condition 7 of IAFW-2249.
(c) Draft star rate shall be made based on market enquiry through telephonic enquiry/
quotations/ email/ rate lists/ internet based sources, material & labour constants available in
various civil engineering books and records available in respect of star rates approved in past for
similar items of works etc. Contractor may also assist in preparation of star rates.
(d) Star rate thus prepared shall be purely draft rate and shall not be used for claiming final
payment during execution of work. However, part payment to the tune of 80% draft star rate shall
be allowed during execution to avoid any financial hardship to the contractor.
(e) After completion of item of work involving star rate, contractor shall submit the vouchers/
literature of product/ test certificates (as applicable; decision of GE being final in case of any
disagreement) for finalization of star rate. The star rate shall be technically checked by DCWE (C)/
Director (C) depending upon the financial effect and approved by competent authority within one
month from submission of the relevant documents by the contractor as mentioned above.
(f) The star rate as approved by competent authority after technical check by DCWE (C)/
Director (C) depending upon financial effect shall be referred to as ‘the rate decided by GE’ under
condition 62(G) of IAFW-2249.

21 Materials/ equipment to be used in the work shall be brand new. No repaired/ re-conditioned
material/ equipment shall be allowed to be used in the work.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 18

NAME OF WORK: REPAIR AND CLEANING OF AREA DRAINAGE, SEWAGE SYSTEM INCLUDING
CLEANING OF SEPTIC TANK BY MECHANICAL MEANS IN ZONE B & E AREA UNDER
GE CHENNAI
SCHEDULE OF CREDIT
NOTES:
1. The tenderer shall visit the site with the prior permission of Engineer-in-Charge to acquaint himself with the
condition of materials which would be obtainable on dismantling/demolition of building.
2. All the unserviceable items and the materials obtained during repairs as mentioned in Schedule of Credit shall
become the property of the contractor for which necessary credit shall be offered under schedule of credit. In case the
items those obtained while carrying out repairs, which are not mentioned in Schedule of Credit shall be handed over
to MES store by the contractor at his own expense.
3. The quantities given in Col 3 are approximate. However the contractor shall have no claim if the quantities
retrieved are having variation over the quantities given in this schedule. The credit amount will be worked out based on
the quantum of items received and respective assessed credit rate inserted in this schedule
3. The rate mentioned under col-5 is firm and the contractor shall have no claim what so ever against the
department if the actual cost turns out to be different from the cost given by the department.
4. The cost of dismantled materials covered in the schedule of credit obtained will be priced at the unit rate
mentioned in the Schedule and adjusted. The contractor shall remove the credit items only after the credit amount is
recovered either from the interim payment (RAR) or from FB. Otherwise the contractor shall remove the credit items
on remission of a sum of rupees equal to the value of credit in the form of MRO drawn in favour of GE. The material
shall be removed from the site after obtaining written permission of the Engineer-in-Charge.
5. The dismantling work shall be carried out as instructed by the Engineer-in-Charge. Prior order of Engineer-in-
Charge shall be obtained before dismantling.
6. Dismantling work shall be carried out carefully so as not to damage any adjoining structure. Any damage so
caused shall be made good by the tenderer at their own cost. The material shall be removed from the site after
obtaining written permission of the Engineer-in-Charge.
Sl. No. Description of items Qty Unit Rate Amount
Rs. P. Rs. P.
1 2 3 4 5 6
1. Old brick bats obtained from item No. 16 of BOQ. 10.00 CUM 350.00 3500.00
2. Old Scrap iron obtained from item No. 15 of BOQ. 750.00 KG 25.00 18750.00
3. Old unserviceable PTMT gratings obtained from item No. 31 of BOQ 25 Each 1.00 35.00
4. Old unserviceable drain pipes (salt glazed ware/ AC/ reinforced 175.00 RM 15.00 2625.00
concrete/ PVC(SWR) 110mm dia including fittings obtained from
item Nos. 24 & 33 of BOQ.
5. Old unserviceable drain pipes (salt glazed ware/ AC/ reinforced 100.00 RM 20.00 2000.00
concrete/ PVC) 150mm dia including fittings obtained from item
No. 25 of BOQ.
6. Old unserviceable PVC(SWR) pipes 75mm dia including fittings 100.00 RM 10.00 1000.00
obtained from item No. 34 of BOQ.
Total of Schedule of Credit 27900.00
Note: The amount of Sch of credit shall be deducted from the total of BOQ quoted by the tenderer to
arrive at the Contract Sum.
SUMMARY
Total amount quoted by the tenderer for Schedule ‘A’ : Rs.__________________
brought forward from BOQ
Deduct amount of Schedule of credit brought : (-) Rs. 27900.00
forward from previous page

NET CONTRACT SUM : RS.

Signature of Contractor AGE (Contracts)


Date: For Accepting Officer

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 19
SCHEDULE ‘B’

ISSUE OF MATERIALS TO THE CONTRACTOR


(See condition 10 of IAFW-2249)

Sl. Particulars Unit Rate at which materials will Place of issue Remarks
No be issued to the contractor
Rs. Ps

---- NIL ----

_______________________________________________________________________________

SCHEDULE `C'

ISSUE OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL BE HIRED TO THE CONTRACTOR
(REFER CONDITI0N 15, 13 & 35 OF IAFW 2249)

Srl No Qty Particulars Details of Hire charges Standby charges Place of


MES crew per unit per per unit per off issue by
supplied working day day name
Rs. Ps Rs. Ps.

---- NIL ----

_______________________________________________________________________________

SCHEDULE 'D'

TRANSPORT TO BE HIRED TO THE CONTRACTOR


(See condition 16 & 35 of IAFW - 2249)

Srl No Qty Particulars Rate per unit per Place of issue Remarks
working day by name
Rs. Ps

----- NIL -----

AGE (Contracts)
Signature of Contractor For Accepting Officer
Date :

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 20
In lieu of IAFW-1779-A (Revised 1955)
TENDER
THE PRESIDENT OF INDIA

Having examined and perused the following documents:-

1. Specifications signed by AGE (Contracts).

2. Drawings detailed in the specifications.

3. Schedule `A’, `B’, `C’ and `D’ attached thereto.

4. MES standard Schedule of Rates Part-I of 2009 (Specifications) & Part-II of 2020 (Rates) (here-in-
after and in IAFW-2249 referred to as the MES Schedule) together with amendment No. 1 to 3 for MES
Schedule Part I and amendment NIL for Part-II (2020) as applicable to the above said schedule.

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

6. WATER CONDITION 31 OF IAFW-2249, General Conditions of Contracts:


Water will be supplied by MES and shall be charged at Rs. 3.75 for every Rs 1000/- worth of work
done priced at contract rate.

7. Should this tender be accepted I/ WE agree:-

*(a) That the sum of Rs. 64,000/- (Rupees sixty four thousand only) forwarded as earnest
money shall either be retained as a part of security deposit or refunded by Government on receipt
of the appropriate amount of security deposit all as per condition 22 of IAFW-2249.

(b) To execute all the works referred to in the said documents upon the terms and conditions
contained or referred to therein at item rates contained in the aforesaid schedule `A’ or at such
other rates as may be fixed the provision of condition 62 of IAFW-2249 and to carry out such
deviations as may be ordered vide condition 7 of IAFW-2249 up to a maximum of 10% (Ten Percent)
and further agree to refer all disputes as required by condition 70 of IAFW-2249 to the sole
Arbitration of serving officer having degree in Engineering or equivalent or having passed Final/
Direct Final Examination of sub division-II of Institution of Surveyors (India) New Delhi recognized by
Govt. of India, to be appointed by the Chief Engineer Chennai, Chennai Zone, Chennai –600009 or in
his absence the officer officiating as Chief Engineer, Chennai Zone, Chennai – 600009 whose
decision shall be final, Conclusive and binding.

* To be deleted where not applicable.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 21
TENDER (CONTD)

SIGNATURE --------------------------------- IN THE CAPACITY OF ---------------------------------- DULY AUTHORISED TO

SIGN THE TENDER FOR AND ON BEHALF OF M/S--------------------------------------------------------------------------------

---------------------------------- (NAME IN BLOCK CAPITALS)

Date:
Postal address
-------------------------------------------

Witness --------------------------------------- -------------------------------------------

Address --------------------------------------- -------------------------------------------

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

--------------------------------------------- Telegraphic Address/ Email Id

-----------------------------------------------
Telephone-----------------------------

ACCEPTANCE

------------------------ alteration(s) has/ have been made in this document and as evidence that these
alterations were made before the execution of the Contract Agreement, they have been initialed by the
contractor and __________________________________________.

The said Officer(s) is/ are hereby authorized to sign and initial on my behalf of the documents forming part
of this contract.

The above tender is accepted by me on behalf of the President of India at the Item rates contained in
SCHEDULE ‘A’/ (BOQ) on the _______ day of _________ 2023.

Dated this --------------------- day of -------------- 2023.

SIGNATURE: ____________________

Appointment: Garrison Engineer


Chennai-600009
(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 22 to 68

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


FOR
ITEM RATE CONTRACTS (IAFW-1779A) (REVISED 1955)

A copy of the MES GENERAL CONDITIONS OF CONTRACTS (IAFW - 2249: PRINT 1989) with errata 1
to 20 and amendments 1 to 48 has been supplied to me/ us and is in my/ our possession. I/ we have read
and understood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before
submission of this tender and I/ We agree that I/ We shall abide by the terms and conditions thereof as
modified if any elsewhere in these tender documents.

It is hereby further agreed and declared by me/ us, that the MES General Conditions of Contracts
(IAFW - 2249: Print 1989) including condition 70 thereof pertaining to settlement of disputes by Arbitration
and conciliation act (1996) containing 33 pages (Serial Page No. 22 to 54) with errata 1 to 20 and
Amendment Nos. 1 to 48 (Serial Page No. 55 to 68) form part of these tender documents.

It is agreed that in the event of any discrepancy in the English and Hindi version of IAFW-2249, the
conditions in English will prevail.

AGE (Contracts)
For Accepting Officer Signature of Contractor
Date:

Contd....
CA NO : GE/CHE/ OF 2023-2024 SERIAL PAGE NO. 69
SCHEDULE OF MINIMUM FAIR WAGES

1. Schedule of Minimum Fair Wages is not enclosed, along with tender but the contractor is deemed to
have full knowledge regarding the minimum wages payable to labourers as legally effective on the date of
submission of tender and his tendered rates shall be deemed to have been based on this (For the purpose of
reimbursement of price variation of wage escalation of labour the minimum wages legally effective on the
date of receipt of tender shall be the basis). The minimum wages legally effective referred to above are the
minimum wages notified in the State/ Central Gazette/ governed by any local regulation, which is higher.

2. My/ our signature hereunder amounts to my/ our having signed the aforesaid documents forming
part of this tender.

AGE (Contracts)
For Accepting Officer Signature of Contractor
Date:

Note:- Schedule of Minimum Fair Wages referred to above is available for reference, in this office i.e.
Garrison Engineer, Fort St George, Chennai-600 009

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 70
SPECIAL CONDITIONS
1. GENERAL
1.1 The following Special conditions shall be read in conjunction with the General Conditions of
Contracts IAFW-2249 and IAFW-1779A including errata/ amendments there to. 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.
2 ADMISSION TO SITE BY CONTRACTOR AND RESPONSIBILITY TO ASCERTAIN HIS OWN
INFORMATION
2.1 The tenderers shall contact the Garrison Engineer for the purpose of inspection of site(s) and
relevant documents other than those sent herewith, who will give reasonable facilities for this
purpose. The tenderers shall also make themselves familiar with working conditions, accessibility of
site(s), availability of materials/ labourers and other cogent conditions which may affect the entire
completion of work under this contract.
2.2 The tenderers shall be deemed to have visited the site(s) and made themselves acquainted with the
working conditions, whether they actually inspected the site(s) or not.
3 SECURITY AND PASSES
3.1 Refer Condition 25 of IAFW-2249. The 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 effect to the
Accepting Officer at the time of submission of his 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 GE desires, contractor will have police verification
done of personnel employed by him.
3.2 The GE shall have full powers and without any reason to order the contractor immediately to cease
to employ in connection with his contract, any representative agents, servant and workmen or
employee, whose continued employment is, in his opinion, undesirable. The Contractor shall not be
allowed any compensation on this account.
4. CONDITION FOR WORKING IN UNRESTRICTED AREA
4.1 All the works lies in unrestricted area. The restrictions fir entry to work site and condition of working
in unrestricted area shall be as under:
4.2 The works lies in unrestricted area. However, the contractor, his agents, servants, workmen and
vehicles my pass through the unit lines, in which case, the Engineer-in-Charge shall at his discretion
has the right to issue passes, control their admission to the site of work or any part thereof. The
contractor shall on demand by the Engineer-in-Charge submit a list of personnel etc., concerned and
any other information called for by the Engineer-in-Charge and shall satisfy the Engineer-in-Charge
as the bonafide of such people. Passes shall be returned at any time on demand by the Engineer-in-
Charge or the authorities concerned and in any case on completion of work.
4.3 The Contractor and his agents, employees and work people shall observe all the rules promulgated
from time to time by the authority controlling the area in which the work is to be carried out e.g.
prohibition of smoking etc. Any person violating the security rule 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 extra shall be admissible for any man hours lost on this
account.

Contd....
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 71
SPECIAL CONDITIONS (Contd...)

4.4 WORKING ON HOLIDAYS


4.4.1 The contractor shall not carry out any work on gazetted holidays, weekly holidays and other non-
working days except when he is specifically authorized in writing to do so by the GE. The GE may at
his sole discretion declare any day as holiday or non-working days without assigning any reason for
such declaration.
4.5 Access to area of work site after completion of works. After the works are completed and surplus
stores etc., removed, the contractor, his agents, representatives or workmen etc., may not be
allowed to have access to the area of work site except for attending any rectification of defects
pointed out to him by the GE.
5 MINIMUM WAGES PAYABLE
5.1 Refer Condition 58 of General Conditions of Contracts IAFW- 2249. The Contractor shall not pay
wages lower than minimum wages for labour including special allowances as fixed by the Govt. of
India/ State Govt./ Union Territory under Regulation Act) whichever is higher.
5.2 Contractor’s attention is also drawn, amongst other things to the ‘explanations’ to the schedule of
minimum wages referred to above. The fair wage referred to in condition 58 of General Conditions
of Contracts IAFW-2249 will be deemed to be the same as the minimum wages payable as referred
to above.
5.3 Schedule of minimum fair wages is not enclosed alongwith tender documents. However, the
contractor shall be deemed to have verified the minimum fair wages payable as on the last due to
date of receipt of tender.
5.4 The contractor shall have no claim whatsoever, if on account of local factors and/or regulations, he
is required to pay the wages in excess of minimum wages as described above during the execution
of work.
5.5 The contractor shall ensure that the workers deployed by him or sub-contractor(s) are enrolled as
members of Provident Fund and shall be given Universal account Number (UAN).
5.6 The contractor shall submit a certificate to the Engineer-in-Charge at the time of submission of RAR/
Final bill to the effect that all workers employed directly or indirectly by him are registered for EPF
and the due contribution has been credited into their account.
6 ROYALTIES
6.1 Reference Condition 14 of General Conditions of Contracts (IAFW-2249), No quarries on Defence
Land are available.
7 LAND FOR TEMPORARY WORKSHOP, STORES ETC
7.1 Delete the following from lines 5 to 9 of sub Para 1 of condition 24 of General Conditions of
Contracts IAFW-2249 reading "in the event of area of land.........land allotted to him" and insert as
under:
"The Contractor shall be allotted free of charge, the area as marked on the lay out plan for
the purpose of erection of temporary workshop, stores, etc., Plot of land so allotted shall
not be used for accommodation of labour and canteen for which the Contractor shall make
his own arrangements, at his own expense ".
8 WATER (REFER CONDITION 31 OF GENERAL CONDITIONS OF CONTRACTS IAFW-2249 AND CLAUSE
1.13 OF MES SCHEDULE)
8.1 Water will be supplied by MES at the rate as stipulated in tender page here-in-before, at the point(s)
as shown by Engineer-in-Charge. As the water supply by MES is likely to be intermittent, the
Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 72
SPECIAL CONDITIONS (Contd...)

contractor shall make his own arrangements for storing the water required for the works, labour
and workmen etc., at his own expense. No claim whatsoever will be entertain able for intermittent
supply of water by MES under this contract. In case, the contractor does not want to take supply
from MES, the same shall be specifically mentioned through forwarding letter to the tender.
9. CO-OPERATION WITH OTHER AGENCIES
9.1 The Contractor shall permit free access and generally afford reasonable facilities to other agencies
or departmental workmen engaged by the Government to carry out their part of the work, if any
under separate arrangements
10 SUPPLY OF ELECTRICITY
Electricity will not be supplied by MES.
11 NETWORK ANALYSIS
11.1 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
schedule 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 the site.
11.2 During the currency of the work, the Contractor is expected to adhere to the time schedule and this
adherence will be a part of the contractor's 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. These reviews maybe undertaken at the discretion of the GE, either as a
periodical appraisal measure or when the quantum of work ordered on the Contractor is
substantially changed through deviation order or amendments. Any revision of the time schedule as
a result of the review will be submitted by the contractor to the GE within a week for his approval
after due scrutiny.
11.3 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. CE'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.
11.4 Contractor shall mobilize and employ sufficient resources to achieve the detailed schedule within
the broad frame work of the accepted method of working and safety. No additional payment will be
made to Contractor for any multiple shift work or other incentive methods contemplated by him in
his work schedule, even though the time schedule is approved by the department.
12 SAMPLE OF MATERIALS/ INDIAN STANDARD
12.1 Wherever any reference is made to any IS with or without year of publication in the particular
specification, drawings and in the MES Schedule, it means the edition with all amendments current
on the date of issue tender documents.
12.2 All materials and stores to be procured and incorporated in the work shall be new and in accordance
with the relevant specification.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 73
SPECIAL CONDITIONS (Contd...)

12.3 Materials of local origin shall be procured from any source within a distance of 40 kms from
where the items meeting the required specification are available with prior approval of the GE.
12.4 Samples of materials/ fittings etc., which are to be supplied by the contractor, shall be approved by
the GE before incorporation in the work. Contractor shall not collect/ procure materials/ fittings
etc., unless samples are first approved by the GE in writing. Also refer condition 10 of IAFW-2249
General Conditions of contract.
12.5 The materials, articles, fittings and fixing accessories shall be of the brands specified and comply
with the requirements indicated in the particular specifications and as per manufacturers
mentioned in these tender documents. Where detailed specifications are not so indicated, sample
will be approved by the GE in the following order of precedence after which only the contractor will
make bulk procurement for incorporation in the works. Materials, articles, fittings and fixing
accessories shall:-
(a) ISI marked/ Stamped (BIS certified products)-list enclosed as Appendix `B'.
(b) Conforming to relevant ISS but not marked.
(c) Conforming to sample kept in CWE/ GE.
(d) As per samples approved by GE keeping in view the technical and financial
requirements.
12.6 Samples of materials, fittings and fixtures shall be kept on display at the site of works duly approved
by the GE.
12.7 Where the list of several manufacturers has been stipulated for the relevant items, selection of such
manufacturer shall be at the discretion of the contractor. The contractor shall ensure that the
manufacturer selected by him has adequate resources and is fully equipped to produce the
Materials/ products strictly conforming to the contract specifications and can ensure timely delivery.
13 PERIOD FOR KEEPING THE TENDER OPEN
The tender shall remain open for acceptance for a period of 60 (Sixty) days from the date on which
the tenders are due to be submitted.
14. SECURITY OF CLASSIFIED DOCUMENTS
14.1 Contractor’s special attention is drawn to conditions 2A and 3 of IAFW-2249 (General Conditions of
Contracts). The contractor shall not communicate any classified information regarding work either
to sub contractors or others without the prior approval of the Engineer-in-Charge. The contractor
shall also not make copies of the design/ drawings and other documents furnished to him in respect
of the work, and shall return all documents on completion of the work or earlier on determination
of the contract. The contractor shall attach a receipt of his having returned the classified documents
as per condition 3 of IAFW-2249, General Conditions of Contracts with the final bill.
15. OFFICIAL SECRETS ACT
15.1 The contractor shall bound by the Official Secrets Act 1923.
16 RECORD OF MATERIALS AND PURCHASE VOUCHERS
16.1 The quantity of materials such as paints 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. Materials brought

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 74
SPECIAL CONDITIONS (Contd...)

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.
16.2 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.
16.3 The contractor shall produce vouchers/ invoices from the manufacturers and/ or their authorized
agents for the full quantity of the following materials, as applicable as a pre-requisite before
submitting claims for payment for advances on account of the work done and/ or materials
collected in accordance with Conditions 64 of General Conditions of Contracts – IAFW-2249:
(a) Cement (c) Drain pipes & specials
(b) Steel

16.4 In addition to the items given in Para 16.3 above, Contractor shall produce paid vouchers from the
manufacturers and/ or their authorized agents for the full quantity of all the materials for which
payment is claimed in RARs as “Materials laying at site”, as applicable as a prerequisite before
submitting claims for payment for advances in accordance with condition 64 of General Conditions
of Contracts IAFW-2249.
16.5 The vouchers/ invoices will clearly indicate the contract number and the IS No., Specific alternative
to which the material conforms in case of various alternative in IS.
16.6 The contractor shall produce manufacturer's test certificate for the following items:-
(a) Cement (b) Steel

16.7 ACCEPTANCE QUALITY OF WORK AND FINISHES


16.7.1 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
up to plinth/ lintel/ roof levels, roofing, flooring, joinery, built-in-items, finishes and the like and
services i.e. internal electrification, water supply, plumbing and sanitary fittings and shall get it
completed under the close supervision of Engineer-in-Charge and shall be labelled as ‘SAMPLE
ITEMS’. The workmanship of various trades and finishes of the sample items shall serve as guiding
sample for the remaining works
16.7.2 Approval of the stages and workmanship of samples shall be separately entered and approved in
stage passing register giving reference to locations for easy identification even at a later date.
17 ADVANCE ON ACCOUNT OF MATERIALS WHICH DOES NOT LOSE IDENTITY
17.1 Refer Condition 64 of IAFW-2249 (General Conditions of Contract). Add the following after para 8:-
“The contractor may be paid advance on account of the full value of the under mentioned materials
only, brought on the site on his furnishing guarantee bond(s) from a Scheduled bank for the amount
of retention money which should otherwise be recoverable from him under this contract.
(a) Cement (c) Drain pipes & specials
(b) Steel

17.2 Bank guarantee bond(s) shall be executed for a period and on a form as directed by the Accepting
Officer. The contractor shall further arrange to extend the period of Guarantee Bond(s), if and when
necessary, as directed by Accepting Officer or shall furnish fresh Guarantee Bond(s) of similar value
in lieu.
Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 75
SPECIAL CONDITIONS (Contd...)

17.3 It will be noted that advance on account to the full value of materials brought on the site is
permissible only in respect of fittings and fixtures and other manufactured items which do not lose
their identity. Materials like bricks, aggregate, pre-cast concrete and similar items shall not be taken
in the list.
18 TESTING OF MATERIALS
18.1 Testing of materials shall be carried out from Indian Institute of Technology, Chennai or any
approved laboratory concrete cubes etc, tested shall be with the prior approval of GE. The cost of
all such tests including cost of materials and transportation shall however be borne by the
contractor unless otherwise specified hereinafter.
19 CONTRACTOR'S REPRESENTATIVE AND WORKMEN
19.1 Refer condition 25 of IAFW-2249. The contractor shall employ only Indian National as his
representative servants and workmen after verifying their antecedents and loyalty before employing
them for the works. He shall ensure that no person of doubtful antecedents and nationality is, in any
way, associated with the work. If for reasons of technical collaboration or other consideration, the
employment of any foreign national is unavoidable, the contractor shall furnish full particulars to
this effect to the Accepting Officer at the time of submission of his tender. The GE shall order the
contractor to cease to employ in connection with this contract any representative agents,
servant and workmen or employee whose continued employment in his opinion is undesirable. The
contractor shall not be allowed any compensation on this account.
20 CONTRACTOR'S PLANT/ EQUIPMENT AT SITE
20.1 The Contractor shall furnish to the Engineer-in-Charge every morning distribution return of his
plants/ equipments on the site of work stating the following particulars:-
(a) Particulars of plants/ equipments, their make, manufacturer's model No if any, Registration
No., if any, capacity, year of manufacture and year of purchase etc.
(b) Total No. (Quantity) on site of work.
(c) Location indicating No. (Quantity) at each location on the site of work.
(d) Purchase value on the date of purchase, for the purpose of the condition, plant/ equipment,
vehicle No. i.e. Registration No. of Trucks and Lorries but neither the workmen’s tools nor
manually operated tools/ equipments shall be given. The Engineer-in-Charge shall record
the particulars supplied by the Contractor in the works diary and send the return to the GE
for record in his office.
20.2 LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION
If as a result of enemy action the contractor suffers any loss or damage the Government shall
reimburse to the contractor such loss or damage to the extent and in the manner here-in-after
provided :-
(a) The loss suffered by him on account of any damage of destruction of his plant/ equipment
(as defined in special condition 20.1 above or materials or any part or parts thereof. (The amount of
loss assessed by the Accepting Officer of the contract or the CWE in case of Contracts accepted by
GE, on this account shall be final and binding).

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 76
SPECIAL CONDITIONS (Contd...)

(b) The compensation paid by him under any law for the time being in force to any workmen
employed by him for any injury caused to him or to the workman's legal successors for loss of the
Workman's life.
(c) Payment of compensation for loss or damage to any work or part of work carried out. (The
amount of compensation shall be determined in accordance with condition 48 of General Conditions
of contracts IAFW-2249). No reimbursement shall be made nor shall any compensation be payable
under the above provision unless the Contractor had taken his defence precautions ordered in
writing by GE/ OC concerned or in the absence of such orders, reasonable precautions. Neither
reimbursement shall be payable nor shall any compensation be payable for any plant/ equipment or
material not lying on site of work at the time of enemy action.
21 DEFECTS LIABILITY PERIOD
(Refer Condition 46 of IAFW-2249 General Conditions of Contracts)
21.1 Unless otherwise specified in particular specifications, defects liability period for the works covered
in this contract shall be Twenty four months.
22 CLEANING DOWN (REFER CONDITION 49 OF IAFW-2249 GENERAL CONDITIONS OF CONTRACTS)
22.1 The contractor shall remove from the site all unused stores and materials, tools, plant, equipment,
scaffolding, temporary buildings, huts and the like belonging to the contractor and provided for the
execution of work under this contract. The contractor shall also clean all floors, walls, remove
cement, lime or paint drops, clean joinery, glass panels etc., touch up all paint work and carry out all
other necessary items of works in connection therewith and leave and the site of work shall be
cleared off rubbish and all waste materials by the contractor and delivered in clean and tidy manner
to the satisfaction of the Engineer-in-charge on or before the date of completion. No extra payment
shall be admissible to the contractor for this operation.
23 GST ON WORKS CONTRACT
23.1 The tendered rates shall be deemed to be inclusive of all GST (Goods and Service tax) and levies etc.,
payable under the respective statutes pursuant to the Gazette notification by State Government.
23.2 Any conditional tenders regarding payment of GST (Goods and Service tax) on works contract will
not be considered and is liable to be rejected.
24 DAMAGE TO EXISTING STRUCTURES
24.1 Any damage done to the existing structures, any existing road etc., during the execution of the work
shall be made good by the Contractor at his own expense. Rectification, replacement, making good
and touching up etc., shall be carried out, conforming to the materials and workmanship originally
provided and to the satisfaction of the Engineer-in-Charge. In case of any dispute on this account,
the decision of the GE shall be final, binding and conclusive.
25 APPROACHES
25.1 The contractors shall make arrangements for and provide at his own cost all temporary approaches,
if required to the site(s), after obtaining approval in writing of the GE to the layout of such
approaches.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 77
SPECIAL CONDITIONS (Contd...)

26 LOCATION OF BUILDINGS AND WORKS


26.1 There may be some changes in location/ siting of building shown in site (layout) plan(s) to suit local
conditions and/ or departmental requirements. The contractor shall have no claim whatsoever
consequent to such changes in the location/ siting of works.
27 HANDING OVER OF SITE
27.1 Site for execution of work will be available as soon as work is awarded. In case it is not possible to
make the entire site available on the award of work, the contractor will have to arrange his working
programme accordingly. No claim whatsoever for not giving entire site on award of work and for
giving site gradually will be tenable.
28 WATCHING / LIGHTING
28.1 The contractor shall at his own cost take all possible precautions to ensure safety of life and
property by providing necessary fencing, barrier, light, watchmen etc., during the progress of work
and as directed by Engineer-in-Charge.
29 BUILDING & OTHER CONSTRUCTION WORKERS WELFARE CESS ACT
The quoted percentage shall be deemed to be inclusive of the bldg and other construction workers
welfare cess. The cess at the rate as prescribed by the state Govt./ Building and other Construction
Workers Welfare Board shall be deducted at source and no extra payment shall be admissible to the
contractor on this account.
30 REIMBURSEMENT/ REFUND ON VARIATION IN ‘TAXES DIRECTLY RELATED TO CONTRACT VALUE’
30.1 The rates quoted by the Contractor shall be deemed to be inclusive of all taxes (including GST on
materials, GST on works Contracts, turnover Tax, Labour Welfare cess/ tax etc.) duties, Royalties,
Octroi & other levies payable under the respective Statutes. No 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 30.5 here-in-below.
30.2 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 GST on Works Contracts, Turnover Tax,
Labour Welfare Cess/ tax and like but excluding Income Tax. The tendered rates shall be deemed to
be inclusive of all ‘taxes directly related to contract value’ with existing percentage rates as
prevailing on last due date for receipt of tenders. Any increase in percentage rates of ‘taxes directly
related to contract value’ with reference to prevailing rates on last due date for receipt of tenders
shall be reimbursed to the contractor and any decrease in percentage rates of ‘taxes directly related
to contract value’ with reference to prevailing rates of 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.
30.3 Similarly imposition of any new “taxes directly related to contract value, after the last due date in
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.
30.4 The contractor shall within a reasonable time of his becoming aware of variation in percentage rates
and/ or imposition of any further ‘taxes directly related to contract value’ give written notice
thereof to the GE stating that the same is given pursuant to this Special Condition, together with all

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 78
SPECIAL CONDITIONS (Contd...)

information relating thereto which he may be in a position to supply. The contractors shall submit
the other documentary proof information as the GE may require.
30.5 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, verified in such a manner
as the GE may required, any documents so kept and such other information as the GE may require.
30.6 Reimbursement for increase in percentage rates/ imposition of ‘taxes directly related to contract
value’ shall be made only if the contractor necessarily & properly pays additional ‘taxes directly
related to contract value’ to the Govt. without getting the same adjusted against any other tax
liability or without getting the same refunded from the concerned Govt. authority and submits
documentary proof for the same as the GE may require”.
31 MODE OF PAYMENT TO STAFF/ EMPLOYEES
31.1 The contractor/ firm shall make payments to the staff/ employees by cheque or through NEFT in
their bank accounts. In case, payments are made in current coins or currency notes, certificate will
be submitted by the contractor/ firm along with undertaking by the concerned workmen asking for
payment other than by cheque or by crediting in the bank account of the employee/ workmen . It is
mandatory that the contractor/ firm shall produce the proof of payment made to their staff before
claiming the payment from the Department.
32 BANK GUARANTEE BOND AGAINST PERFORMANCE SECURITY (REFER CONDITION 19 OF IAFW-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.
32.1 If the Performance Security is provided by the contractor in the form of a Bank Guarantee, it shall be
issued by Nationalized/ Scheduled Indian Bank. However, such bank guarantee shall be accepted
only after its confirmation from the Head office of the Bank.
32.2 Form for Bank Guarantee Bond against Performance Security Deposit shall be same as Appendix 2.1
of MES Manual on Contracts 2007 (Reprint 2012) with “security deposit" in Para 1 line 4 replaced by
“Performance Security Deposit”.
32.3 The period of validity of the Bank Guarantee Bond against Performance Security shall be initially
valid upto 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.”
32.4 In case at a later stage, on account of delay in completion of work or 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 get the same extended before the date of validity
expires. If the contractor fails to do so, the Bank Guarantee shall be got encashed and the contractor
shall have no claim on this account.

AGE (Contracts)
Signature of Contractor For Accepting Officer

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 79
PARTICULAR SPECIFICATIONS SECTION-I

1 GENERAL
1.1 The following specifications shall be read in conjunction with MES Schedule Part-I including errata/
amendment there to. If these specifications are at variance with that of the aforesaid document the
specification given in tender document shall take precedence there over.
1.2 Term “General Specification” referred to here-in-before as well as referred to in IAFW-2249 (1989
Print) (General Conditions of Contracts) shall mean the specifications contained in the MES Schedule
Part-I.
1.3 Where specification for any item of work are not given in MES Schedule or in these particulars
specifications, specifications as given in relevant Indian Standard or Code of practice shall be
followed.
1.4 Unit rate quoted for a particular item quoted by the tenderer shall be deemed to include for any
minor details of work and/ or constructions which are obviously and fairly intended and which may
not have been included in these documents, but which are essential for the execution and entire
completion of the work. Decision of the Accepting Officer as to whether any minor detail, items of
work and/ or construction is obviously and fairly intended to be included in the contract/ unit rate
or not shall be final, conclusive and binding.
1.5 General Rules, specifications, Special Conditions and all preambles in the MES Schedule shall be
deemed to be applicable to the work under this contract, unless specifically stated otherwise in
those documents in which case the provisions in these documents shall take precedence over the
aforesaid provision in the MES Schedule. The term ‘as specified’ wherever appears in tender
documents relates to relevant particular specifications and in its absence general specifications. All
references to MES Schedule (Standard Schedule of Rates) in these specifications relate to Part-I of
MES Schedule unless otherwise mentioned. Reference to only some paragraphs of MES Schedule
has been made in these particular specifications but other paragraphs and provision as applicable
are also to be followed for all parts of Schedule ‘A’ even though not particularly mentioned here in
after.
1.6 Any other item which is essential for the construction and completion of the entire work in a
workman like manner conforming to normal engineering practices and BIS code can be treated as
minor details at the absolute discretion of the Accepting Officer.
1.7 In all the above and other similar cases the details indicated elsewhere which are similar or near
similar to the missed out items of work shall be followed. In the absence of any other similar or near
similar details, minimum essential requirement for completion of the work from structural and
utility point of view shall be deemed to be included in the rate quoted. In the event of any dispute,
decision of the Accepting Officer shall be final, conclusive and binding.
2 MAKING, CHASES, HOLES ETC., IN WALL AND OTHER SITUATIONS
2.1 Chases/ holes etc., shall be left in concrete, brick work, stone masonry/ floors and in any other
situations for carrying out the various item of work as required or as directed by the Engineer-in-
Charge, as far as possible during the progress of work the particular situation and shall be made
good in the same mortar mix as specified for that portion of work.
3 MATERIALS AND SAMPLES
3.1 Refer Condition 10 of IAFW-2249. The order of precedence for acceptance of materials shall be as
under:-
(a) Materials of makes as given in Sch ‘A’/ BOQ.
(b) Materials of makes given in Particular Specifications.
(c) Materials provided by the contractor for incorporation in the works shall unless
otherwise specified in the particular specifications be ISI marked. IS means Indian Standard
issued by the Bureau of Indian Standards, wherever in the specifications IS is referred to, it
means the addition with all amendments current on the due date of receipt of the tender

Contd....
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 80
PARTICULAR SPECIFICATIONS SECTION-I (Contd...)

documents. The materials and articles, which have been specified from certain makers/
manufacturers, shall be of makes/ manufacturers as specified. If the manufacturers
specified in tender documents make both ISI marked and conforming to ISI, the materials
shall be ISI marked.
3.2 The materials and articles, which have not been specified in the tender documents by makes/
manufacturers, shall be as under:-
(i) If ISI marked materials are being manufactured the same shall be ISI marked. For list of ISI
marked manufacturers refer website of BIS i.e. www.bis.org.in.
(ii) If ISI marked materials are not being manufactured the same shall be conforming to IS
specifications.
3.3 Materials of local origin shall be as specified and conforming to samples kept in GE’s office. The
tenderer is advised to inspect the samples of the materials which are displayed in the office of GE
before submitting his tender. The tenderers shall be deemed to have the inspected samples and
satisfied himself as to the nature and quality of materials, he is required to incorporate in the works
irrespective of whether he actually inspects them or not. The contractor shall not procure materials
and articles unless the samples are first got approved by the GE. The materials to be incorporated in
the work by the contractor shall be ISI marked or shall be equal or superior in quality to samples
displayed and shall comply with the specifications given here-in-after.
4 PROPRIETORY BRANDED MATERIALS
4.1 Proprietary branded materials such as paint, cement, the quantity of which cannot be physically
checked after incorporation in the work shall when collected at site, be recorded in measurement
book and signed both by the MES representative and the contractor as check to ensure that
required quantities have been brought at site for incorporation in the work.
4.2 The contractor shall obtain proprietary branded materials as above from manufacturer’s authorised
stockiest and shall submit vouchers/ invoices of suppliers to the GE, when called. These vouchers
shall be endorsed, dated and initialled by Engineer-in-charge giving the contract number and name
of work and certified copy of each such vouchers signed by both the Engineer-in-charge and the
contractor, shall be kept in MES record.
4.3 When the value of each category of materials is less than Rs. 500/- production of vouchers may not
be insisted upon, if the GE is otherwise satisfied with the quality of materials.

AGE (Contracts)
Signature of Contractor For Accepting Officer

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 81
PARTICULAR SPECIFICATIONS SECTION-II
NAME OF WORK: REPAIR AND CLEANING OF AREA DRAINAGE, SEWAGE SYSTEM INCLUDING
CLEANING OF SEPTIC TANK BY MECHANICAL MEANS IN ZONE B & E AREA UNDER GE
CHENNAI
1 GENERAL
1.1 Work under this contract shall be carried out in accordance with Schedule ‘A’, particular
specifications, drawings, general specifications, guide lines of ASI and other provisions in MES
Standard Schedule of Rates (here-in-after called MES Schedule (Part-I) and read in conjunction with
each other.
2. BLANK
3 EXCAVATIONS AND EARTH WORK
3.1 Excavation involved in this work shall be carried out in various types of soils as indicated in BOQ.
3.2 Excavation work shall be one all as specified in para 3.12 & 3.13 of MES Schedule (Part-I).
3.3 The excavation shall be restricted to dimensions as specified in MES Schedule. Excavation made in
excess of required depth/ width, if any shall be made good by the contractor with cement concrete
(1:4:8) type D-2 without any extra cost to the Govt.
3.4 Excavation and earth work for laying water supply pipe lines shall be carried out all as specified in
para 18.42 of MES Schedule (Part-I). Tenderers attention is invited to the fact that the minimum
width and depth of trenches for laying pipes shall be according to the authorized widths as per para
18.50.1 of MES Schedule (Part-I).
3.5 Contractor may use Mechanical devices for excavation in trenches, without any extra cost to Govt.
However, payment shall be done only for the authorized width as per drawings and preambles of
SSR, irrespective of the actual width excavated.
3.6 ANTIQUITIES AND USEFUL MATERIALS
3.6.1 Any finds of archaeological interest such as relics of antiquity, coins, fossils or other articles of value
shall be delivered to the Engineer-in-Charge and shall be the property of the Government.
3.6.2 Any material obtained from the excavation which in the opinion of the Engineer-in-Charge is useful
shall be stacked separately in regular stacks as directed by the Engineer-in-Charge and shall be the
property of the Government.
3.7 RETURNING, FILLING AND RAMMING
3.7.1 Refilling of trenches shall not be carried out until laying and jointing of pipes have been passed by
Engineer-in-Charge. The approved earth shall be refilled in trenches not exceeding 25cm layers
well, watered and rammed to ensure that greatest amount of compaction and solidity and all as
directed by Engineer-in-Charge. The surface of the filling shall be dressed fair to levels or as
directed by Engineer-in-Charge.
3.7.2 The surplus soil shall be removed, spread and levelled as directed by Engineer-in-Charge.
3.8 MAKING GOOD
3.8.1 Roads, foot path including side drain if any cut through for cable/ pipe/ water mains trench shall be
made good by the contractor to match with the original specification all as directed by Engineer-in-
Charge. When roads have to be crossed, half the width road shall be dug at a time and proper
warning notice, signs and lights shall be displayed and watchmen posted by the contractor at own
cost. The rates quoted by the tenderer for schedule are deemed to include for the above provisions
and extra claim whatsoever will not be entertained by the department on this account.

Contd....
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 82
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)

3.9 PROTECTION OF EXISTING WORK


3.9.1 All pipes, water mains, cables etc., met with during the course of excavation shall be carefully
protected and supported by the contractor without any extra cost to the department. The amount
quoted by the tenderer in Schedule ‘A’/ (BOQ) is deemed to include for the above provisions. No
claim whatsoever will be entertained by the department on this account.
4 BLANK
5 CEMENT
5.1 GENERAL
5.1.1 Cement required for the work under the contract shall be procured, supplied and incorporated in
the works by the contractor under his own arrangement. Type of cement for the subject work shall
be Ordinary Portland cement Grade 43 (forty three) in accordance with IS 8112-1989. Cement shall
conform to the requirements of Indian Standard specification and each bag of cement shall bear
relevant ISI mark.
5.2 SOURCES OF PROCUREMENT
5.2.1 The cement shall be procured by the contractor from any of dealers nominated by main producers
of cement like
Sl. Manufacturers Name (Company Name) Brand Type of Cement
(a) The Associated Cement Companies Ltd, New ACC All
Delhi
(b) Ultra Tech Cement Ltd, Mumbai ULTRATECH All
(c) The India Cement, Chennai SANKAR All
(d) Dalmia Cement (Bharat) Ltd, Tiruchirapalli DALMIA & KONARK All
(e) Mangalam Cement Ltd, Guntur MANGALAM All
(f) Century Cements, Mumbai CENTURY All
(g) Saurashtra Cement, Mumbai SAURASHTRA All
(h) Ramco Cements Ltd (Formerly Madras RAMCO All
Cement) Chennai
(j) Birla Corporation Ltd, Kolkata BIRLA All
(k) Orient cement, Hyderabad ORIENT All
(l) Nuvoco Vistas Corporation Limited, Mumbai NUVOCO All
(m) Shree Cement, Ajmer, Rajasthan Brand ‘SHREE’ All
(n) JK Cement – Kanpur JK All
(o) JK Lakshmi Cement Ltd, Sirohi, Rajasthan J K LAKSHMI All
(p) Jaypee Rewa Cement JAYPEE All
(q) Ambuja Cement Ltd, Gujarat AMBUJA All
(r) Shree Guru Kripa Cement (Pvt) Ltd, Jammu SARTAJ OPC 43, PPC

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 83
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
(s) Parasakti Cements Ltd, Hyderabad PRASAKTI OPC 43, PPC
(t) My Home Industries Ltd, Hyderabad MAHA OPC 43, PPC,PSC
(u) Chettinad Cement Corporation Ltd, Chennai CHETTINAD OPC 43, PPC
(v) Sanghi Industries Ltd, Ahmedabad SANGHI OPC 53, PPC
(w) Wonder Cement Ltd, Chennai WONDER CEMENT OPC 43, OPC 53 & PPC
(x) Sagar Cement Ltd, Hyderabad SAGAR OPC 43, OPC 53, PPC
& PSC
(y) JSW Cement Ltd, AP JSW Cement OPC 43, OPC 53, PSC

5.2.2 The contractor shall furnish the particulars of the manufacturer of cement alongwith the date of
manufacturing of cement to the Garrison Engineer for every lot of cement separately.
5.2.3 For each lot of cement brought by the contractor, before acceptance of the cement the following
actions will be taken by the GE and Engineer-in-Charge:-
(a) Inspect the lot and verify the general conditions of the cement.
(b) Obtain the vouchers (IN ORIGINAL) of the manufacture of cement for each lot containing
the date of manufacturing, from the contractor.
(c) Obtain from the contractor for each lot of cement the manufacturer’s Test Certificate (IN
ORIGINAL) alongwith Test Sheets giving the result of each physical test and chemical
composition of cement or authenticated copy thereof duly signed by manufacturer. The Test
Sheet should include the results of the following mandatory test:-
(i) Specific surface by Blains air Permeability method.
(ii) Soundness Test by Le’ Chatlier method.
(iii) Initial setting time.
(iv) Final Setting time.
(v) Compressive strength test at 3, 7 & 28 days as specified in the relevant IS code.
(vi) The test report should also show the chemical properties of the cement as per
relevant IS Codes.
(d) Verify the documents listed at Clause No. 5.2.3 (b) & (c) above given by the contractor
from the manufacturer.
5.2.4 The cement so brought shall be fresh and in no case older than 60 days from the date of
manufacture. The GE accordingly in consultation with the contractor will work out the Schedule of
procurement and ensure that the same is adhered to. This Schedule should be vetted by CWE from
time to time. The document in support of the purchases of cement shall be verified by the Engineer-
in-Charge. Before placing the order for supply of cement by the contractor, he shall obtain written
approval from the GE regarding name of manufacturer, quantity of cement etc. Cement shall be
procured for minimum requirement of one month and not procured for minimum requirement of
more than two months at a time and should match with the physical progress of the work. The
cement shall be consumed in the work within three months after receipt. Cement shall conform to
the requirement of Indian Standard Specification and each bag of cement shall bear relevant ISI
mark. The weight of each consignment shall be verified by the GE and recorded. The content of

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 84
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
cement shall be checked at random to verify the actual weight of cement per bag. However, the
content of cement per bag shall be 50 Kg only subject to tolerance given in relevant IS code.
5.2.5 The contractor shall submit original purchase vouchers for the total quantity of cement. The
original purchase vouchers and the test certificates shall be verified for subject contract & defaced
by the Engineer-in-Charge and kept on record.
5.2.6 The cement so brought shall be fresh and in no case older than 60 days from the date of
manufacture. The Garrison Engineer shall verify the documents in support of the purchases of
cement. Before placing the order for supply of cement by the contractor, he shall obtain written
approval from the GE regarding name of manufacturer, quantity of cement etc. Cement shall be
procured for minimum requirement of one month and not exceeding the requirement for more
than two months at a time. The cement shall be consumed in the work within three months after
receipt. Cement shall conform to the requirement of Indian Standard specification and each bag of
cement shall bear relevant ISI mark.
5.2.7 SOURCE OF PROCUREMENT LESS THAN 1200 BAGS
5.2.7.1 For all contracts, where estimated requirements of cement is less than 1200 bags, contractor can
procure cement from the authorized distributors/ dealer of the approved firms. However,
contractor will have to submit test certificate for the batch issued by the firm.
5.3 TESTING OF CEMENT
5.3.1 The contractor shall submit the manufacturer’s test certificate in original along with test sheet
giving the result of each physical test as applicable in accordance with the relevant IS provision and
the chemical composition of cement or authenticated copy thereof, duly signed by the
manufacturer with each consignment, as per the following IS provision: -
(a) Method of sampling hydraulic cement as per IS - 3535 - 1986
(b) Methods of physical test for hydraulic cements as per IS - 4031.
(c) Method of chemical analysis of hydraulic cement as per IS-4032-1985.
5.3.2 The test sheet should include results of the following mandatory tests: -
(i) Specific surface by Blains air Permeability method.
(ii) Soundness Test by Le’ Chatlier method.
(iii) Initial setting time.
(iv) Final Setting time.
(v) Compressive strength test at 3, 7 & 28 days as specified in the relevant IS code.
(vi) The test report should also show the chemical properties of the cement as per relevant IS
codes.
5.3.3 The test certificate and test sheet shall be furnished with each batch of manufacture. The Engineer-
in-Charge shall record these details in the cement acceptance register to be maintained by him
which will be signed by JE (Civil), Engineer-in-Charge, Garrison Engineer and the contractors as
given in the format herein after for verification.
5.3.4 GE shall carry out the testing of cement if necessary as per IS 4031 and the cost of the testing
charges shall be borne by the contractor.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 85
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
5.4 INDEPENDENT TESTING OF CEMENT BY GE
5.4.1 The GE shall carry out independent testing as per the tests mentioned in the ‘CEMENT SUPPLY/
ACCEPTANCE FORM’ (Physical and Chemical requirement) of random samples of cement drawn
from various lots. The testing shall be carried out through National test house, SEMT, CME,
Regional Research Laboratories, Govt. approved Laboratories, Zonal Laboratories as per IS-3535
(method of sampling hydraulic cement), IS-4031 (method of physical test for hydraulic cement) and
IS-4032 (Method of chemical analysis of hydraulic cement) referred to above. The decision as to
where the testing of cement is to be done shall be taken by GE. In case the cement is not of
requisite standard despite manufacturer’s test certificate, the contractor shall remove the total
consignment from the site within 24 hours at his own cost after written rejection order of the
consignment by the GE. The cost of testing, transportation and of material used in testing etc. shall
be borne by the contractor irrespective of the results of testing and no extra claim whatsoever shall
be admissible.
5.5 SAMPLING FOR INDEPENDENT AND ADDITIONAL TESTS
5.5.1 Sample of cement from each lot should be collected by the Engineer-in-Charge and GE in
accordance with IS 3535-1986, for independent or additional tests. The cement shall be tested
within 1-3 weeks on supply but before incorporation of the same in works. The cost of testing,
transportation and of material used in testing etc. shall be borne by the contractor irrespective of
the results of testing and no extra claim whatsoever shall be admissible. The record of such
samples selected by the GE for testing shall be properly maintained in the ‘Cement Testing
Register’ giving cross reference to relevant consignment of cement and quantity received etc.
5.5.2 Cost of transportation of samples to the approved laboratory/test house and all testing charges
including cost of sample shall be borne by the contractor.
5.6 DOCUMENTATION
5.6.1 The following documents will be maintained by the Engineer-in-Charge/GE for cement supplied by
the contractor in addition to the documents specified here-in-before:-
(a) Original vouchers of cement shall be kept in the concerned file of the contract in AGE’s
office, serially numbered on each page.
(b) Original Test Certificate and Test Sheet should also be kept in the concerned file of the
contract in the AGE’s office duly numbered.
(c) Cement Acceptance Register as per Appendix ‘A’ to these Particular Specifications.
(d) Register containing results of independent and additional testing by GE.
(e) Register containing records of surprise checks and BOQ.
(f) Inspection Register.
5.6.2 The contractor shall submit original purchase vouchers for the total quantity of cement supplied
under each consignment to be incorporated in the work. All consignments received at the work site
shall be inspected by the GE alongwith the relevant documents to ensure the requirements as
mentioned hereinbefore, before acceptance. The original purchase vouchers and the test
certificates shall be verified for subject contract and defaced by the Engineer-in-Charge and kept on
record in the office of the Garrison Engineer duly authenticated and with cross reference to the
consignment/control number recorded in the Cement Acceptance Register. The cement acceptance
register shall be signed by the Junior Engineer (Civil), Engineer-in-Charge, GE and the contractor. The
CWE will personally check the documents concerned with cement periodically at least once in a
Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 86
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
month and record of these checks will be kept in the cement Acceptance Registers. The contractor
shall maintain schedule of supply of cement for each consignment.
5.7 STORAGE/ ACCOUNTING/ PRESERVATION OF CEMENT
5.7.1 Cement shall be stored in covered go down over dry platform at least 20cm high in such a manner as
to prevent deterioration due to moisture or intrusion of foreign matter. In case of storeroom, the
stack should be at least 60cm away from floors and walls. The stacking of cement shall be done as
specified in relevant IS. The storage, accounting and preservation of cement supplied by the
contractor shall be done as per standard engineering practice till the same is incorporated in the
work and the cost of the same shall be deemed to be included in the unit rate/ amount quoted by
the tenderer. The Engineer-in-Charge shall inspect once a day to verify that cement lying at site is
stored, accounted, preserved and maintained as per the norms. The cement shall be stored so as to
differentiate each tested and untested consignment separately with distinct identification. If the GE
is not satisfied with the storage/ preservation of cement, he may order for any test(s) of cement as
applicable for that consignment to ensure its conformity to the quality mentioned in the
manufacturer’s test certificate. The contractor shall bear the cost of necessary testing(s) in this
regard and no claim whatsoever shall be entertained.
5.7.2 Stacking of cement shall be done as per relevant IS and as under: -
(a) Each cement consignment shall be stacked separately displaying the control No. and date of
receipt of cement and removal shall be made on the basis of ‘First in First out’.
(b) Adequate top cover will be provided.
(c) Stacks in no case shall be higher than 12 bags. The maximum width of each stack shall be
3.00m. If the stack is to be more than 7 or 8 bags high, the bags shall be arranged in header and
stretcher fashion, i.e. alternately length wise and cross wise so as to tie the piles together and
avoid danger of topping over.
(d) Adequate space shall be kept between two stacks.
5.8 MEASUREMENTS AND PAYMENT OF CEMENT
5.8.1 The entire quantity of cement shall also be suitably recorded in the Measurement Book for record
purposes as ‘Not to be abstracted’ before incorporation in the work and shall be signed by the
Engineer-in-Charge and the contractor.
5.8.2 Cement shall be paid as material lying at site as per condition 64 of IAFW-2249. Rate of cement
given in MES Schedule shall be applicable for cement irrespective of grade of cement specified for
use in the work.
5.9 RELEASE OF PAYMENT
5.9.1 The payment shall only be allowed after production of original purchase vouchers, certified copies
of test certificates from manufacturer for each consignment and results of testing carried out in
laboratory on receipt of cement (7 days compressive test) are found satisfactory after testing as
specified hereinbefore and taking action on points enumerated in Para 5.4 here-in-before and
completing the documents in this regard as mentioned in Para 5.7 Cement shall be paid as material
lying at site as per Condition 64 of IAFW-2249.
5.10 ACCEPTANCE/ REJECTION OF CEMENT
5.10.1 The contractor will keep a separate stack of cement brought at site for inspection, away from the
accepted lot of cement. In case the new lot is rejected by the GE it will be removed from the site

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 87
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
within 24 hours, at the cost of the contractor. The cement may be rejected if it does not comply
with any of the requirement as per relevant IS codes. The cement should be weighed and each bag
shall be of nominal average net mass of 50 kgs. The tolerance on weight of the cement shall be as
per the relevant IS Codes.
6 FINE AGGREGATE
6.1 Fine aggregate for concrete work shall conform to materials specifications and grading within the
limits of grading zones II or III all as specified in para 4.4 to 4.4.7.3 of MES Schedule (Part-I).
Contractor may without any extra cost, in lieu of river sand use Manufactured sand (crushed stone
sand) produced from hard granite/basalt/ black trap stone, having cubical shaped particles with
grounded edges of ground gradation zone II/III as per IS 383-1970 as applicable. In the market it is
known as M-Sand/ Robo Sand/ I-sand etc. For pricing deviations, MES Schedule rates shall only be
applicable without any price adjustment for manufactured sand.
6.2 Manufactured Sand is produced after crushing rocks by various Firms. In this connection tenderers
attention is invited to visit the Web site “http//www.poabs.com” for more details.
7 COARSE AGGREGATES
7.1 Coarse aggregate for all cement concrete work shall be graded machine crushed granite stone
conforming to specifications as given in para 4.4.1 to 4.4.7 of MES Schedule (Part-I) and shall be
obtained from approved quarries.
7.2 GRADING OF COARSE AGGREGATE
7.2.1 Graded aggregate of nominal sizes given here under shall be used unless specified otherwise in
Schedule ‘A’/ BOQ:-
(a) All reinforced cement concrete:- Unless otherwise shown on drawing, the size of aggregate
shall be as per IS-456, but in no case more than 20mm graded aggregate.
(b) Plain cement concrete in foundation of PCC block/stone walls pillars, floors and sub base to
floors :-
(i) Upto and including 30mm thickness 12.5mm
(ii) Over 30mm and upto and including 75mm thickness (except sub base 20mm
to floor and for situation mentioned otherwise elsewhere)
(iii) Exceeding 75mm thickness 40mm
Note:- However, in no case the nominal size of aggregate shall be greater than one-fourth the
minimum thickness of the member.
8 WATER
8.1 Blank
9 IMPORTANT REQUIREMENT OF REINFORCED CEMENT CONCRETE/ PLAIN CEMENT CONCRETE
9.1 Type of concrete and mix shall be all as specified in Schedule ‘A’/ (BOQ).
9.2 All the materials, workmanship inspection and testing for the cement concrete shall be as per
requirements given in IS-456-2000.
9.3 The contractor shall provide all facilities for casting, curing and conveyance of test cubes of cement
concrete to authorised laboratory as approved by the GE for testing as laid down in IS-456-2000 at
no extra cost to Government.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 88
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
9.4 Engineer-in-Charge shall maintain a record of actual consumption of cement in proper register
(other than the cement register mentioned in special condition) for all design mix and initial the
entry for every change in quality of cement bag.
9.5 PLAIN CEMENT CONCRETE/ REINFORCED CEMENT CONCRETE
9.5.1 BATCHING AND MIXING OF CONCRETE
(i) All materials, workmanship, inspection, sampling and testing shall be as per the
requirements given in IS-456-2000.
(ii) Batching: Refer IS 456 – 2000 Clause 10.2. All ingredients including cement shall be
batched by approved integral weigh batcher.
(iii) Mixing: Refer IS 456 – 2000 Clause 10.3. However, in case of small quantity (i.e. the
quantity of concrete required being less than one batch of mix), the contractor may, after obtaining
written permission of the Engineer-in-Charge, be allowed hand mixing. Where hand mixing is
permitted, it shall be carried out on a watertight platform and care shall be taken to ensure that
mixing is continued until the concrete is uniform in colour and consistency. It shall be ensured that
the mixing is done for minimum of 02 minutes.
(iv) Transportation, Placing, Compaction and Curing: Transportation of mixed concrete shall be
done all as described in MES Schedule clause 4.11.9 and confirm to relevant para of IS 456-2000.
Due precaution shall be taken while placing concrete so that segregation of aggregates does not
occur. All stipulations in clause 4.11.10 of MES Schedule (Part-I) shall be strictly complied with.
(v) COMPACTION: The concrete should be adequately compacted by suitable means as
directed by Engineer-in-Charge.
9.6 PROPORTIONING OF CONCRETE
9.6.1 The proportioning of volumetric mix concrete for all PCC work shall be as specified in MES Schedule
(Part-I).
9.6.2 The mix for all RCC work shall be of grade as specified in BOQ.
10 FORMWORK
10.1 Formwork shall comply with requirements of para 4.11.6, 4.11.6.1 to 4.11.6.5 and 7.15.1 to 7.15.10
of MES Schedule (Part-I) except that the form works to be provided under this contract shall be of
steel/ plywood only as specified here-in-after in lieu of timber formwork. Props shall be of only steel
and bottom plates and side shuttering shall be of either steel or plywood without any price
adjustment. For supporting small heights, wooden support may be used in lieu of steel support at
the discretion of GE.
10.2 Deformed steel sheet shall not be permitted for use as form work. In case of any deviation
involving form work to surfaces exposed to view, the pricing shall be done at the rates of timber
form work for rough finish and in case of unexposed concrete surfaces; the pricing shall be done at
the rates of timber work, clean sawn subject to contractor’s percentage. The contractor shall have
no extra claim on account of this.
10.3 Formwork shall be of steel of adequate strength. Steel props and steel sheets are only to be used in
formwork except for chajjas, roof projection, beams, lintels and any other minor elements which
cannot be done by steel form work at the discretion of GE. However, deformed steel sheet shall not
be permitted for use as form work.
11 BLANK
Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 89
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
12 FLY ASH BRICK WORK
12.1 FLY ASH BRICKS: Fly ash brick shall be locally available best quality brick, as approved by GE.
12.2 Fly ash brick shall be of size 230 x 110 x 70mm as approved by GE with 28 days average wet
compressive strength not less than 50 Kg/ cm² when tested as per procedure laid down in IS-3495-
1992 (Part-I) and water absorption not more than 15% by mass when tested as per procedure laid
down in IS-3495 (Part-II) after immersion in cold water for 24 hours. Average drying shrinkage of
the blocks will not be more than 0.15% when tested as per IS-4139. The fly ash used in the process
of making blocks should confirm to grade II of IS-3812-1981. The tolerance on dimension of the
blocks will be taken as per clause 5.2 of IS-12894: 2002. Fly ash bricks/ blocks shall conform to IS-
12894-2002.
12.3 The brick shall be procured from any one of the manufacturers enlisted as a member of FLY ASH
BUILDING MATERIALS MANUFACTURERS ASSOCIATION (FABMAS) and as approved by the GE
(Approved list of manufacturers available with GE). In case the contractor wants to use fly ash
bricks manufactured by the manufacturer who is not member of (FABMAS), the bricks procured
from such sources shall be subject to satisfactory results of all necessary tests and prior approval of
GE before incorporated in the work. Fly ash bricks should be adequately cured and stored for six
weeks before incorporating in the masonry works in both load bearing and partition walls. The
bricks shall have frog of 100mm in length, 40mm in width and 10 to 20mm deep on one of its sides.
If made by extrusion process, the bricks may not be provided with frogs.
12.4 CEMENT: Refer Clause 5.2.1 here-in- before.
12.5 SAND
12.5.1 Sand for mortar shall be as specified in para 5.4 of MES Schedule (Part-I). Sand for mortar shall be
conforming to IS-2116-1980.
12.6 LAYING AND BONDING
12.6.1 Bricks shall be laid and bonded, all as specified in MES Schedule as applicable to old size bricks (FPS
Conventional bricks).
12.6.2 Mortar bed joints shall be such that four courses of brick work and three joints taken consecutively
shall measure 3cm to 4cm in addition to the combined height of bricks themselves. The provision
regarding above made in para 5.26 of MES Schedule (Part-I) shall be deemed to be modified
accordingly and no price adjustment shall be done on this account. The vertical joints shall also be
of the same thickness of bed joints.
12.6.3 Mortar bed joints shall normally conform to thickness with tolerance as specified in para 5.27 of
MES Schedule (Part-I).
12.7 WORKMANSHIP
12.7.1 Brick masonry work shall be carried out all as specified in para 5.19 to 5.30 of MES Schedule (Part-
I).
13 BLANK
14 BLANK
15 STEEL AND IRON WORK
15.1 Reinforcement steel required for the work under this contract shall be procured and supplied and
incorporated in the work by the contractor under his own arrangement.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 90
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
15.2 Reinforcement steel supplied by the contractor for incorporation in the work shall be procured
directly from: -
Sl. Manufacturer Name Adress Type of Steel
No. (Company) & Brand
(a) Rashtriya Ispat Nigam Visakhapatnam Steel Plant All
Limited (RINL) Visakhapatnam- 530 031, India
Brand: “RINL” Tel. (91 891) 518226, 518376
Fax (91 891) 518316
Email. cmdvsp@itpvis.ap.nic.in
(b) Tata Iron & Steel Bombay House, 2, 4Homi Modi Street All
Company (TISCO or Mumbai – 400001, India
TATA steel) Tel (91 22) 204 9131
Brand: “TATA” Fax (91 2) 204 9522, 287 0840
Email. corpcomm@isrtatasteel.com
(c) Steel Authority of India Central Marketing Organisation All
Ltd (SAIL). Northern region, 17th Floor,
Brand: “SAIL” Scope minar, Laxmi Nagar Distt. Centre
Delhi - 110092
(d) M/s Jai Balaji 5 Bentinck street, Kolkata-700001, TMT Bars of Gde
Industries Ltd, Tel:033-22489808/22488173, Fe500 & Fe 500D
Brand: “BALAJI Fax:033-22430021/22107893/ 22426263
SHAKTI” Delhi Office
510, Block-b, Navraung House
21 Kasturba Gandhi Marg
New Delhi - 110001
011-43620219, 43620220
Mob:7838272772/9958936103
E-mail: info@jaibalajigroup.com
(e) M/s Shyam Steel Shyam towers, EN-32, Sector-V, Salt Lake, TMT Bars of Gde
Industries Limited Kolkata - 700091, Fe 500, Fe 500D &
Brand: “SHYAM” Tele - 033-4007407, 033-4007401, CRS
E-mail: marketing@shyamsteel.com
(f) M/s Steel Exchange My Home Laxminivas Apartments, TMT Bars of Gde
India Ltd Ameerpet, Hyderabad -500016,AP Fe 500, Fe 500D &
Brand: “SIMHADRI Tele – 040-23403725 HSCRM
TMT” Fax – 040-23413267
Email.info@seil.co.in
(g) M/s Jindal Steel & OP Jindal Road, Hissar, Haryana, PIN- TMT Bars of Gde
power Ltd. 125005. Fe 500, Fe 500D,
Brand: “JINDAL Tele: +91 1662 222471-84, Fe 550, Fe 550D
PANTHER” Fax: +91 1662 220476 (Size 8-40mm)
(h) M/s SRMB Srijan Ltd, SRMB House, 7, Khetra Das Lane, Kolkata- TMT Bars of Gde
700 012 Fe 500, Fe 500D,
Brand : “SRMB”
Tele: 033-66006600, Fax. 033-22110483 Fe 550, Fe 550D
(Size 8-32mm)
(j) M/s Shri Bajrang Vill Borjhara, Urla Industrial Area, TMT Bars of Gde
Power & Ispat Ltd, Raipur-493221 Chhattisgarh Fe 500 & Fe 500D
Brand: “GOEL TMT” Tel : 0771-4288019 / 29 / 39 (Size 8-32mm)

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 91
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
(k) M/s JSW Steel Ltd JSW Centre, Bandra Kurla Complex, Bandra TMT Bars of Gde
Brand: “NEOSTEEL” (East), Mumbai 400 051 Maharashtra Fe 500, Fe 500D,
Phone: 022-42861000 Fe 550, Fe 550D,
Fax: 022-42863000 CRS (Size 8-
40mm)
(l) M/s Electrotherm Survey No.72, Palodia, Via-Thaltej, TMT Bars of Gde
(India) Ltd Ahmedabad, Gujarat -382115 Fe 500, Fe 500D
Tel-+91-2717-660649/660550 and CRS
Brand: “ET TMT”
Fax- +91-2717-234866 (Size 8-32mm)
(m) M/s Shyam Metalics & Viswakarma, Ist Floor, 86 C, TMT Bars of Gde
Energy Ltd Topsia Road, Kolkatta – 700046 Fe 500 & Fe 500D
Brand: “SEL” Tel:9133 2285 2212 (Size 8-32mm)
Website: www.shyamgroup.com
(n) M/s Kamachi ABC Trade Centre, 3rd Floor TMT Bars of Gde
Industries Ltd, Chennai (Inside Devi Theatre Complex) Fe 500, Fe 500D,
Brand: “KAMACHI” Old No.50, New No.39, Anna Salai, Fe 550, Fe 550D &
Chennai – 600002, India HCRM
Tel ; 044-42961100 (Size 8-40mm)
Fax : 04442961122
Email sales@kamachitmt.com
(o) M/s Gallantt Metal Ltd Ward 10BC, Plot No.123 TMT Bars of Gde
Brand: “GALLANTT Ground Floor, Gandhi Dham Fe 500, Fe 500D &
TMX” Kutch, Gujarat-370201 CRS
Tel: 91-2836-228164 (Size 8-32mm)
Fax: 91-2836-22894254
Email: gml@gallant.com
Website: www.gallant.com
(p) M/s Rashmi Metaliks Premlata Building, 39 Shakespeare Sarani, TMT Bars of Gde
Ltd. 6th Floor, Kolkata-700017 Fe 500 (Size 8-
Brand: “RASHMI Tel: 033-22894255/56 32mm)
TMT” Fax: 033-22894254 Fe 500D, Fe 550D
Email:mkt.domesticdip@rashmigroup.com (Size 8-25mm)
Website: www.rashmigroup.com
(q) M/s Real Ispat & Vrindavan, Near IDBI Bank, TMT Bars of Gde
Power Ltd Civil Lines, Raipur – 492001, C.G Fe 500 & Fe 500D
Brand: “G K TMT” Tel: 91-771-4224000 (Size 8-36mm)
Fax: 91-771-4224010
Email: real@realispat.com
Website: www.realispat.com
(r) M/s Super Smelters Premlata, 39 Shakespeare Sarani, TMT Bars of Gde
Ltd, Kolkatta 3rd Floor, Kolkata-700017 Fe 500, Fe 500D,
Brand: “SUPER Tel/Fax: 033-22892734/36 Fe 550
SHAKTI” Email: info@supershakti.in (Size 8-32mm)
Website: www. supershakti.cin

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 92
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
(s) M/s Adhunik ‘Lansdowne Tower’ TMT Bars of Gde
Industries Ltd 2/1, Sarat Bose Road, 6th Floor, Fe 500D
Brand: ADHUNIK FE Kolkata-700020 (Size 8-32mm)
500 SD Tele: 033-30517100
Fax: 033-22890285
Website: www.adhunikindustries.com
(t) M/s Shyam Sel and SS Chambers, 5 C.R. Avenue, TMT Bars of Gde
Power Ltd Kolkata- 700 072 Fe 500D
Brand: SEL Tele: 033 4011 1000 (Size 8-32mm)
Fax: 033 4011 1031
Website: www.shyamgroup.com
(u) M/s SPS Steel Rolling ‘Diamond Prestige’, 41A, AJC Bose Road, 8th TMT Bars of Gde
Mills Ltd Floor, Room No. 801, Kolkata- 700017 Fe 500, Fe 500D,
Brand: ELEGENT TMT Mobile: 9831055568/ 8910797649 Fe 550
Telefax: 033-66255252
Email: Info@spsgroup.co.in
(v) M/s Shree Nakoda Near Railway Crossing TMT Bars of Gde
Ispat Ltd Mowa, P.O. Shankar Nagar Fe 500, Fe 500D,
Brand: NAKODA TMT Raipur-492007 (C.G.) (Size 8-32mm)
Tele: 0771-2282130
Mobile: 78989741
Website: www.nakodagroup.com

or from any primary producer approved by E-in-C’s Branch with date validity during currency of
contract.
15.3 Steel supplied by the contractor shall conform to the following grades and quality:
(A) STEEL FOR CONCRETE REINFORCEMENT
(i) High strength Deformed steel Bars, shall be produced by Thermo Mechanical
Treatment process (TMT Steel bars of grade Fe-500/ Fe-500D/ Fe-550/ Fe-550D)
conforming to IS-1786-1985 (Re-affirmed 1990).
(ii) Mild steel bars, shall conform to IS-432 (Part-I) 1982/ 1989, Grade I. Chemical
composition shall be in accordance with steel designation Fe-410- S of IS-2062 – 1992.
(iii) Fabric reinforcement for concrete shall conform to IS: 1566.

15.4 Weight of steel supplied by the contractor shall be calculated at unit weights given in ISI conversion
table.
15.5 Bending and fixing of bars for concrete reinforcement including mild steel wire for binding shall be
carried out all as specified in MES Schedule.
15.6 All finished steel shall be well and clearly rolled to the dimensions, sections and weights specified.
The finished material shall reasonable free from cracks, surface flaws, laminations, rough jagged
and imperfect edges and any other harmful defects and shall be finished in a proper manner.
Tolerance on size and weight of reinforcement bars shall not be more than as specified in clause
10.17.4 and 10.17.5 of MES Schedule Part-I and as specified in IS-1786-1985 and IS-2026 and as per
relevant IS codes.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 93
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
15.7 APPROVAL OF STEEL BROUGHT BY THE CONTRACTOR
15.7.1 The following action shall be taken by Engineer-in-Charge before incorporating steel procured by
the contractor for the work:-
(a) Physical verification of steel received to confirm the actual quantity of steel as well as to verify
aspects brought out in para 15.6 above.
(b) GE will obtain original machine numbered purchase vouchers of manufacturer from the
contractor.
(c) Verify the documents listed in Sl No.(b) and foregoing above given by the contractor from the
manufacturer.
(d) No consignment or part thereof will be allowed to be incorporated in the work until and unless
the test results of independent testing are obtained and the consignment is passed by GE. Schedule
or procurement will be prepared keeping in view the time lost for testing etc.
(e) Three samples of pieces (3m long) of each section of consignment will be retained at the project
site till completion of the work. These samples will be suitably marked and properly preserved.
15.8 TESTING OF STEEL
15.8.1 The manufacturers of steel are to carry out inspection and testing of steel in accordance with
relevant BIS provisions. The contractor shall submit the manufacturer’s test certificate in original or
authenticated attested true copy by the manufacturers only along with the test sheet giving the
result of each mechanical test as applicable in accordance with relevant IS provision and the
chemical composition of steel or authenticated copy with each consignment. The Engineer-In-
Charge shall record these details in a steel acceptance register which will be signed by JE(Civil),
Engineer-In-Charge, GE and contractor as given in the format (Appendix `B') hereinafter after due
verification and Engineer-in-Charge shall send a certified true copy of test sheet to GE for his
records. Independent testing of steel / structural steel / GI sheets and fabric reinforcement for
concrete by the GE shall be optional at the discretion of the GE in case of procurement of steel
from main producers and testing charges shall be borne by the department if the test results are
found in order otherwise these shall be borne by the Contractor.
15.8.2 For independent testing, random samples of steel shall be drawn from various lots and shall be got
tested from a National Test House, SEMT Wing CME, Regional Research Labs or NABL etc., as per
minimum frequency given below. Samples from each lot shall also be tested for quality and
elongation. The elongation shall not be less than 18%.
15.8.3 Ultimate tensile strength, elongation, bend and re-bend test for reinforcement steel bars shall be
carried out as per Clause 14.5 and test specimen shall be as per clause 11 of IS-1786-1985 and
delivery inspection shall be as per clause 12 of IS-1786. Bend tests and tensile tests for structural
steel shall be carried out as per IS-2062.
15.8.4 In all cases mentioned above contractor at his cost shall provide all facilities required for the
testing. Cost of materials consumed in tests shall also be borne by contractor. The records of such
checks shall be maintained in steel test register.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 94
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
15.9 FREQUENCY OF SAMPLING FOR INDEPENDENT TESTING BY GE
15.9.1 Frequency of nominal mass, tensile strength, bend and re-bend tests of steel for checking nominal
mass, tensile strength, bend and re-bend tests , test specimen at random shall be selected by GE at
the following frequency:-
(A) STEEL FOR CONCRETE REINFORCEMENT
(i) Bars size less than 10mm : One sample (3 specimens) for each test for
every 25 tonnes or part thereof
(ii) Bars Size 10mm to 16mm (inclusive) : One sample (3 specimens) for each test for
every 35 tonnes or part thereof.
(iii) Bars size over 16mm : One sample (3 specimens) for each test for
every 45 tonnes or part thereof.
Note:- For various tests, acceptance criteria, tolerance etc., refer to Appendix ‘B’ and relevant IS
Codes.
15.9.2 The testing of GE as per above frequency is mandatory before payment is released to the
contractor or steel in incorporated in the work. The frequency of number of samples/ tests shall
however be increased by the GE for his satisfaction. The cost of these additional tests shall be
governed as per Condition 10(A) of IAFW-2249. However the coat of samples, transportation and
other overheads shall be borne by the contractor irrespective of test results.
15.9.3 Test shall not be insisted upon for the ordinary quality structural steel required for guard bars hold
fast, grill, hand railing/ fencing posts, steel doors and windows, gates and such other allied items.
15.9.4 In case test results of testing pursuant to clause 15.8.3 are not within the acceptable limits, then
that consignment of steel shall stand rejected and contractor shall remove the same from site at his
own cost. The rejected material shall not be incorporated in the work. The contractor shall have no
claim on this account.
15.9.5 Cost of test samples as per frequency given in clause 15.9.1 above shall be borne by the contractor
irrespective of test results.
15.10 DOCUMENTATION
15.10.1 Original purchase vouchers from the manufacturer and original or authenticated test certificates of
the manufacturers for the total quantity of steel supplied under each consignment to be
incorporated in the work shall be produced to the Engineer-In-Charge of the work by the
contractor. All consignments received at the work site shall be inspected by the GE along with the
relevant documents before acceptance. The original vouchers and the test certificates shall be
defaced and signed 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 steel acceptance
register. The steel acceptance register shall be signed by JE, Engineer-in-Charge, GE and contractor.
The entire quantity of all consignments shall also be suitably recorded in the measurement book
for record purposes as `NOT TO BEABSTRACTED' before incorporation in the work and shall be
signed by the Engineer-In-Charge and contractor. The following provisions shall also be complied.
(a) All original vouchers will be kept in a file serially numbered and to be kept in GE office.
(b) Test certificates of each steel consignment will be kept in a file, serially numbered and to be
kept in GE office.
(c) Steel acceptance register as per Appendix ‘B’ will be maintained by the Engineer-in-Charge.
Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 95
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
(d) Register containing results of independent and additional testing by GE.
(e) Inspection register.
15.11 STORAGE, ACCEPTANCE / REJECTION OF STEEL
15.11.1 The steel procured by the contractor shall be stored in the site of work as directed by Engineer-In-
Charge/ GE neatly in separate stack for various sizes/consignments with distinct paint marks at
least 15 cm above GL for identification. The steel as stacked shall be removed for incorporation in
the work only in the presence of departmental representative. The quantity of steel of various sizes
received at site and recommended for incorporation in the work shall be entered in the separate
register and signed by the contractor and the Engineer-in-Charge daily.
15.11.2 Steel will be stored in a manner so as to prevent distortion and corrosion till it is consumed in the
work. Any section that has deteriorated and corroded or if considered defective for any other
reason, the same shall be removed from site by the contractor at his own cost.
15.11.3 The contractor will keep a separate stack of steel brought at site for inspection, away from the
accepted stack of steel. In case, the consignment does not meet any of the requirements of the
relevant IS codes, the steel will be rejected by the GE and it will be removed from the site within 24
hours at the cost of the contractor.
15.12 BINDING WIRE
15.12.1 Binding wire for reinforcement shall be mild steel wire annealed not less than 0.9mm dia.
16 to 20 BLANK
21 PLASTERING
21.1 GENERAL
21.1.1 Surface to be plastered shall be prepared and well watered as specified in MES schedule. Curing of
plaster shall be properly done by means of stirrup pumps of similar devices. The contractor shall
take necessary precautions right from commencement of plaster work to prevent any craziness
that may appear on the surface of plaster and shall be responsible to make good any portion of
plaster work which in the opinion of the Engineer-in-Charge requires removal and redoing.
21.1.2 Plaster shall be returned in jambs, soffits of lintels and window cills etc.
21.1.3 All plastered surfaces shall be trowelled to a smooth and even finish with/ without using extra
cement as indicated in BOQ.
21.1.4 Thickness of cement plaster mentioned hereinafter shall be finished thickness exclusive of dubbing.
Dubbing may however be done in one operation with plaster. Nothing extra will be paid for
dubbing.
21.1.5 All corners, angle, junctions, and arises shall be truly vertical or horizontal as the case may be and
shall be carefully finished. Corners around jambs of openings and junction of walls shall be rounded
to minimum radius of 5mm. 12mm wide groove at the junction of all walls and RCC slabs to the
entire thickness of wall plaster shall be provided. Also trowel groove shall be provided at junction
of wall and RCC columns or any other dissimilar material e.g. wooden/ steel chowkats etc.
21.1.6 Particular attention of the contractor is invited to take note of local practices and local availability
of materials like bricks/ stones, form work etc for any extra quantity of mortar required for
rendering smooth, extra dubbing required, touching up properly and achieving smooth and even

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 96
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
surfaces. This shall be deemed to have been included in the item rate quoted for plasterwork, as
applicable.
21.2 SAND
21.2.1 Sand for plastering and pointing shall be of fine clean river sand conform to IS 1542-1992,
Specification for sand for plaster and shall be as specified in clause 14.5 of MES Schedule (Part-I).
The particle size and grading of sand for plastering and pointing shall be as specified in clause
14.5.2 of MES Schedule (Part-I).
21.3 Plaster shall be carried out as specified in MES Schedule (Part-I).
22 to 24 BLANK
25 SEWAGE DISPOSAL WORKS
25.1 Sewage works shall be carried out all as specified in relevant clauses of MES Schedule (Part-I) and in
these particular specifications here-in-after.
25.2 PVC (SWR) PIPES
25.2.1 PVC (SWR) pipes shall conform to IS 13592-1992. For use in ventilation pipe work and rain water
application UPVC pipe shall be of type ‘A’ and for use in soil and waste discharge system it shall be
of type ‘B’. Connected fittings of PVC (SWR) pipe shall be all as described in para 18.27A of MES
Schedule (Part-I).
25.2.2 The rubber rings for the pipes and fittings shall conform to IS 5382. In case there is no IS code for
the fittings, these shall generally conform to the requirement of BS: 4515 DIN 19531 and DIN 19534
PVC (SWR) pipe and fittings shall be strong, dimensionally stable and shall be free from defects.
25.2.3 PVC (SWR) pipes shall be laid and jointed as described in Schedule `A' and as per Para 18.67.7A of
MES Schedule (Part-I).
25.2.4 FIXING OF PIPES TO WALLS
25.2.4.1 Fixing of pipes to walls/ floors shall be carried out as per manufacturer’s instructions.
25.2.4.2 Pipes embedded in floor between Nahani Trap and from Nahani Trap to external waste pipe stack
shall be in one piece.
25.2.4.3 Accessories such as bends branch pieces (single/ double) etc. shall be provided as required and are
as specified. All accessories except those below ground level shall have oval access doors
(Standard pattern) to enable access to each straight section in the pipes. Access doors to fittings
shall be provided with 3mm rubber insertion packing and secured with set screws to make them
air and water tight.
25.2.5 TESTING
25.2.5.1 All soil and waste pipes and including fittings shall be tested as per manufacturer’s instructions on
completion of work and all as specified in clause 18.79 of MES Schedule (Part-I) to the entire
satisfaction of the Engineer-in-Charge. Joints found leaking/ sweating or defective shall be remade
to satisfaction of Engineer-in-Charge. Testing apparatus, materials, labour etc. shall be provided by
the contractor at his own expense.
25.2.5.2 PVC grating suitable for bore of pipe shall be provided in gutter at inlet of pipes. All RWP shall be
taken up to 15cm above plinth protection and shall be provided with a bend.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 97
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
25.3 SALT GLAZED STONEWARE PIPES AND FITTINGS
25.3.1 Salt glazed stoneware pipes, fittings and gully traps shall comply with the requirement of IS 651-
1992. Specification for salt glazed stoneware pipes and fittings. Pipes and fittings shall be of
quality Grade 'A' or Grade 'AA' as indicated. All pipes and fittings shall be sound, free from visible
defects which may affect their strength, durability and serviceability. The glaze shall be free from
crazing. The pipes shall give a sharp, clear note when struck with a light hammer. The acceptance
criteria shall be as per IS: 650-1991.
25.3.2 Salt glazed stoneware pipes shall be laying and jointing all as specified in clause 18.69.1 18.69.2,
18.69.3, 18.70 and 18.70.1 of MES Schedule (Part-I). Make of pipe shall be as approved by GE.
25.3.3 Sewer line shall be tested as per clause 18.79.3 and 18.93.3 to 18.93.6 of MES Schedule (Part-I).
26 CLEANING OF MANHOLES/ SEPTIC TANK/ SEWAGE SUMP
26.1 Cleaning shall be done in the foul condition, using mechanical means only and in no
circumstances manual scavenging will be allowed. Precautionary measures shall be taken against
hazard. The sludge so removed from the septic tank/ sewage sump and manholes shall be directly
loaded into the vehicle for the direct transportation without depositing nearby and this shall be
strictly adhered to. Bottom slab, side wall and the under height of the roof slab of septic tank and
sewage sumps shall be thoroughly scrubbed and brushed down with steel brushes, cleaned with
water and the external surface shall be treated with two coats of white wash to the entire
satisfaction of Engineer-in-Charge before filling with water. The rate quoted in Sch ‘A’ deemed to
include the same. The measurement shall be in the volumetric basis actually measured at site.
Measurement shall be taken only for the sludge after bailing out of water.
27 RODDING
27.1 Sewer lines shall be cleaned using jet rodding machine to remove all obstacles and thus giving
easy flow and the guarantee period shall be atleast fifteen days for obstacle free functioning of
the sewer line. Any blockage occurring during the guarantee period shall be cleared by the
contractor without any extra payment.
28 PRECAUTIONS
28.1 Contractor shall provide all safety precautions for the labour engaged for this work. All the labours
shall be provided with safety belts, helmets, face mask etc and the contactor shall adhere to all
safety precautions as per Labour Welfare Act.
28.2 It is also advised, contractor to have insurance cover for his workmen working in foul conditions,
against any eventuality from any reputed insurance agencies. Department will not be responsible
for any untoward incident happening due to lack of safety precautions taken by contractor. The
rates quoted are deemed to include the above provision and no extra will be payable to
contractor on this account.
28.3 While carrying out all the operations of the work, precautionary measures are to be taken to avoid
any damage to the existing structures. If any damage occurs, the contractor shall make good the
same without any extra cost to the Govt. and do the entire satisfaction of Engineer-in-Charge.
28.4 The contractor shall provide ladder/ scaffolding etc required for the work to avoid any damage/
accident etc. and no extra payment shall be admissible on this of any account.
28.5 As the septic tanks, sewage sumps, sewage lines, filter beds/ soak pits and manholes will be in
constant use, the contractor is advised to plan his cleaning works in phased manner in
consultation with Engineer-in-Charge giving sufficient notice to their cleaning works so that the
users may not be put into inconvenienced. Under no circumstance labourers will be allowed to
get inside for cleaning purpose and only mechanical means shall be used. In case, the contractor
Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 98
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
violates this condition and any accident takes place, he shall be responsible to settle all the
claims, whatsoever as per orders of Court of Law/ existing Rules at his cost and Govt. shall not
be responsible for the same. Further, the contractor may be banned for a period of six months
from participating in future tenders.
28.6 The tenderer are advised to visit the sites of work and in spite the septic tank filter bed, soak pit
before quoting rate to know the scope of work and accessibility. The rate is deemed to include any
minor details of operation which are obviously and fairly intended and which may not have been
referred in this document and which are entitled to the works.
29 DISMANTLING/ DEMOLITION
29.1 Prior order of Engineer-in-Charge shall be obtained before dismantling/ demolition etc.
29.2 Dismantling/ demolition shall be carried out generally as specified in section 21 of MES Schedule
(Part-I).
29.3 Dismantling/ demolition of existing structures/items shall be carried out all as catered in Schedule
`A'. Necessary care shall be taken by the contractor that no damage is made to the adjacent
structures/ items. In case of any such damage the same shall be made good by the contractor to
match with the existing items/ structures without any extra cost to Govt.
29.4 As the work are to be carried out to the existing works, all necessary precautions shall be taken for
personal safety and for the protection of public property and to keep down dust nuisance etc. All
materials other than item mentioned in schedule of credit having salvage value shall be handed
over to department of MES store yard. However the demolished materials which have no salvage
value as decided by the Engineer-in-Charge. Debris and other wastes from dismantling/
demolition shall be removed from the site all as directed as and when dismantled/ demolished
without allowing them to accumulate at the site of work.
29.5 All dismantling material as listed in schedule of credit shall become the property of contractor.
The material shall be removed from the site only after the recovery has been made from the
contractor and after obtaining written instruction from Engineer-in-Charge.
29.6 Any damages caused to the adjoining area/system has to be made good by the contractor of his
own cost to restore the system in the original functional state/ finished to match with the
adjoining area. GE's decision as to whether the damage has caused due to contractors negligence
or not shall be final and bending.
30 APPROVED NAMES FOR PRODUCTS TO BE INCORPORATED IN WORKS
30.1 Makes of products given in this table are expected to confirm to IS specifications/ bear ISI mark.
The makes if given in Schedule ‘A’/ BOQ shall take precedence over makes specified elsewhere in
the tender documents. If makes/ manufacturer’s name are not given in BOQ (Schedule ‘A’), then
the makes given in particular specifications against respective item shall be followed. However, if
make of any item is neither specified in BOQ nor in particular specifications here-in-before, then
makes given below shall be followed. In case make of any item is not specified in any of the
documents mentioned here-in-before then the makes specified in Zonal specification shall be
incorporated in the work:-
Sl Materials Make/ Name of firms.
No.
1. 2. 3.
1. Cement OPC 43 Grade Refer relevant clause in these Particular
Specifications.
2. Reinforcement steel Refer relevant clause in these Particular

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 99
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
Specifications.
3. PVC (SWR) pipes PRINCE/ SUPREME/ FINOLEX

31 MATERIALS AND TESTING


31.1 A list of tests to be carried out for various materials and recovery rates of testing charges is given
here-in-after.
31.5 For contracts whose acceptance amount is less than rupees one crore, test required to be carried
out in ‘site lab’ indicated as ‘A’ in the Legend in the list below shall be got done from “National
Test House/ SEMT/ Engineering College” i.e. in level ‘C’ however recovery shall be as indicated for
level ‘A’ test.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 100
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
LIST OF TESTS AND TESTING CHARGES
Sl Materials Tests Method of testing Frequency of tests Level Rate Remarks
No. of test
1 2 3 4 5 6 7 8
1. Bricks (i) Compressive Strength IS-3495 (Part - II) As per IS - 5454 as given under A 330 Checks for visual
(ii) Water absorption -do- Lot size Sample Permissible nos of A 330/- and dimensional
size defective bricks characteristics
(iii) Efflorescence -do- (Part - I) 1001 to 10000 5 0 A 330/- shall also be
10001 to 35000 10 0 carried out as per
35001 to 50000 15 1 IS – 5454
2. Coarse (i) Sieve analysis IS-2386 (Part-I) One test for every 15 cum of aggregates or part A 660/-
aggregate thereof brought to site
(ii) Flakiness index -do- -do- A 250/-
(iii) Estimation of deleterious IS-2386 (Part - I) One test for every 100 cum of aggregate or part A 600/-
materials thereof
(iv) Organic impurities -do- One test per source of supply B 275/-
(v) Moisture content -do- (Part-II) Regularly as required A 330/-
(vi) Specific gravity -do- One test for each source of supply B 330/-
(i) Sieve analysis IS-2386 (Part-I) One test for every 15 cum of aggregates or part A 660/-
thereof brought to site
3. Fine aggregate (i) Sieve analysis IS - 2386 (Part-I) One test for every 15 cu m of fine aggregate or A 660/-
part when brought to site
(ii) Test for clay silt & impurities -do- (Part – II) -do- A 500/-
(iii) Specific gravity -do- (PART-II) One for each source of supply B 330/-
(iv) Moisture content -do- (PART-II) Regularly as required subject to 2 tests / day A 330/-
when being used
(v) Test for organic impurities -do- (PART-II) One test for each source of supply B 275
4. Cement (i) Setting time IS-4031-63 One for each consignment or as and when B 500/-
REAFFIRMED 1980 required
(ii) Soundness -do- -do- B 550/-
(iii) Compressive strength -do- -do- B 550/-
(iv) Fineness -do- -do- B 275/-

Contd....
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 101
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
LIST OF TESTS AND TESTING CHARGES (Contd…)
1 2 3 4 5 6 7 8
5. Structural concrete (i) Slump test or compacting IS-1119 IS - 516 The minimum frequency of sampling of A 180/-
(M-15 Grade and factor test or Vee-Bee time concrete of each grade shall be as under:-
above) (ii) Compressive strength IS-1119 IS - 516 Qty of concrete in No. of samples A 180/-
the work (Cu m )
1–5 1
6 – 15 2
16 – 30 3
31 – 50 4
51 & above 4+1 for each addl 50
Cum or part thereof
6. Water for (i) Test for acidity IS : 456 & 3015 Once at the stage of approval of source of B 500/- Also refer clause No. 4.3
construction water. of IS: 456 and its
purposes (ii) Test for alkalinity - do - - do - B 500/- subsequent sub clauses
regarding suitability of
(iii) Test for total dissolved - do - - do - B 500/-
water.
solids (TDS) content
7. Welding of steel Visual Inspection test IS : 822 Clause No. 7.1 100 % by visual inspection. Work 360/- Specialized tests, their
work site method and frequency
to be decided on
consideration of their
importance by the
Accepting officer.
8. Reinforcement steel Physical tests (Normal mass, As per relevant As per relevant particular specifications. B 2500/-
tensile, elongation, bend and particular specifications
rebend) for bars upto 16mm and IS.
dia
Physical tests (Normal mass, B 2750/-
tensile, elongation, bend and
rebend) for bars more than
16mm dia

Legend A – Site lab B –CTL / Zonal lab C – National Test house/SEMT Wing/ Engg College

AGE (Contracts)
Signature of Contractor For Accepting Officer

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 102
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
Appendix ‘A’
CEMENT SUPPLY AND ACCEPTANCE REGISTER
1. CA No. and Name of Work
2. Control No.*
3. Name of Manufacturer/ Brand (a) Manufacturer________
Name/ Grade of Cement (b) Brand Name__________
(c) Grade of Cement_________
4. Qty of Cement & Lot No./ Week (a) Qty_____
No (In bags) (b) Lot No./ Week No_____
5. Manufacturer’s Test Certificates
to___________
6. Randon Test Details: (a) Physical test report from__________ vide their letter No._____
(Name of approved Lab / Engg College)
(b) Chemical test report from________ vide their letter No.______
(Name of approved Lab / Engg College)
7. Details of Physical & Chemical Properties
Physical Requirements (As per IS 4031) Chemical Requirements (As per IS 4032)
Compressive Temp During testing (Deg Centigrade)
Strengths
Specific Surface Area (Sqm / Kg)

(Mpa)
Initial Setting Time (Minutes)

Lime SaturationFactor (ratio)


Final Setting Time (Minutes)
Soundness by Le Chatelier

Alumina Iron Ratio (Ratio)


Standard Consistency (%)
Soundness by Auto Clave

Sulphuric Anhydride (%)


Insoluble Residue (%)

Loss on Ignition(%)
Magnesium (%)

Chlorides (%)
Alkalies (%)
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

Contd....
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 103
PARTICULAR SPECIFICATIONS SECTION-II (Contd…)
Appendix ‘B’
STEEL SUPPLY AND ACCEPTANCE REGISTER

1. CA No. and Name of Work


2. Control No.
3. Name of Manufacturer's TC No (a) Manufacturer________
(b) Brand Name__________
(c) Grade of steel_________
4. Manufacturer
5. Randon Test Details: (a) Physical test report from__________ vide their letter No._____
(Name of NABL approved Lab / Govt. Engg College)
(b) Chemical test report from________ vide their letter No.______
(Name of NABL approved Lab / Govt. Engg College)
6. Types of steel, dia and Qty (a) Type : TMT / CRS
(b) Dia_______mm
(c) Actual Wt_____MT
(d) Conversion Wt_____MT

Chemical Test Mechanical Test

Percent Elongation %(Min 18%)


Corrosion resistant element

Tensile Strength (N/Sqmm)


Sulphur + Phosphorous %

Yield Stress (N/Sqmm)


Phosphorous %

Manganese %

Wt per Metre

Rebend Test
Sulphur %
Carbon %

Bend test
Silicon %

As per IS-1786 Remarks


As per manufacturer's test
certificate
As per independent
certificate

Remarks with Signature Accepted/ Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer

Remarks of BOO/ Inspecting Officer/ CWE

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 104

MILITARY ENGINEER SERVICES


NOTICE INVITING TENDER
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 costs more or less, a tenderer/ bidder will
have no claim on that account. The tender shall be based on as mentioned in aforesaid Appendix ‘A’.
3. The work is to be completed within the period as indicated in aforesaid Appendix 'A' in accordance
with the phasing, if any, indicated in the tender from the date of handing over site, which will be on or about
two weeks after the date of Acceptance of tender.
4. Contractors whose names are on the MES approved list and within whose financial category the
estimated amount would fall and un enlisted contractors may submit tender/bid subject to other criteria
mentioned in Appendix A. However in case of term contracts, enlisted contractors of Class SS to E may
submit tender. Not more than one tender shall be submitted/ uploaded by one contractor/ firm. 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. Two firms shall be deemed
to have business dealing if any of the partners/ proprietor/ director is common among both of them. A
breach of this condition will render the tenders/ bids of both the parties liable for rejection
5. The Garrison Engineer, Fort Saint George, Chennai-600 002 will be the Accepting Officer here-in-
after referred to as such for the purpose of the contract.
6. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the contractor on or
before the date & time mentioned in NIT. A scanned copy of DD with enlistment details and other
documents as specified in Appendix A shall be uploaded as Cover-1 (Technical bid) of the tender on e-
tendering portal. DD is refundable in case the contractor is not considered eligible in technical evaluation of
Cover 1 resulting in non-opening of Cover1. The applicant contractor shall bear the cost of bank charges for
procuring and encashing the DD including revalidation of DDs and shall not have any claim from Government
whatsoever on this account.
7. Tender form and conditions of contract and other necessary documents shall be available on
eprocuremes.gov.in/eprocure.gov.in site for download and shall form part of contract agreement in case the
tender/ bid is accepted.
8. In case of MES enlisted contractor who has not executed the Standing Security Bond and un enlisted
contractor, the Cover-I shall be accompanied by Earnest Money for the amount mentioned in Appendix 'A'
in the form of deposit at call receipt in favour of GE Chennai by a Scheduled Bank or in received treasury
Challan the amount being credited to the revenue deposit of GE Chennai. GE will return the Earnest Money,
wherever applicable, to all unsuccessful tenderers/ bidders by endorsing an authority on the deposit at call
receipt for it’s refund.
9. In case of successful contractor i.e. the lowest contractor having submitted EMD, he shall have the
option of converting the EMD instrument into part of the Performance Security to be deposited by him
within 28 days from the receipt of intimation of acceptance of tender from Accepting Officer.
10. Sample of materials and stores to be supplied by the contractor will also be available for inspection
by the bidder at the office of GE Chennai during working hours. The bidder is advised to visit the site of work
by making prior appointment with GE Chennai, who is the Executing Agency of the work. The bidder shall be
deemed to have full knowledge of all relevant documents, samples, site etc. whether he has inspected them
or not.
11. Any bid which proposes any alteration to any of the conditions laid down or proposes any other new
condition whatsoever, is liable to be rejected.

Contd....
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 105
NOTICE INVITING TENDER (NIT) (Contd…)
12. The uploading of bid by a bidder 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 (as applicable) etc will be issued to him and local conditions and other
factors having bearing on the execution of the work.
13. The bidder must be in possession of a copy of the MES Schedule (SSR) including amendments and
errata thereto.
14. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any reason
for not doing so.
15. This Notice Inviting Tender (NIT) including Appendix ‘A’ shall form part of the contract.
16. Court of the place from where tender has been issued shall alone have jurisdiction to decide any
dispute out of or in respect of this tender. After acceptance of tender, Condition 72- Jurisdiction of Courts of
IAFW-2249 shall be applicable.

AGE (Contracts)
Signature of Contractor For Accepting Officer
Date:

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 106
ANNEXURE TO NOTICE INVITING TENDER

MILITARY ENGINEER SERVICES


APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)
1. Name of Work REPAIR AND CLEANING OF AREA DRAINAGE, SEWAGE SYSTEM
INCLUDING CLEANING OF SEPTIC TANK BY MECHANICAL MEANS IN
ZONE B & E AREA UNDER GE CHENNAI
2. Estimated Cost Rs. 32.00 lakh (At par market)
3. Period of completion 120 days
4. Cost of tender documents Rs. 500/- in the shape of DD/Bankers cheque from any Schedule Bank in
favour of ‘GE Chennai’ payable at Chennai
5. Website/ Portal address www.defproc.gov.in

6. Type of contract The tender shall be based on item rates and specifications, IAFW-1779A &
IAFW-2249 and Schedule ‘A’ (List of items) rates to be quoted by the
tenderer.
7. Timeline details:
(a) Bid submission start date 1800 hours on 28 Sep 2023 Please also refer critical dates on
(b) Bid submission end date 1800 hours on 05 Oct 2023 the website.
(c) Date of Bid opening 1000 hours on 12 Oct 2023
8. Eligibility Criteria
(a) For MES enlisted contractors Contractor shall be enlisted with MES in Class ‘D’ and above and Category
a(ii) subject to satisfactory remarks wrt 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 enlisted (i) Contractor not enlisted with MES should meet the enlistment criteria
with MES of ‘D’ Class and a(ii) category contractor with regard to satisfactorily
completion of requisite value 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 on Contracts 2020 as available
in all MES Formations as well as MES website (www.mes.gov.in).
(ii) Not carrying adverse remarks in Work Load Report (WLR) or any other
similar report circulated by any competent authority; if already working in
MES.
(iii) Not suspended/ debarred/ blacklisted (either permanently or
temporarily) from participating in any bid or for business dealing by any
Central/ State Government Department or any Central/ State
Government PSU or any Autonomous body under Central/ State
Government or any local body as on the bid submission end date.
9. Tender issuing and Accepting GE Chennai
Officer Fort Saint George, Chennai
Telephone: 044-29880064/ 29880061
Email Id: gemeschennai@gmail.com
10. Executing Agency GE Chennai
11. Earnest Money Rs 64,000/- in favour of ‘GE Chennai’ payable at Chennai

Contd....
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 107
ANNEXURE TO NOTICE INVITING TENDER (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 below the eligible class shall also be considered subject to fulfilment of
other eligibility criteria given in NIT. Therefore, MES contractors one class below may also bid for this
tender. However, contractor of one class below the eligible class shall not be considered in case their
present residual work in hand is more than twice their tendering limit. Such bidders shall also upload in
their cover 1 bid details of works in hand showing name of work, Name of Accepting officers, Contract
amounts, date 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 up-gradation 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. Un-enlisted 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) 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 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) Copy of Police Verification Report/ Police Clearance Certificate/ Character Certificate from the Police
Authority of the area where the registered office of the firm is located/ notarized copy of valid passport of
Proprietor/each Partner/ each Director.
(d) All documents required for enlistment in MES for the class mentioned in Para 8(b) above as per Para
I .5 of Section 1 of MES Manual on Contracts 2020.
(e) Details of works being executed in MES, if any.
(f) Any other document required as described in this Appendix.
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.

Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 108
ANNEXURE TO NOTICE INVITING TENDER (Contd…)
7. Contractors should ensure that their original physical DDs and earnest money deposit (EMD) instrument
(as applicable) reach the office of Accepting Officer within 05 days of bid submission end date failing
which the following action shall be taken:-
(a) In case of tender from enlisted contractors of MES, where scanned copies of requisite DD/
Bankers Cheque towards cost of tender has 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 bidder shall be banned from bidding for a period of six
months commencing from the date of opening of finance bid (Cover 2).
(b) In case of tender from un-enlisted contractor, where scanned copies of requisite DD/
Bankers Cheque towards cost of tender has been uploaded but physical copies are not received
within the stipulated period, their financial bids will not be opened. Name of such contractor(s)
alongwith complete address shall be circulated for not opening of their bids for a period of six
months commencing from the date of opening of financial bid (cover 2).
(c) In case of tenders from enlisted and un-enlisted contractors where scanned copies of
instrument for Earnest money deposit (as applicable) have been uploaded in Cover 1 but the same
are not received in physical form 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 tenders as per NIT, a communication in the form of E-mail/
Whatsapp/ SMS/ Speed Post etc., shall be sent to the contractor to rectify the deficiency within a period of
7 days from date of communication failing which financial bid (Cover 2) shall not be opened and
contractor shall not have any claim on the same.
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 firm given in this
Appendix. Tenderer/ bidder will be informed regarding non validation of his technical bid assigning
reasons thereof through tender evaluation report which shall be uploaded on website. Such tenderer, if
desires, may appeal to the next higher Engineer authority (NHEA) viz. HQ Commander Works Engineers
Chennai on E-mail: cwechennai@gmail.com with copy to the Accepting Officer on email:
gemeschennai@gmail.com before the scheduled date of opening of Cover 2. 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 un-enlisted 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.
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 bonafide tender for acceptance.
Contd...
CA NO : GE/CHE/ OF 2023-2024 Serial Page No. 109
ANNEXURE TO NOTICE INVITING TENDER (Contd…)
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 un-enlisted tenderer, Earnest Money deposited by
him shall be forfeited. In case of MES enlisted tenderer having deposited Standing Security Bond, an
amount equal to 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 further works shall remain
suspended till the aforesaid amount is deposited in the Government Treasury. No other disciplinary/
administrative action shall be taken against such tenderer. In such a situation, the next lowest offer shall
be considered for acceptance. Instead, retendering shall be resorted to in a transparent 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. Firms shall be termed as related if Proprietor/
one or more Partners/ Directors are common. Decision of Accepting Officer on issue/ deny the tender to
any one of the related firms shall be final and binding.

No : 8685/ 03 /E8 AGE (Contracts)


Date: 12 Sep 2023 For Accepting Officer

Signature of Contractor

Contd...

You might also like