You are on page 1of 74

CA NO: CWE/HSR-16 OF 2023-24 Srl Page No: 01

NAME OF WORK : CONSTRUCTION OF BUNDARY WALL AND ERECTION OF BOUNDARY


PILLARS AROUND DEFENCE LAND MEASURING 10.40 ACRES OF BAHADURGARH
CAMPING GROUND, DISTT ROHTAK (NOW IN DISTT JHAJJAR), HARYANA UNDER THE
MANAGEMENT OF DEO BATHINDA REG
CONTENTS

S No Description Page No

1. Contents 01

2. Forwarding letter 02 & 03

3. Instructions to tenders 04 to 06

4. Notice of tender IAFW – 2162 (Revised 1960) and 07 to 18


amendments thereto

5. E-Tender and item rate contract for work by 19 to 30


measurement IAFW – 1779-A (Revised 1955)

6. General conditions of contracts IAFW- 2249 (1989 Print) 31 to 88


including, Errata/Amendments thereto

7. Schedule of Minimum fair wages 89 to 102

8. Special conditions 103 to 114

9. (a) Particular specifications 115 to 130

(b) Source of materials 131

10. Appendix ‘A’ to ‘D’ 132 to 142

11. List of drawing (Pages) 143 to 148

12. Errata and Amendment

13. Relevant Correspondence

14. Acceptance letter

Total Pages

Enclosures: (----)

……………………………..
(Signature of Contractor) DCWE (Contracts)
For Accepting Officer
Dated : ………………..
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No : 02
REGISTERED /ACK DUE
: 01662-294874 Headquarters
Commander Works Engineer
Military Engineer Services
Hisar, Military Station Hisar
Hisar (Haryana)-125006

81603/CWE/HSR-16/2023-24/03/E8 24 May 2023

M/S …………………………
………………………………...
…………………………………

CWE/HSR-16 OF 2023-24 CONSTRUCTION OF BUNDARY WALL AND ERECTION OF


BOUNDARY PILLARS AROUND DEFENCE LAND MEASURING 10.40 ACRES OF
BAHADURGARH CAMPING GROUND, DISTT ROHTAK (NOW IN DISTT JHAJJAR),
HARYANA UNDER THE MANAGEMENT OF DEO BATHINDA REG

Dear Sir (s),


1. Tender documents in respect of above work are uploaded on the site www.defproc.gov.in.
The tender is on single stage two cover e-tendering system. The contents of Cover-I & Cover-II
are specified in NOTICE OF TENDER.
2. Bids will be received online by ACCEPTING OFFICER upto the date and time mentioned in
the NOTICE INVITING TENDER (NIT) and as amended subsequently on e-tendering portal
i.e www.defproc.gov.in for subject work. No tender/bid will be received in physical form and any
tender/bid received in such manner will be treated as non bonafide tender/bid.
3. Bid will be opened on due date and time fixed for opening in the presence of
tenderers/bidders or their authorized representatives, who have uploaded their quotation bid
and who wish to be present at the time of opening the bids.
4. Your attention is also drawn to instruction on filling and submission of tender attached
herewith. You may submit your points on tender documents and/or depute your technical
representative for discussion on tender/drawings and to clarify doubts, if any, on or before
31 May 2023. You are also requested not to write piece meal points and submit your points
duly consolidated on or before above date.
5. Un-enlisted contractors are required to submit the scanned copies (in pdf file) of
documents required as per eligibility criteria mentioned in instructions for filling the tender
documents and Appendix ‘A’ to NIT alongwith EARNEST MONEY DEPOSIT (EMD) and tender
fee on e-procurement portal and submit the physical documents in the office of HQ
Commander Works Engineers, Hisar within time limit specified in NIT. Inadequacy/
deficiency of documents shall make the bid liable for rejection resulting in disqualification for
opening of finance bid.
6. Contractor having not executed standing security bond and standing security deposit in
any MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned
in Notice of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing
authority before date & time fixed for this purpose. In case of failure to abide by any of these
two requirements, the finance bid will not be opened.
7. PERFORMANCE SECURITY.
(a) Within 28 days of receipt of the letter of Acceptance, the successful contractor shall
deliver to the Accepting Officer a Performance Security in any of the forms given below for an
amount equivalent to 5% of the contract sum.
(i) A Bank Guarantee in the prescribed form.
(ii) Government Securities, FDR or any other Government instruments stipulated
by the Accepting Officer.
(b) If the performance security is provided by the successful Contractor in the form of
a Bank Guarantee, it shall be issued by Nationalized/ Scheduled Indian Bank but its
confirmation shall be done only from the Head Office of the Bank.
Contd…/-
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No 03

(c) Failure of the successful contractor to comply with the requirements of sub-clause
7(a) shall constitute sufficient grounds for cancellation of the award of work and
forfeiture of the Earnest Money. In case of MES enlisted contractor, amount equal to the
Earnest Money stipulated in the Notice Inviting Tender, shall be notified to the tenderer
for depositing the amount through MRO. Issue of tender to such tenderers shall remain
suspended till the aforesaid amount equal to the Earnest Money is deposited in
Government treasury.
(d) All compensation or other sums of money payable by the contractor to the
Government under the terms of this contract or under any other contract with
Government may be deducted from, or paid by the sale of a sufficient part of the
Performance Security or from the interest arising there from or from any sums which
may be due or become due to the contractor by the Government on any account
whatsoever and in the event of his Performance Security being reduced by reason of any
such deduction, or sale as aforesaid, the contractor shall within ten days thereafter make
good in cash or securities, endorsed as aforesaid any sum or sums which may have been
deducted from or realized by the sale of his Performance Security or any part thereof.
Government shall not be responsible for any lost of securities or any depreciation
in the value of securities while in their charge nor for loss of interest thereon.
(e) In the event of contract being cancelled, under Condition 52, 53 & 54 of General
Conditions of Contract, the Performance Security shall be forfeited in full and shall be
credited into consolidated Fund of India.
8. 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 HQ Commander Works Engineers,
Hisar before date & time fixed for this purpose.
9. The contractor must ensure that the tender/bid on the proper form is uploaded in time
as the Accepting Officer will take no cognizance of any quotations/offer received in any other
electronic or physical form like email/fax/by hand/through post from tenderer/bidder even if
they are received in time.
10. In view of delays due to system failure or other communication related failures, it is
suggested that the tender/bid be uploaded, if necessary, sufficiently in advance of the last due
date and time fixed.
11. General Conditions of Contract (IAFW-2249) (1989 Print) and errata and amendments
thereto, Schedule of minimum fair wages and MES SSR (Part-I and Part-II) are not enclosed
with these documents. These are available for perusal in the Office of GE concerned and this
office.
12. ANY TENDERER, WHICH PROPOSES ALTERATIONS TO ANY OF THE CONDITION,
SPECIFICATIONS LAID DOWN IN THE TENDER DOCUMENTS OR ANY NEW CONDITION,
WHATSOEVER, IS LIABLE TO BE REJECTED.

Yours faithfully,

…………………………….. (Ashok Kumar)


(Signature of Contractor) EE (QS & C)
Dated: ……………… DCWE (Contracts)
For Accepting Officer
Encls:- (One set of tender documents detailed on Index page)

Copy to: -
GE Hisar
Internal Distribution
E-2 Section
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No -04
INSTRUCTIONS ON FILING AND SUBMISSION OF TENDER
1. EARNEST MONEY DEPOSIT (EMD)
Contractor(s) who are not enlisted with MES/who are enlisted but have not executed the
Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender in
one of the following forms, alongwith their tender/bid :-
(a) Deposit at Call Receipt from a Scheduled Bank in favour of Garrison Engineer
concerned.
(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of
Garrison Engineer.
It is advisable that Earnest Money is deposited in the form of deposit call receipt from an
approved Schedule Bank for easy refund. In case the tenderer/bidder wants to lodge ‘EARNEST
MONEY DEPOSIT’ in any other form allowed by MES, a confirmation about its acceptability will
be obtained from the Accepting Officer well in advance of the bid submission end date and
time. Earnest Money Deposit shall be submitted in the name of concerned GE.
NOTES : Earnest Money Deposit (EMD) in the form of cheque/Bank Guarantee etc will not
be accepted. NON-SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (scanned copy along
with Technical Bid & hard copy before the date & time fixed for opening of BOQ) WILL RENDER
THE BID DISQUALIFIED FOR OPENING OF COVER II (FINANCE BID).
2. PERFORMANCE SECURITY.

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

(a) A Bank Guarantee in the prescribed form.


(b) Government Securities, FDR or any other Government instruments stipulated by the
Accepting Officer.
2.2 If the performance security is provided by the successful Contractor in the form of a
Bank Guarantee, it shall be issued by Nationalized/ Scheduled Indian Bank but its
confirmation shall be done only from the Head Office of the Bank.

2.3 Failure of the successful contractor to comply with the requirements of sub-clause 2.1
shall constitute sufficient grounds for cancellation of the award of work and forfeiture of the
Earnest Money. In case of MES enlisted contractor, amount equal to the Earnest Money
stipulated in the Notice Inviting Tender, shall be notified to the tenderer for depositing the
amount through MRO. Issue of tender to such tenderers shall remain suspended till the
aforesaid amount equal to the Earnest Money is deposited in Government treasury.
2.4 All compensation or other sums of money payable by the contractor to the Government
under the terms of this contract or under any other contract with Government may be deducted
from, or paid by the sale of a sufficient part of the Performance Security or from the interest
arising there from or from any sums which may be due or become due to the contractor by the
Government on any account whatsoever and in the event of his Performance Security being
reduced by reason of any such deduction, or sale as aforesaid, the contractor shall within ten
days thereafter make good in cash or securities, endorsed as aforesaid any sum or sums which
may have been deducted from or realized by the sale of his Performance Security or any part
thereof.
Government shall not be responsible for any lost of securities or any depreciation in the
value of securities while in their charge nor for loss of interest thereon.
2.5 In the event of contract being cancelled, under Condition 52, 53 & 54 of General
Conditions of Contract, the Performance Security shall be forfeited in full and shall be credited
into consolidated Fund of India.
Contd../-
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No -05
INSTRUCTIONS ON FILING AND SUBMISSION OF TENDER (Contd…..)

3. GENERAL INSTRUCTIONS FOR COMPLIANCE


3.1 The bids received only in electronic form will be considered. All bids shall be submitted
on ‘www.defproc.gov.in’ portal. Documents should be scanned and forwarded in ‘pdf’ from and
‘xls’ form as indicated.
3.2 Bids shall be uploaded on www.defproc.gov.in’ portal on or before the bid closing date
mentioned in the tender. No tender/bid in any other electronic or physical form like
email/fax/by hand/through post will be considered.
3.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents,
corrections/alternations shall be signed/initialed by the lowest bidder after acceptance.
3.4 Drawings, if issued in physical form, must be returned duly initialed by the
tenderer/bidder in separate envelope indicating his name and address.
3.5 The tender shall be signed, dated and witnessed as all places provided for in the
documents after acceptance. All corrections shall be initialed. The Contractor shall initial
every page of tender and shall be sign all drawings forming part of the tender. Any tender/bid,
which proposes alterations to any of the conditions whatsoever, it liable to be rejected.
3.6 In the technical bid a scanned copy of Power of Attorney in favour of the person
uploading the bid using his/her DSC shall be uploaded. In case the digital signatory himself is
the sole proprietor, scanned copy of an affidavit on stamp paper of appropriate value to this
effect stating that he has authority to bind the firm in all matters pertaining to contract
including the Arbitration Clause, shall be attached in ‘pdf’ form. In case of partnership concern
or a limited company, digital signatory of the bid/tender shall ensure that he is competent to
bind the contractor (through partnership deed, general power of attorney or Memorandum and
Articles of Association of the Company) in all the matters pertaining to the contracts with
Union of India including arbitration clause. A scanned copy of the documents confirming of
such authority shall be attached with the tender/bid in ‘pdf’ form, if not submitted earlier. The
person uploading the bid on behalf on another partner (s) or on behalf of a firm or company
using his DSC shall upload with the tender/bid a scanned copy (in ‘pdf’ form) of Power of
Attorney duty executed in his favour by such other or all of the partner (s) or in accordance with
constitution of the company in case of company, stating that he has authority to bind such
other person of the firm or the Company, as the case may by, in all matters pertaining to the
contract including the Arbitration Clause.
3.7 Even in case of Firms or Companies which have already given Power of Attorney to an
individual authorizing him to sign tender in pursuance of which bids are being uploaded by
such person as a routine, fresh Power of Attorney duly executed in his favour stating
specifically that the said person has authority to bind such partners of the Firm, or the
Company as the case may be, including the condition relating to Arbitration Clause, should be
uploaded in ‘pdf’ form with the tender/bid, unless such authority has already been given to him
by the Firm or the Company. It shall be ensured that power of attorney shall be executed to
accordance with the constitution of the company as laid down in its Memorandum & Article of
Association.
3.8 Hard copies of all above documents should be sent by the contractor to the Tender
issuing authority well in advance to be received before the date & time fixed for the same.

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

3.10 The contractor shall employ Indian Nationals after verifying their antecedents and
loyalty. Attention is also drawn to special condition 3 referred hereinafter and also conditions
24 & 25 of IAFW 2249 (General conditions of contract).
Contd../-
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No - 06
INSTRUCTIONS ON FILING AND SUBMISSION OF TENDER (Contd…..)

3.11 Tenderers/bidders who uploaded their priced tenders/bids and are desirous of being present at
the time of opening of the tenders/bids, may do so at the appointed time.
3.12 The tenderer/bidder shall quote his rate on the latest BOQ (Revised if any) file only. In case the
BOQ is revised by the Department and the bidder has failed to quote in revised BOQ (i.e. Bidder has
quoted in previous BOQ), such bid shall be treated as wilful negligence by the bidder and his quotation
shall be considered non-bonafide. In such cases lowest tender shall be determined by the lowest amount
amongst the valid/bonafide bids only. However Accepting Officer reserves the right whether to retender or
otherwise in such circumstances. Decision of Accepting Officer in this regard shall be final and binding.
Contractors/bidders shall not be entitled for any compensation for such eventuality.
3.13 No alteration to the format will be accepted, else the bid will be disqualified and summarily
rejected.
3.14 In case the tenderer/bidder has to revise/modify the rates quoted in the BOQ (excel sheet) he can
do so only in the BOQ, through www.defproc.gov.in site only before the bid closing time and date.

4. REVOCATIONS/REVISION OF OFFER UPWARD /OFFERING VOLUNTARY


REDUCTION, AFTER OPENING OF FINANCIAL BIDS BY LOWEST BIDDER
In the event of lowest tenderer/bidder revoking his offer or revising his rates upward/offering
voluntary reduction, after closing of bid submission date & time, his offer will be treated as revoked and
the Earnest Money deposited by him shall be forfeited. In case of MES enlisted Contractors, the amount
equal to the Earnest Money stipulated in the Notice of tender, shall be notified to the tenderer/bidder for
depositing the amount through MRO. Bids of such Contractors/bidders shall not be opened till the
aforesaid amount equal to the earnest money is deposited by him in Govt Treasury. In addition, bids of
such tenderer/bidder and his related firm shall not be opened in second call or subsequent calls.
Reduction offered by the tenderer/bidder on the freak high rates referred for review shall not be treated
as voluntary reduction.

5. CPM (CRITICAL PATH METHOD)


5.1 The subject planning for work covered in the scope of tender in based on CPM.
5.2 The tenderer/bidder is expected to be fully conversant with the CPM technique and
employ technical staff who can use the technique in sufficient details. Sufficient books and
other literature on the subject are widely available in the market which the tenderer/bidder
may make use of.
5.3 The tenderer’s/bidder’s attention is drawn to special condition of the tender regarding
preparation of the detailed network analysis and time schedule for the work and his liability for
employing sufficient resources to adhere to this schedule. Any inability on the part of the
tenderer/bidder is using the technique will be taken as his technical inefficiency and will affect
his class of enlistment and future prospect/invitation to tenders for future works.
5.4 Department may issue amendments/errata in form of CORRIGENDUM to tender /revised
BOQ to the tender documents. The tenderer/bidder is requested to read the tender documents
in conjunction with all the errata/amendments/corrigendum, if any, issued by the department.
6. These instructions shall be form part of the contract documents.

……………………………..
(Signature of Contractor) DCWE (Contracts)
Dated : ……………….. For Accepting Officer
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No : 07
{In lieu of IAFW 2162 (Revised 1960)}

MILITARY ENGINEER SERVICE

NOTICE INVITING TENDER (NIT)

1. A tender is invited for the work as mentioned in Appendix ‘A’ to this NOTICE INVITING
TENDER (NIT).
2. The work is estimated to cost as indicated in aforesaid Appendix ‘A’. This estimate,
however, is not a guarantee and is merely given as a rough guide and if the work 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 the
site, which may be on or about two weeks after the date of acceptance of the tender.
4. Normally contractors whose names are on the MES approved list for the area in which
the work lies, and within whose financial category the estimated amount would fall, may
tender/bid but in case of term contracts, contractors of categories ‘SS’ to ‘E’ may tender/bid. In
case, where the tender amount is in excess of the financial limit of the contractor and the
Accepting Officer decides to accept the tender/bid, in which event the tenderer/bidder would be
required to lodge additional security deposit as notified by the Accepting Officer in tem of
conditions of contract. Contractors whose names are on the MES approved list of any MES
Formation and who have deposited sanding security and have executed standing security bond
may also tender/bid without depositing Earnest money along with the tender/bid and if the
tender/bid submitted by such a tenderer/bidder is accepted, the contractor will be required to
lodge with the Controller of Defence Accounts concerned the amount of ‘Individual security
deposit’ within thirty days of the receipt by him of notification of acceptance of his tender/bid,
failing which this sum will be recovered from 1st RAR payment or from the first final bill. In case
of term/running contracts, remaining sum shall be recovered from subsequent bill (s) of the
contractor. Not more than one tender/bid shall be submitted/uploaded by one contractor or
one firm of contractors. Under no circumstances will a father and his son(s) or other close
relations who have business dealing with one another be allowed to tender/bid for the same
contract as separate competitors. A breach of this condition will render the tenders/bids of both
the parties liable for rejection.
5. The Office of HQ Commander Works Engineers Hisar will be the Accepting Officer here in
after referred to as such for purpose of the contract.
6. The Technical Bid and Financial Bid (Cover -1 and Cover-2) shall be uploaded by the
tenderer/bidder on or before the date & time mentioned in NIT. A scanned of DD with
enlistment details /documents shall be uploaded as packet-1 /cover-1 (‘T’ bid) of the tender/bid
on e-tendering portal. DD is refundable in case T bid is not accepted resulting in non-opening
of ‘Q’ bid. The applicant contractor shall bear the cost of bank charges for procuring and
encashing the DD and shall not have any claim from Government whatsoever on this account.
6.1 Tender form and conditions of contract and other necessary documents shall be available
on www.defproc.gov.in site for download and shall from part of contract agreement in case the
tender/bid is accepted.
6.2 In case of contractor who has not executed the Standing Security Bond, the Cover-1 shall
be accompanied with by Earnest Money of amount a mentioned in Appendix ‘A’ in the form of
deposit at call receipt in favour of concerned GE (see Appendix ‘A’) by a scheduled Bank or in
receipted treasury Challan the amount being credited to the revenue deposit of the concerned
GE (see Appendix ‘A’).

Contd…/-
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No : 08

NOTICE INVITING TENDER (NIT) (CONTD..)

6.3. RELEASE OF PERFORMANCE SECURITY. The Performance Security Deposit


mentioned in Condition above may be refunded to the contractor after the expiration of the
defects liability period (As mentioned in Sch ‘A’ NOTE) by the GE provided always that the
contractor shall first have been paid the final bill and have rendered a No-Demand Certificate
(IAFW-451).

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

6.5 The GE will either return the Earnest Money to the successful tenderer/bidder by
endorsing an authority on the deposit-at-call Receipt for its refund on receipt of an appropriate
amount of Security Deposit or will retain the same in part or full on account of security deposit
if such a transaction is feasible.

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

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

8. Any tender/bid which proposes any alternation to any conditions laid down or which
propeses any other condition or prescription whatsoever, is liable to be rejected.

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

10. Tenderers/bidders must be in possession of a copy of the MES Standard Schedule of


Rates (see Appendix ‘A’) including amendments and errata thereto.
11. Invitation for e-tender does not constitute any guarantee for validation of ‘T’ bid and
subsequently opening of finance bid of any applicant/bidder , even of enlisted contractors of
appropriate class, merely by virtue of enclosing DD. Accepting Officer reserves the right to reject
‘T’ bid and not open the finance bid of any applicant /bidder. ‘T’ bid validation shall be decided
by the Accepting Officer based on, inter alia, capability of the firm as per criteria given in Appx
‘A’ to NIT. The applicant contractor/bidder will be informed regarding non-validation of his ‘T’
bid assigning reasons thereof through the defproc website. The applicant contractor/bidder if
he so desires may appeal to the next higher Engineer authority viz CE Jaipur Zone on email id
cezjpr2-mes@nic.in with copy to the Accepting Officer on email id id cwe.hisar3.mes@govt.com
before the scheduled date of opening of Finance Bid. The decision of the Next Higher Engineer
Authority (NHEA) shall be final and binding. The contractor/bidder shall not be entitled for any
compensation whatsoever for rejection of his bid.

Contd…/-
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No : 09

NOTICE INVITING TENDER (NIT) (CONTD..)

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

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

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

……………………………..
(Signature of Contractor) DCWE (Contracts)
For Accepting Officer
Dated : ………………..
CA NO: CWE/HSR-16 OF 2023-24 SERIAL PAGES No. 10
APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)
1. Name of work : CONSTRUCTION OF BUNDARY WALL AND ERECTION OF BOUNDARY
PILLARS AROUND DEFENCE LAND MEASURING 10.40 ACRES OF
BAHADURGARH CAMPING GROUND, DISTT ROHTAK (NOW IN DISTT
JHAJJAR), HARYANA UNDER THE MANAGEMENT OF DEO BATHINDA
REG
2. Estimated Cost : Rs 133.86 Lakhs
3. Period of completion : 180 days
4. Cost of tender documents : Rs 1000 /- (Rupees One thousand only) in the form of Demand Draft (DD) /
Banker‟s cheque from any Scheduled Bank in favour of GE Hisar and payable at
Hisar.
(Note:- In case of retendering, the contractor who had quoted in the previous call is
not required to submit the cost of tender.)
5. Website/portal address : www.defproc.gov.in
6. Type of tender : The tender shall be based on IAFW-2249 and IAFW-1779A with Sch “A” List
of items of works to be priced by the tenderers electronically (BoQ)
7. Information & Details :
(a) Bid submission start : Refer critical dates on the website
date
(b) Last date of bid : Refer critical dates on the website
submission
(c) Date of bid opening : Refer critical dates on the website
8. Eligibility Criteria :
(A) For MES enlisted : Contractors enlisted with MES in Class ‘B’ and above and category ‘a (i)’ subject
contractors 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 : (i) Contractor not enlisted with MES should meet the enlistment criteria of ‘B’
enlisted with MES class & category ‘ a (i)’ contractor with regard to satisfactorily completion of
requisite value works with Central / State Government / Central/State PSUs/
AWHO/ AFNHB/ CGEWHO / DG MAP, Annual turnover, Bank Solvency,
working capital and other requirement given in Para 1.4 and 1.5 of Section 1 of
MES Manual of 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 Return (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 dealings 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.

(C) Technical PQC criteria : NA


9. Tender issuing and : CWE Hisar , Hisar Military Station (Tele : 01662-294874,
Accepting Officer Email ID – cwe.hisar3-mes@gov.com
10. Executing agency : GE Hisar
11. Earnest Money : Rs. 208900.00 in favour of GE Hisar
11A. Critical Dates :-
(i) Publish Date & Time of Tender : 24 May 2023 at 1800 Hours
(ii) Documents Download / Sale Start Date & Time : 24 May 2023 at 1800 Hours
(iii) Bid Submission Start Date & Time (Cover 1 & Cover 2) : 14 Jun 2023 at 1800 Hours
(iv) Clarification Start Date & Time : NA
(v) Clarification End Date & Time : NA
(vi) Document Download / Sale End Date & Time : 21 Jun 2023 at 1800 Hours
(vii) Bid Submission End Date & Time (Cover 1 & Cover 2) : 21 Jun 2023 at 1800 Hours
(viii) Bid Opening Date & Time (Cover 1) : 23 Jun 2023 at 1100 Hours
(ix) Bid Opening Date & Time (Cover 2) : Will be intimated online after completion of
evaluation of technical bid/application (Cover 1).
CA NO: CWE/HSR-16 OF 2023-24 SERIAL PAGE No. 11
APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT) (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 07 (Seven), applications in respect
of contractors one class or two classes (in case of remote and difficult areas to be decided as per list circulated by CE
command/ADG) below the eligible class shall also be considered subject to fulfillment of other eligibility criteria
given in the NIT. Therefore MES contractors one class below (two classes below in case of remote and difficult areas)
may also bid for this tender. However contractors of one / two classes below the eligible class shall not be considered
in case their present residual work in hand is more than twice their present tendering limit. Such bidders shall upload
in their Cover-1 bid details of works in hand showing name of work, name of Accepting Officers, Contract amount,
dates of commencement and completion (stipulated)
and progress as on bid submission date. These details shall be verified by the Tender Issuing Authority from
concerned formations in case bids of such contractors are considered for evaluation.
2. In case after opening of Cover 1, the number of MES enlisted contractors of eligible class as well as un-enlisted
contractors, if any, fulfilling the other eligibility criteria given in NIT are 07 (Seven) or more, applications of only
those one class below the eligible class bidders shall be considered who have previously completed similar works
satisfactorily and are meeting the criteria of upgradation in respect of past experience of completed works (individual
work experience and / or average annual turnover as applicable) and financial soundness (solvency / financial
soundness and working capital) as per details given in Manual on Contracts. Therefore
such contractors shall upload the requisite information / documents in the Cover-1.
3. 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 national staying abroad / Indian national taken foreign
citizenship, as director(s) shall be considered subject to security clearance from the concerned
authority.
4. Contractors enlisted with MES will upload following documents in Cover-1 for checking eligibility :-
(a) Application for tender on Firm‟s letter head.
(b) Enlistment letter issued by the Registering Authority duly renewed for the cycle period in vogue.
(c) Scanned copy of Demand Draft / Bankers Cheque towards cost of tender and EMD instrument in case SSD bond is
not signed at the time of registration.
(d) Copy of GST Registration Number of firm.
(e) Scanned copy of Bid securing Declaration as per Annexure „A‟
(f) Any other documents required 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 letter head.
(b) Scanned copy of Demand Draft / Bankers Cheque towards 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 1.5
of Section I of MES Manual on Contracts 2020.
(e) Details of works being executed in MES, if any.
(f) Copy of GST Registration Number of firm.
(g) Scanned copy of Bid securing Declaration as per Annexure „A‟
(h) Any other documents required 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.
7. Contractors should ensure that their original physical DDs and Earnest Money Deposit (EMD) instrument (as
applicable) reach the office of Accepting Officer within Seven days of bid submission end date failing which
following action shall be taken :-

(a) In case of tenders from an enlisted contractor of MES, where scanned copies of requisite DD/Bankers Cheque
towards cost of tender have been uploaded in Cover 1 but physical copies are not received within the stipulated
period, their financial bids (Cover 2) will be opened. However non-submission of physical copies of cost of tender
shall be considered as willful negligence of the bidder with ulterior motives and such tenderer shall be banned from
bidding for a period of six months commencing from the date of opening of Financial bid(Cover 2).
CA NO: CWE/HSR-16 OF 2023-24 SERIAL PAGE No 12

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT) (CONTD…..)

(b) In case of tenders from un-enlisted contractors, where scanned copies of requisite DD/Bankers Cheque towards
cost of tender have been uploaded in Cover 1 but physical copies are not received within the stipulated period, their
financial bids (Cover 2) will not be opened. Name of such contractors alongwith complete address
shall be circulated for not opening of their bids for a period of six months commencing from the date of opening of
Financial bid (Cover 2).
(c) In case of tenders from enlisted and un-enlisted contractors, where scanned copies of instruments for Earnest
Money Deposit (as applicable) have been uploaded in Cover 1 but the same are not received in physical
form within stipulated period, such tenders shall not qualify for opening of finance bid (Cover 2).
8. Contractor will not be allowed to execute the work by subletting or through power of attorney to a third party / another
firm on his behalf. However a contractor can execute the work through power of attorney to sons / daughters / spouse
of Proprietor / Partner / Director and firm‟s own employees, director, project manager
provided they are not having a separate enlisted firm in MES in their name as Proprietor / Partner / Director.

9. After opening of Cover 1 and during its technical evaluation, in case any deficiency is noticed in the documents
required to be uploaded by the tenderers as per NIT, a communication in the form of e-mail / SMS / speed post etc
shall be sent to the contractor to rectify the deficiency within a period of seven days from the date of
communication failing which their financial bid (Cover 2) shall not be opened and contractor shall not have any claim
on the same.
10. Invitation for e-tender does not constitute any guarantee for validation of Technical bid and subsequent opening of
financial bid of any applicant bidder merely by virtue of enclosing DD. Accepting Officer reserve 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 the eligibility of the firm as per criteria given in this Appendix. Tenderer / bidder will
be informed regarding non-validation of his Technical bid assigning reasons therefore through tender evaluation report
which shall be uploaded on the website. Such tenderer, if desires, may appeal to the next higher Engineer Authority
(NHEA) i.e. HQ CWE Hisar Cantt and also on email id with copy to the Accepting Officer on email before the
scheduled date of opening of Cover 2. NHEA shall decide the matter within a period of seven working days from the
date of receipt of appeal. The decision of the NHEA shall be final and binding. The tenderer / bidder shall not be
entitle 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 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.
13. Revoking the offer or revising the rates upward of offering voluntary reduction by the lowest tenderer after bid
submission end date shall be considered as a willful default. For the 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 the Standing Security Bond, an amount equal to the earnest money stipulated
in the NIT shall be notified to the tenderer for depositing through MRO and consideration of such tenderer in the
tender evaluation for future works shall remain suspended till the aforementioned amount is deposited in the
Government Treasury. No other disciplinary / administrative action shall be taken against such tenderers. In such a
situation, the next lowest offer shall not be considered for acceptance. Instead, retendering shall be resorted to in a
transparent and fair manner and the de-faulting
tenderer and his related firm if any, shall not be eligible for this tender in second call or subsequent calls.
14. Tender to related firm 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 firm shall be final and binding.
CA NO: CWE/HSR-16 OF 2023-24 SERIAL PAGE No 13

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT) (CONTD)

15. The tenderer attention is invited to ensure compliance of the “EPF & MP Act 1952” as amended subsequently.
Before commencement of work the contractor should produce the Provident fund code No to the GE if
applicable.
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.
17. Criteria for Fresh Enlistment & Upgradation
(a) Criteria for Fresh Enlistment in various classes shall be as under :-
Class Past Experience of Completed Works in Last 5 Financial Soundness (In Rs)
years & Average Annual Turn Over (In Rs)
(1) (2) (3)
„SS‟ (a) Two works costing not less than 12.00 crore (a) Solvent upto 8.00 crore
each OR
OR Financially sound for engagement upto 40.00 crore
One work costing not less than 20 crore
AND (b) Working capital not less than 75.00 lakh
(b) Average annual turn over for two consecutive
years shall not be less than 20 crore

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

„A‟ (a) Two works costing not less than 4.00 crore (a) Solvent upto 2.00 crore
each OR
OR Financially sound for engagement upto 7.50 crore
One work costing not less than 6.00 crore
AND (b) Working capital not less than 30.00 lakh
(b) Average annual turn over for two consecutive
years shall not be less than 6.00 crore

„B‟ (a) Two works costing not less than 1.50 crore (a) Solvent upto 100.00 lakh
each OR
OR Financially sound for engagement upto 3.00 crore
One work costing not less than 2.50 crore
AND (b) Working capital not less than 12.00 lakh
(b) Average annual turn over for two consecutive
years shall not be less than 300.00 lakh

„C‟ (a) Two works costing not less than 50.00 lakh (a) Solvent upto 40.00 lakh
each OR
OR Financially sound for engagement upto 100.00 lakh
One work costing not less than 80.00 lakh
AND (b) Working capital not less than 10.00 lakh
(b) Average annual turn over for two consecutive
years shall not be less than 100.00 lakh
CA NO: CWE/HSR-16 OF 2023-24 SERIAL PAGE No 14

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT) (CONTD)

Class Past Experience of Completed Works in Last 5 Financial Soundness (In Rs)
years & Average Annual Turn Over (In Rs)
(1) (2) (3)
“D‟ (a) Two works costing not less than 25.00 lakh (a) Solvent upto 20.00 lakh
each OR
OR Financially sound for engagement upto 50.00 lakh
One work costing not less than 40.00 lakh
AND (b) Working capital not less than 7.50 lakh
(b) Average annual turn over for two consecutive
years shall not be less than 50.00 lakh

“E‟ (a) Three works costing not less than 7.50 lakh (a) Solvent upto 10.00 lakh
each OR
OR Financially sound for engagement upto 25.00 lakh
Two works costing not less than 10.00 lakh each
OR (b) Working capital not less than 5.00 lakh
One work costing not less than 20.00 lakh
AND
(b) Average annual turn over for two consecutive
years shall not be less than 25.00 lakh

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


Class Past Experience of Completed Financial Soundness (In Rs) Limit of minimum
Works in Last 5 years (In Rs) reserves (See Note
5 below)
(1) (2) (3)
“SS‟ (a) Two works costing not less than (a) Solvent upto 8.00 crore Rs 120.00 lakh
12.00 crore each OR
OR Financially sound for engagement
One work costing not less than 20 crore upto 40.00 crore
AND
(b) Average annual turn over for two (b) Working capital not less than
consecutive years shall not be less than 75.00 lakh
20 crore

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

“A‟ (a) Two works costing not less than (a) Solvent upto 2.00 crore Rs 75.00 lakh
4.00 crore each OR
OR Financially sound for engagement
One work costing not less than 6.00 upto 7.50 crore
crore
AND (b) Working capital not less than
(b) Average annual turn over for two 30.00 lakh
consecutive years shall not be less than
6.00 crore
CA NO: CWE/HSR-16 OF 2023-24 SERIAL PAGE No 15

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT) (CONTD)

Class Past Experience of Completed Financial Soundness (In Rs) Limit of minimum
Works in Last 5 years (In Rs) reserves (See Note 5
below)
(1) (2) (3)
“B‟ (a) Two works costing not less than (a) Solvent upto 100.00 lakh Rs 60.00 lakh
1.50 crore each OR
OR Financially sound for engagement
One work costing not less than 2.50 upto 3.00 crore
crore
AND (b) Working capital not less than
(b) Average annual turn over for two 12.00 lakh
consecutive years shall not be less than
300.00 lakh
“C‟ (a) Two works costing not less than (a) Solvent upto 40.00 lakh Rs 25.00 lakh
50.00 lakh each OR
OR Financially sound for engagement
One work costing not less than 80.00 upto 100.00 lakh
lakh
AND (b) Working capital not less than
(b) Average annual turn over for two 10.00 lakh
consecutive years shall not be less than
100.00 lakh
“D‟ (a) Two works costing not less than (a) Solvent upto 20.00 lakh Rs 12.50 lakh
25.00 lakh each OR
OR Financially sound for engagement
One work costing not less than 40.00 upto 50.00 lakh
lakh
AND (b) Working capital not less than
(b) Average annual turn over for two 7.50 lakh
consecutive years shall not be less than
50.00 lakh
NOTES :-
1. Authority competent to enlist shall be called Registering Authority.
2. The categories for enlistment shall be decided on the basis of nature of works executed by Contractor. Contractors who
have experience of executing of Prefab/Pre Engineered Structures and fulfill other criteria, shall also be eligible for
enlistment in category a(i). At the time of renewal, contractors already enlisted in Cat
(a) (i) Building & Roads, shall be enlisted in Cat (a) (i) Building works & (a) (v) Roads, In case of E class contractors,
Registering Authority shall issue suitable amendments to enlistment letters in respect of separate
categories for buildings works ie a(i) and roads i.e. a(v) without any application from contractor.
3. For enlistment/Upgradation/renewal/reclassification etc, in category (b) Electrical Engineering Works (i) to (iii), a
declaration/undertaking shall be obtained from the applicant contractor in affidavit form whereby the contractor shall
undertake to either obtain valid Electrical Licence of required class in its name or engage an agency having valid
Electrical Licence of required class through MoU (Memorandum of Understanding) for execution of all electrical
works as well as works under category (c) [including its sub categories (i) to (vii)] and the category (d) (v) to the extent
Rule 29 under Part lll of Central Electricity Authority (Measures Relating to Safety and Electric Supply) Regulations,
2010 is applicable 'either in full or part of the scope of work of contract awarded to him and that all such electrical
works shall be executed by him through such agency only (either self or other agency) having valid Electrical Licence
of required class from State /Union Territory
Authorities where works are to be executed.
4. Working capital with the Contractor shall be judged from balance sheet/bank's certificate as per Appendix 1.3 /
bank statement for last 6 month/overdraft or cash credit facility from bank/fixed deposit receipts with banks.
CA NO: CWE/HSR-16 OF 2023-24 SERIAL PAGE No 16
APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT) (CONTD)

5. The requirements of minimum reserves are applicable for enlistment related process of existing contractors i.e.
Change in constitution/Renewal/Reclassification (Revision in Monetary Limit) etc, if they have contracts in hand not
having Performance Security provisions, till their contracts are completed and their Final Bills do not become
MINUS. For this, these contractors will submit affidavit on non-judicial stamp paper of appropriate value (minimum
value Rs. 100) declaring that all their contracts without Performance Security provisions are completed and the Final
Bills are not MINUS. lmmovable/movable property (minimum reserve) shall be exclusively in the name of
Contractor and not in the name. of family members/relatives/others. ln case of
Limited companies, immovable/movable property (considered for minimum reserve) shall be exclusively in the name
of Company and should be reflected in the Balance Sheet of the Company.
6. "Last two consecutive years" shall mean immediate last two consecutive financial years reckoned from the date of
application for upgradation. Two consecutive years for the purpose of fresh enlistment shall mean any of the two
consecutive financial years in last Five Financial Years preceding the date of application for enlistment. For
documents in support of works experience, TDS certificate for lT/Sales Tax/VAT/GST shall also be asked from
applicant firms. All documents related to works experience and turnover (except Form 26 AS and portal generated
GST return) shall be got independently verified from the client/issuing authority. Registering Authority may seek
clarification from the Chartered Accountant in case of any doubt. Annual turnover to be considered for enlistment
purpose shall mean the turnover from all businesses carried out by the applicant firm in relation to construction work
related to categories of works for which the enlistment is being sought. lt may be total turnover as shown in the
audited balance sheet or part thereof. Necessary clarification shall be obtained from the Chartered Accountant whose
audited balance sheet is submitted by the applicant firm in case
considered necessary by the Registering Authority.
7. Upgradation of enlisted contractor shall be done gradually in stages. Before a contractor is considered for
upgradation, he should have worked at least for two years in the present tendering limit and should meet the criteria
laid down. Normally upgradation will be done only to one next higher class at a time. However, if performance of
any particular contractor is of very high order and Registering Authority considers upgradation of such contractor by
more than one class justified, the same shall be done only with prior approval of E-in-C's Branch. Following
considerations shall be applied to ascertain whether the performance of contractor is of very high order or otherwise:-

(a) Contractor has completed works, value of which is more than 1.25 times the requirement in which
the upgradation is being considered.

(b) Average Annual Turnover of the contractor is more than 1,25 times the requirement in which the
upgradation is being considered.

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

(i) Two works completed costing not less than 5.00 crore each (1 .25 x 4.00)

Or
One work costing not less than 7.50 crore (1.25 x 6.00)

(ii) Average annual turnover 7.50 crore (1.25 x6.00)

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

8. Contractors of 'A' class and above only shall be eligible for enlistment in categories (a) (iii) Runways and
Pavements and (a)(iv) Marine and Harbour Works subject to- prior approval of E-in-C.
9. The criteria laid down above for enlistment upgradation may be relaxed in the case of contractors whose performance
has been found to be of a very high order. Such relaxation may, however be given only with the
prior approval of E-in-Cs Branch.
CA NO: CWE/HSR-16 OF 2023-24 SERIAL PAGE No. 17

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT) (CONTD)

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


(a) Application for enrolment as contractor on IAFW-2190 (Revised 2820). Coloured Photographs affixed on
application shall be self-attested.
(b) Affidavit for constitution of firm.
(c) List of works executed during last five years (As per Appendix 1.2) including copies of Work Orders/Work allotment
letters, Copies of completion certificates and Form 16 A/TDS certificate for GST (GSTR-7A).
(d) Annual turnover certificate duly supported with audited balance sheet. The turn over certificate must bear the UDIN
(Unique Document identification Number). The turn over certificate and audited balance sheet should be from same
Chartered Accountant. In case balance sheets are not audited, Form 26 AS and /or Annual GST return shall be
forwarded in support of turnover.
(e) Audited balance sheet of last five years in case of Limited companies.
(f) Solvency certificate from scheduled bank as per specimen given in Appendix-1.3.
(g) Working Capital certificate from scheduled bank as per specimen given in Appendix-1.3.
(h) Affidavit from contractor that there is no Government dues/ recovery outstanding against him. lf there is any
Government dues/recovery outstanding from the contractor enlistment/ upgradation shall not be carried out.
(j) Affidavit from contractor giving brief details of arbitration / litigation cases he was involved in. Registering Authority
will critically examine such details and if contractor is considered habitual litigant, his enlistment upgradation shall not
be carried out, Contractor shall be deemed to be a habitual litigant if he moves the court more than once ignoring
arbitration clause and court does not uphold his view.
(k) Two self-attested photographs of Proprietor/Partners/ Directors of firm for verification of character and antecedents
from the police authorities. Places where online police verification process is available, the contractor will carry out
police verification of the Proprietor/Partners/Directors and submit the verification reports for cross verification by the
Department. Alternatively the contractor may submit a copy of valid
passport issued by Govt of India.
(l) Copy of partnership deed in case of partnership firm.
(m) Memorandum and Articles of Association in case of Limited Companies.
(n) Copy of Registration Certificate of firm with Registrar of Companies/Register of Firms.
(o) Affidavit that no near relative (s) of the contractor or his/their employees/agents is/are working as Gazetted/
Commissioned Officer(s) in MES/ Corps of Engineers/Ministry of Defence. lf the near relative(s) is/are working in
such capacity in any formation upto Zonal CE/CCE, he/ they shall furnish details. The contractor shall not be entitled to
tender for the works in entire area of CE Zone/CCE.
(p) Affidavit that no near relative(s) of the contractor or his/their employees/agents is/are working as Junior Engineer(s) in
MES/Corps of Engineers. lf his near relative(s) is/are working in such capacity in any formation upto CWE/ GE(I)
office, the contractor shall furnish details. The contractor shall not be entitled to tender for the works in entire area of
that CWE/GE(I).
(q) Copy of power of attorney/Resolution of the Board in favour of any Partner/Director of the firm.
(r) Copy of immediate fast income Tax Return.
(s) A separate sheet containing specimen signatures (signed in black ink) and affixed with photographs of
Proprietor/Partners/Directors (to be used as Appendix B of enlistment letter).
(t) Self-attested copy of PAN Card of Proprietor, Partners, Directors and the firm/ Company.
(u) Self-attested copies of GST registration, EPFO registration and ESIC registration certificates.
Notes:-
(i) All the documents submitted by the contractor shall be signed by Proprietor/all Partners/all Directors unless specifically
authorised to a Partner/Director through POA or Resolution of the Board.
(ii) Photocopies of documents shall be self-attested. Registering Authority shall ask production of original documents to
verify the photocopies.
CA NO: CWE/HSR-16 OF 2023-24 SERIAL PAGE No 18

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT) (CONTD)

(iii) All affidavits shall be given on non-judicial stamp paper of appropriate value duly signed by the contractor and
attested by the Magistrate/Notary public.
(iv) Registering Authority shall cross-verify the genuineness of financial documents at Para (d) & (e) above from
issuing Chartered Accountant (CA) and documents at Para (f) & (g) from the concerned Bank branch by referring
in writing to them alongwith copy of above documents submitted by contractor. Registering Authority is also at
liberty to verify the genuineness of all the documents from other reliable/authentic sources.
(v) All documents related to work experience and turnover (except Form 26A5 and portal-generated GST return) shall
be got independently verified from the client/issuing Authority. For documents in support of works experience, TDS
certificate for lT/Sales Tax/VAT/GST shall also be asked from applicant firms. Registering Authorities may seek
clarifications from the Chartered Accountant in case of any doubt.
(vi) Documents mentioned at Para 1.5 (a) and 1.5 (s) shall not be applicable for the purpose of documents to be uploaded
for bidding purpose by unenlisted firms.

(Ashok Kumar)
EE (QS & C)
DCWE (Contracts)
For Accepting Officer

Case File No : 81603/CWE/HSR-16/2023-24/02/E8 Dated : 24 May 2023

Headquarters
Commander Works Engineer
Military Engineer Services
Hisar Cantt - 125006

Distribution:-

Internal :

E-2 Section - For info wrt TS No. 1 issued vide letter No. 20065/DEO/Bahadurgarh/01/E2
dt 24 Apr 2023.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No : 19

IN LIEU OF IAFW-1779-A (REVISED 1955) TO BE USED IN CONJUCTION WITH


GENERAL CONDITIONS OF CONTRACTS IAFW-2249

MILITARY ENGINEER SERVICES

REGISTERED POST
Tele : 01662-294874 Headquarters
Commander Works Engineer
Military Engineer Services Hisar,
Military Station Hisar
Hisar (Haryana)- 125006

81603/CWE/HSR-16/2023-24/03/E8 24 May 2023

E-TENDER AND ITEM RATE CONTRACT FOR WORKS REQUIRED FOR : CONSTRUCTION
OF BUNDARY WALL AND ERECTION OF BOUNDARY PILLARS AROUND DEFENCE LAND
MEASURING 10.40 ACRES OF BAHADURGARH CAMPING GROUND, DISTT ROHTAK (NOW
IN DISTT JHAJJAR), HARYANA UNDER THE MANAGEMENT OF DEO BATHINDA REG

1. M/s_____________________________________________of_______________________is/ are hereby


authorised to tender for the above work. The e-tender duly quoted shall be uploaded on portal
of MES e-tendering during the period of bid submission published on website. Bid opening
date and time of Technical bid is presently scheduled on 23 Jun 2023 at/after 0900 Hrs. The
hard copies of desired documents must be delivered to office of Commander Works Engineer,
HISAR within stipulated period mentioned in tender documents addressed to Headquarter
Commander Works Engineer, Hisar - 125006 and marked “CA NO: CWE/HSR-15 OF 2023-
24 : CONSTRUCTION OF BUNDARY WALL AND ERECTION OF BOUNDARY PILLARS
AROUND DEFENCE LAND MEASURING 10.40 ACRES OF BAHADURGARH CAMPING
GROUND, DISTT ROHTAK (NOW IN DISTT JHAJJAR), HARYANA UNDER THE
MANAGEMENT OF DEO BATHINDA REG”.

2. All correspondence concerning this tender will be addressed to as indicated at the top of
this sheet quoting the reference as given above.

“THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT


THE LOWEST OR ANY TENDER”

Signature of officer issuing the


tender documents
Appointment : DCWE (Contracts)
(Signature of Contractor) Accepting Officer
Dated: ____________________ Dated:
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No : 20
SCHEDULE ‘A’
Scope 118/BGT/Adm/CH/Project/SWC/Bathinda CONSTRUCTION OF BUNDARY WALL AND
of (4)/DE/2022 (FMS : 70605) ERECTION OF BOUNDARY PILLARS
Work AROUND DEFENCE LAND MEASURING 10.40
ACRES OF BAHADURGARH CAMPING
GROUND, DISTT ROHTAK (NOW IN DISTT
JHAJJAR), HARYANA UNDER THE
MANAGEMENT OF DEO BATHINDA REG

NOTES :-
1. The Bill of quantities (BOQ) annexed to Schedule ‘A’ shall form an integral part of
Schedule ‘A’.
2. The entire work under this contract shall be completed within 180 Days from the date
of handing over site, as indicated in W.O. No 1 to be issued by GE.
3. The quantities given in column 3 of BOQ are ‘PROVISIONAL’ and are inserted as a guide
only. The quantities required at site may vary as per actual site requirement. These shall
however not be varied beyond the limits laid down in condition 7 of IAFW-2249 (General
Conditions of contracts). The payment will be made for the actual quantities of works carried
out and measured.
4. Rate in column 5 of BOQ are to be entered by tenderers in figure only and
uploaded after due validation. In the event of failure to quote rate for any item in BOQ,
the same is liable to be rejected.
5. Unless otherwise stated in BOQ, unit rate inserted in BOQ shall be deemed to include
for supplying and fixing or material and labour complete including commissioning and testing.
6. The rate in BOQ shall be deemed to allow for all minor extras and constructional details
or minor accessories which are not specifically given in Particular Specifications but are
essential for the execution of work in a sound and workman like manner. In case of difference
of opinion between the contractor and the GE as to whether or not certain items of work
constitute minor extras and constructional details or minor accessories included in the
contractor’s prices, the decision of the Accepting Officer shall be final and binding.
7. Unless otherwise specified in BOQ or Particular Specifications, unit rate mentioned in
BOQ shall be deemed to include for all the provisions in the preambles given in MES Schedule
2020 (Part-II) as applicable to respective items.
8. All materials retrieved from demolition/ dismantling/ taking down/ up except items
covered in schedule of credit shall become property of the Government and contractor shall
deposit the same in the store yard of concerned AGE.
9. The provision of statutory laws relating to Minimum Wages, EPF ESIC etc shall be
strictly adhered to by the contractor and quoted rate shall deemed to include these factors.
10. AS per latest Govt notification, the GST and other taxes as applicable are levible in this
work. Contractor shall pay total GST and other taxes liability under this contract and this
aspect shall be deemed to be included in rate quoted by the contractor.
11. DEFECTS LIABILITY PERIOD. Defects liability period is twenty four calendar months
after the work have been handed over to Government.

(Signature of Contractor) DCWE (Contracts)


Dated : ……………….. For Accepting Officer
CA NO: : CWE/HSR-16 OF 2023-24 Serial Page No. 21 to 25

BOQ
From Page No
21 to 25
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No 26

SCHEDULE OF CREDIT FOR OLD UNSERVICEABLE MATERIAL RETRIEVED DURING


DISMANTLING / DEMOLITION / TAKING UP/ TAKING DOWN
NOTES :-
500 Quantities mentioned in this schedule are “PROVISIONAL”. However, rate of recovery
indicated in Col 5 is firm and amount of credit shall be worked out accordingly.

2. Tenderers are advised to visit the site of work before quoting their rates in Bill of quantities
(BOQ) to ascertain the conditions/ quality of materials likely to be retrieved from work.

3. Credit on account of old materials/ items shall be effected against quantity actually obtained
from site at the rate mentioned in credit schedule. No claim on account of quality of materials/items
shall be admissible. This aspect shall be deemed have been considered while quoting rates against of
quantities (BOQ).

4. Materials retrieved from demolition/ dismantling shall not be allowed for reuse in the work
except otherwise specified to be re-used as per relevant items of of quantities (BOQ).

5. Any materials other than which has been catered in Credit Schedule shall become Govt. Property
and contractor shall deposit the same in the store yard of AGE without any extra cost to department.

Sno Description of items Unit Quantity Rate per Amount


unit
in Rs
1 2 3 4 5 6
NIL
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No 27

GENERAL SUMMARY

1. Total amount of of Bill of quantities (BOQ) brought : Rs _______________


forward from Srl. Page No. 25
2. Deduct credit amount as per Schedule of Credit on : Rs NIL
Srl Page No. 26
Contract Sum : Rs ________________

(Note:- The summary of BOQ shall automatically be generated by e-tender system. The
overall tendered sum will be worked out by the Accepting officer after deducting
amount of Schedule of credit).

(Rupees ___________________________________________________________________________
______________________________________________________________________________)

(Signature of Contractor) DCWE (Contracts)


Dated: _________________ For Accepting Officer
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No : 28
SCHEDULE ‘B’

LIST OF MATERIAL TO BE ISSUED TO THE CONTRACTOR


(SEE CONDITION 10 OF IAFW-2249)
Ser Rate at which Place of issue Remarks
No. Particulars material etc will be by name
issued to the
contractor
Unit Rate R

1 3 4 5 6
2

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

SCHEDULE ‘C’

LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH


WILL BE HIRED TO THE CONTRACTOR
(Refer conditions 15, 34 and 36 of IAFW-2249)

Srl. Quantity Particulars Details Hire Stand by Place of Remark


No. of MES charges charges issue s
crew per unit per unit by
supplied per per off name
working day
days
1 2 3 4 5 6 7 8

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


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

SCHEDULE ‘D’
TRANSPORT TO BE HIRED TO THE CONTRACTOR
(Refer conditions 16 and 35 of IAFW-2249)
Srl. Quantity Particulars Rate per Place(s) of Remarks
No. unit per issue (By
working day name)
(R)
1 2 3 4 5 6

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

(Signature of Contractor) DCWE (Contracts)


Dated: _________________ For Accepting Officer
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No :29

TENDER
TO,
THE PRESIDENT OF INDIA

Having examined and perused the following documents: -

1. Specifications signed by Shri Ashok Kumar, DCWE (Contracts).

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

3. MES Standard Schedule of Rates 2009 (Part-I – Specifications) and MES Standard
Schedule of Rates 2020 (Part-II) (Rates) (here-in-after and in IAFW-2249 referred to as
the MES Schedule) together with amendments as under: -
SSR 2009 Part-I : 1 to 3
SSR 2020 Part-II : 1 to 122
4. General Conditions of Contracts IAFW-2249 (1989 Print) together with amendment No.
1 to 49 and errata 1 to 20.
5. Water: - Condition 31 of General Conditions of contracts IAFW-2249 : Condition
31 of General Conditions of contracts IAFW-2249. Water will not be supplied by the
MES and contractor shall make his own arrangement.

6. Should this tender be accepted;


I / We agree
*(a) That the sum of Rs 2,08,900.00 (Rupees Two lakh eight thousand nine
hundred Only) forwarded as earnest money shall refunded by the Government
on receipt of the appropriate amount of security deposit as per Condition 22 of
IAFW-2249 (1989 Print).

(b) To execute all the works referred to in the said documents upon the terms
and conditions contained or referred to therein and as detailed in General
Summary on the subsequent pages and to carryout such deviations as may be
ordered vide Condition 7 of IAFW-2249 upto a maximum of 10% (Ten percent)
and further agree to refer all disputes as required vide 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) recognized by the Govt. of India, to be appointed
by Chief Engineer, Jaipur Zone Jaipur or in his absence officer officiating as
Chief Engineer, Jaipur Zone, Jaipur whose decision shall be final, conclusive and
binding.

*Delete whichever is not applicable.

Contd….
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No : 30

IN LIEU OF IAFW-1779-A (REVISED 1955)

Signature_______________________________________________________________ in the capacity of

___________________________ duly authorised to sign the e-tender for and on behalf of

M/s___________________________________________________________ (IN BLOCK LETTERS).

Witness _________________ Postal Address ___________________

Address_________________ E-mail id __________________

__________________ Telephone No.___________________

ACCEPTANCE

________ Alterations have been made in these documents and as evidence that these

alteration(s) were made before execution of the contract agreement; they have been initialled by

the contractor and Shri Ashok Kumar, DCWE (Contracts). The said officer is/are hereby

authorised to sign and initial on my behalf the documents forming part of this contract.

The above e-tender was accepted by me on behalf of THE PRESIDENT OF INDIA for the

contract sum of Rs ________________________________ (Rupees

_____________________________________________________________________________________________

_____________________________________________________________________________________________

_______________________) on the _____________________________ day of

_______________________________________

Signature ______________ dated this ________ day of _________.

Appointment: Commander Works Engineer Hisar


(For and on behalf of the President of India)
CA NO: CWE/HSR-16 OF 2023-24 Srl Page No. : 31 to 88
GENERAL CONDITIONS OF CONTRACTS
(IAFW- 2249 (1989 PRINT)
FOR
LUMP SUM CONTRACTS (IAFW- 2159)
AND
MEASUREMENT CONTRACTS (IAFW-1779 & 1779-A)

1. It is hereby agreed by me/ us that the following documents shall form an integral part
of the tender documents:-

(a) General Conditions of Contracts including Condition- 70 pertaining to the


settlement of disputes by Arbitration, IAFW-2249 (1989 Print) and Errata 1 to 20
containing 34 pages (Serial page No. 31 to 64).

(b) Amendment No. 1 to 48 to IAFW-2249 in 17+7=24 pages (Serial page No. 65 to


88.

2. This tender submitted by me/ us is subject to the aforesaid documents and copy of
which is in my/ our possession and which I/ We have read fully and understood before
submission of this tender.

3. My/ Our signature here-in-under is in token of my/ our having accepted the aforesaid
documents as forming an integral part of this tender.

Notes:-

1. The document mentioned above can be seen in the office of the Commander Works
Engineer, Hisar or in GE office during working hours.

2. In case of difference or interpretation due to wording of English and Hindi versions, the
English version will prevail as per article 348 of Constitution of India.

DCWE (Contracts) (Signature of Contractor)


For Accepting Officer Dated: _________________
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. : 89 to 102

MINIMUM FAIR WAGES

1. It is hereby agreed that the “Schedule of Minimum Fair Wages” (SMFW) as published
vide Govt of India notification dated *10 Mar 92 comprising 14 pages (Revised upto date) shall
form part of these tender documents.

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

DCWE (Contracts) Signature of Contractor


For Accepting Officer Dated : ……………….

Notes :-

(i) “Schedule of Minimum fair Wages” is not enclosed alongwith tender but the contractor
is deemed to have full knowledge regarding the minimum wages payable to labours as legally
effective on the date of submission of tender and his tendered rates shall be deemed to have
been based on this. The minimum wages notified in the State/Central/Gazette governed by
any local regulation whichever is higher.

(ii) “Schedule of Minimum Fair Wages” referred to above is available for reference in the
office of Accepting Officer. It can be seen during office hours by the tenderers.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No 103

SPECIAL CONDITION
1. GENERAL
The following special conditions shall be read in conjunction with General Conditions of
contracts, IAFW – 2249 and 1779-A including Errata/ amendments thereto. If any
provisions in these special conditions is at variance with that of the aforesaid
documents the former shall be deemed to take precedence there over.

1.1 The work under this contract shall be carried out in accordance with Schedule ‘A’, the
particular specifications, drawings, general specifications and other provisions in MES
Schedule.

1.2 The term General specifications referred to hereinbefore, as well as referred to in IAFW-
2249 (General conditions of contracts), shall mean the specifications contained in the
MES schedule.

1.3 General Rules, specifications, special conditions and all preambles in the MES schedule
shall be deemed to apply to the works under this contract. In case of any discrepancy
the provisions in these documents shall take precedence over the aforesaid provisions in
the MES schedule.

2. VISIT TO SITE OF WORK BY THE CONTRACTOR


2.1 Reference Para 11 and 14 of notice of tender (IAFW-2162) and condition 4 of IAFW-
2249. The tenderer is advised to 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 the purpose. The tenderer shall also make themselves
familiar with the working conditions, accessibility of site (s), availability of materials and
other cogent conditions, which may affect the entire completion of work under this
contract.
2.2 The tenderer shall be deemed to have inspected the site (s) and made themselves
familiar with the working conditions, whether they have actually inspected the site (s) or
not.
3. COOPERATION WITH OTHER AGENCIES AT SITE OF WORK
Contractor’s attention is invited to the fact that during the currency of this contract,
works on other services which are outside the scope of work of this contract may be
entrusted for execution to other agencies. The contractor shall permit free access and
afford normal facilities and usual convenience to other agencies or departmental
workmen to carryout connected works or services under separate arrangements. The
contractor will not be allowed any extra payment on this account.

4. EMPLOYMENT OF PERSONNEL
4.1 Contractor shall employ only Indian Nationals as his representatives, servants and
workmen after verifying their antecedents and loyalty. He shall ensure that no person
of doubtful antecedents and nationality is in any way, associated with the work. If for
the reasons of technical collaboration or other considerations the employment of foreign
national (s) is unavoidable, the contractor shall furnish full particulars to this effect to
the Accepting Officer at the time of submission of the tender. As a proof, that the
contractor has employed only Indian Nationals, he shall render a certificate to GE
within one month from the date of acceptance of tender to this effect. In case the GE
desires, contractor will have the police verification done of personnel employed by him.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No 104

SPECIAL CONDITION (CONTD...)

4.2 The GE shall have full powers and without giving any reason to order the contractor
immediately to cease to employ, in connection with his contract, any agent, servant or
employee whose continued employment is, in his opinion, undesirable. The contractor
shall not be allowed any compensation on this account.
4.3 The contractor’s attention is also drawn to condition 25 of IAFW-2249 in this
connection.
4.4 Verification of antecedent of contractors representatives/labour deployed at site in
connection with execution of work under the contract a per security requirement of user
unit/installation shall be responsibility of the contractor and all expenses in connection
with verification of antecedents by police authority/security agency shall be borne by
the contractor.
5. SECURITY OF CLASSIFIED DOCUMENTS
Contractor’s special attention is drawn to condition 2-A and 3 of General Conditions of
Contracts (IAFW-2249). The contractor shall not communicate any classified
information regarding works either to sub contractors or others without prior approval
of the Engineer-in-Charge. The contractor shall also not make copies of the design/
drawings and other documents furnished to him in respect of works and he shall return
all documents on completion of the works or on earlier determination of the contract.
The contractor shall along with final bill attach a receipt from the Engineer-in-Charge in
respect of his having returned the classified documents as per condition 3 of General
Conditions of Contracts (IAFW-2249).
6. VALIDITY OF TENDER
The tender shall remain open for acceptance for a period of Sixty days from the Bid
submission end date. For the purpose of calculating this period, Bid submission end
date shall be excluded.
7. CRITICAL PATH METHOD (CPM) NETWORK
7.1 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 but before the date of commencement as per work order No 1. The
time scheduling of the activities will be done by the contractor so as to finish the work
within the stipulated time. On completion of the time schedule a firm calendar date
schedule will be prepared and submitted by the contractor to 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.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No 105

SPECIAL CONDITION (CONTD...)

7.2 During currency of the work the contractor is expected to adhere to the time schedule
and this adherence will be one of the main parameters of the contractor’s performance
under the contract. During the execution of work the contractor is expected to
participate in the reviews and updating of the network as and when called for by the
GE. These reviews may be undertaken at the discretion of the GE either as a periodic
appraisal measure or when the quantum of work ordered on the contractor is
substantially changed through deviation orders or amendments. Any revision of the
schedule as a result of the review, will be submitted by the contractor to GE within a
week who will approve it after due scrutiny. The contractor will adhere to the revised
schedule thereafter. In case of contractor disagreeing with the revised schedule, the
same will be referred to the Accepting Officer whose decision will be final, conclusive
and binding.
GE’s approval to the revised schedule resulting in a completion date beyond the
stipulated date of completion shall not automatically amount to a grant of extension of
time. Extension of time shall be considered and decided by the appropriate authority
mentioned in condition 11 of IAFW-2249 and separately regulated.
7.3 The Contractor shall mobilise and employ sufficient resources to achieve the detailed
schedule within the broad framework of the accepted methods of working and safety.
7.4 No additional payment will be made to the contractor for any multiple shift work or
other incentive method contemplated by him in his work schedule even though the time
schedule is approved by the Department.
8. RECORD OF MATERIALS AND PURCHASE VOUCHERS: -
8.1 The quantity of materials such as cement, steel, paints, water proofing compound,
chemicals for anti-termite treatment and the like, as directed by the Engineer-in –
Charge (the quantity of which cannot be checked after incorporation in the works), shall
be recorded in measurement books and signed by the contractor and the Engineer-in-
charge as a check to ensure that the required quantity has been brought to site for
incorporation in the work.
8.2 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.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No 106

SPECIAL CONDITION (CONTD...)

8.3 Contractor shall produce original receipted vouchers/ invoices/Bills alongwith test
certificates wherever applicable in respect of following items from the manufacturers
and/or their authorised agents for the full quantity of the following materials, as
applicable as a pre-requisite before submitting claims for payment of advances on
account of the work done and/or materials collected in accordance with condition 64 of
General Conditions of contracts-IAFW-2249.
(i) Water proofing compound/liquid.
(ii) Paints, distempers, cement base paints & like.
(iii) Cast iron/ PVC/ DI pipes and fittings.
(iv) Sanitary fittings and fixtures
(v) Steel windows/ventilators
(vi) Factory made door shutters/ PVC doors
(vii) Floor/Wall tiles
(viii) Interlocking paving blocks
(ix) Builders hardware
(x) APP membrane/ Tarfelt/ bituminous products
(xi) Salt glazed stoneware pipes/Reinforced concrete pipes.
(xii) Electrical and water supply fittings/fixtures where name of manufacturers/
brands are specified or approved.
(xiii) Cables
(xiv) Cement
(xv) Steel
(xvi) All grades of bitumen
8.4 Vouchers/ invoices so produced and verified shall be stamped by Engineer-in-Charge
indicating contract number. The contractor shall ensure that the materials are brought
to site, in original sealed containers/ packing, bearing manufacturer’s marking except
in the case of the requirement of materials (s) being less than smallest packing.
8.5 Bitumen shall be purchased directly from manufacturer’s stockist or their authorised
dealers only. These vouchers/ invoices shall be defaced by the GE/ Engineer-in-Charge,
indicating reference to the contract number, under his dated signature, and CTC thereof
shall be kept on record so as to avoid their being used again.
8.6 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.

9. APPROVAL OF SAMPLE OF WORKMANSHIP.


To determine the acceptable standard of workmanship, sample finishes shall be carried
out as directed by GE under close supervision of the Engineer-in-Charge and shall be
got approved from the GE.
10. MATERIALS AND SAMPLES
10.1 Refer condition 10 of IAFW-2249. The materials and articles, which have been specified
from certain makes/ manufacturers, shall be of makes/ manufactures as specified. If
the manufacturers specified in tender documents make both ISI marked and
conforming to ISI, the materials/articles shall be ISI marked.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No 107

SPECIAL CONDITION (CONTD...)

10.2 The materials and articles, which have not been specified in tender documents by
makes/ manufacturers, shall be as under:-
(a) If ISI marked materials are being manufactured the same shall be ISI
marked. For list of ISI marked manufacturers refer website BIS i.e.
www.bis.org.in.
(b) If ISI marked materials are not being manufactured, the same shall be
conforming to IS specifications.
10.3 Materials of local origin shall be as specified and conforming to samples kept in GE’s
office. The tenderer is advised to inspect sample of materials which are displayed in the
office of GE, before submitting his tender. The tenderer shall be deemed to have
inspected the samples and satisfied himself as to the nature and quality of materials, he
is required to incorporate in the work irrespective of whether he has actually inspected
them or not.
10.4 The contractor shall not procure materials and articles unless the samples are first got
approved from the GE.
10.5 For obtaining sample approval, contractor will download list of BIS marked
manufacturers from BIS site www.bis.org.in. He will select manufacture(s) meeting
contract specifications criteria and handover the report with a request letter to
Engineer-in-Charge with his signature. Engineer-in-Charge will verify its correctness by
visiting the BIS site and process it to GE with his recommendations AE/ JE(QS&C) of
GE will recheck the same from internet, endorse his recommendation and put up for
approval of GE.
10.6 The printout having signature of all concerned including GE will be kept on record and
approval will be conveyed within 7 days of contractor’s request.
10.7 After sample approval GE shall send an e-mail to manufacturer (not the authorised
dealer) intimating him name of firm, approx quantity of material being procured by the
contractor and request the manufacturer to ensure that his product only is purchased
by the contractor from proper authorised source. A printout of the e-mail sent to
manufacturer shall be kept on record duly signed by the GE and a copy thereof will be
sent by post to the manufacturer.
10.8 In cases involving suspected procurement of spurious material purchase vouchers shall
be verified through the manufacturer and proof of payment shall be obtained from the
contractor by Engineer-in-Charge. The payment of such doubtful material shall be
allowed only after GE satisfies himself about the genuineness of material.
10.9 Where no licensee exists for a particular item as per BIS web site, GE will permit
procurement of same conforming to IS from manufacturer to be decided by GE.
10.10 Wherever list of make is included in tender document. These shall supersede the name,
if any, given in particular specifications. However the makes, if any, given in the Sch ‘A’
shall take precedence over make mentioned at other places.
11. HANDING OVER OF SITE
Site for execution of work will be available as soon as the work is awarded. In case it is
not possible to make the entire site available on the award of work, the contractor will
have to arrange his working programme accordingly. No claim whatsoever, for not giving
entire site on award of work and for giving site gradually, will be tenable.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 108

SPECIAL CONDITION (CONTD...)

12. DAMAGE TO THE EXISTING STRUCTURES/WORKS


Any damage to the existing structures, any existing road , underground cables, pipe lines,
drains, and fixtures etc., during the execution of 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.
13. APPROACHES
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 from GE to the
layout of such approaches.
14. ROYALTIES
Reference to condition 14 of IAFW-2249. Quarries are not available on Defence land for
use by the contractor to remove material for use in the works.
15. RELEASE OF ADDITIONAL SECURITY DEPOSIT
Additional security deposit when deposited by the Contractor as per Condition 22 of the
IAFW-2249 shall be released in two stages as under :-
(a) 50% of the additional security deposit shall be released on payment of final bill
provided there are no claims outstanding against the contractor in respect of the
contract in which the additional security is lodged and the final bill is not minus. In the
event of departments claims against the contractor becoming and / or the final bills
under Condition 66 of IAFW-2249 becoming minus the amount of the security deposit
shall be adjusted against the claim due to Government and the balance if any will be
released to the contractor.
(b) Balance 50% of the additional security deposit will be released to the contractor
after expiry of defects liability period as per Condition 68 of IAFW-2249 Provided the
contractor shall first have to render a No Demand Certificate (IAFA-451).
(c) In order to implement the above procedure, the contractor is advised to deposit
the additional security in two equal parts so as to facilitate its release.
(d) The above clause is not applicable to release of earnest money/ security deposit
by a contractor who has not executed the security bond with the department.
16. ALLOTMENT OF LAND FOR STORAGE OF MATERIALS INCLUDING TEMPORARY
SHEDS, ACCOMMODATION OF LABOUR, CANTEEN, FABRICATING WORKSHOP
ETC.
16.1 Refer condition 24 of IAFW-2249. Delete the following in Para 1 of condition 24 of IAFW-
2249, ‘In the event of ……………areas of land allotted to him’ and following shall be read
in conjunction with condition 24 of IAFW-2249.
16.2 The contractor shall be permitted to store his materials including erecting temporary
sheds for cement. The contractor shall pay a licence fee of R 1/- per year or part thereof
in respect of each and every separate area of land allotted to him. No land for erecting
temporary workshops and like and labour huts shall be provided in the MOD land. The
contractor shall make his own arrangements for same outside the MOD land.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No 109

SPECIAL CONDITION (CONTD...)

17 EQUIPMENTS AND MATERIALS


All equipment and materials to be incorporated in the work shall be new and of best of
their kind conforming to the latest IS or in the absence the materials shall conforming
to British or other relevant standard specifications.
18. MINIMUM WAGES PAYABLE
18.1 Refer condition 58 of IAFW-2249. The Contractor shall not pay wages lower than
minimum wages for labour as fixed by the Government of India/ State Govt/ Union
territory, whichever is higher.
18.2 Contractor’s attention is also drawn, amongst other things to the ‘explanations’ to the
schedule of minimum wages referred to above.
18.3 The fair wages referred to in condition 58 of IAFW-2249 will be deemed to be the same
as the minimum wages, referred to above as upto date from time to time.
18.4 Schedule of minimum wages is not enclosed along with tender documents. However
contractor shall be deemed to have verified the minimum fair wages payable as on the
last due date of receipt of tender.
18.5 The contractor shall have no claim whatsoever, if on account of local factor and/ or
regulations, he is required to pay the wages in excess of minimum wages as described
above during the execution of work.
19. OUT OF POCKET EXPENSES
No out of pocket expenses incurred by the tenderer in submitting the tender shall be
reimbursed whether his tender is accepted or not.
20. WATER
20..1 Refer to condition 31 of IAFW-2249. Water will not be supplied by MES to the contractor
and the contractor shall make his own arrangement.
20.2 Water will not be supplied by the MES. The tenderes are advised to visit the site of
works to ascertain availability of water from civil sources or from nearby natural
sources outside MoD land. The contractor shall be allowed, if he so desire, to install
hand pumps, tube walls at site of work at places as approved by Engineer-in-Charge
and nothing shall be charged from the contractor. The contractor shall remove the hand
pumps, tube wells as and when asked to do so by Engineer-in-Charge/GE and in any
case on completion of the work and before issue of completion certificate , unless GE
desires that these hand pumps, tube wells by left in position and the contractor agrees
to do so without claiming cost thereof from department. No compensation whatsoever
shall be admissible to the contractor, if he is required to remove the pumps(s), tubewells
before completion of work. Use of water from such sources shall be permitted only if
found potable after testing and fit for use in this work. The water from such sources
shall be got tested by the contractor from a laboratory approved by the GE, who shall,
after satisfying himself, permit the contractor to use the water from such sources.
Testing charges shall be borne by the contractor. GE shall also carry out the
independent testing of water.
21. SUPPLY OF ELECTRICITY
21.1 Electricity shall not be supplied by the MES.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 110

SPECIAL CONDITION (CONTD...)

22. CONDITION OF WORKING


22.1 UNRESTRICTED AREAS
22.1.1 The work lies in UNRESTRICTED AREA. However, the contractor, his agents, servants,
work people and vehicles can pass through the unit lines in which case the Engineer-in-
Charge shall at his discretion have 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 shall satisfy the Engineer-in-
Charge as to the bonafides of such people. Passes shall be returned at any time on
demand by Engineer-in-Charge and in any case on completion of work. Routine
security checks can be carried out including checks at the time of entry/exit through
unit lines.
22.1.2 The contractor and his work people shall observe all the rules promulgated from the
authority controlling the area in which the work is to be carried out eg prohibition of
smoking, lighting and fire precaution, restricted hours of working etc. Any person found
violating the security rules laid down by the authority, shall be immediately expelled
from the area without assigning any reasons whatsoever and the contractor shall have
no claim on this account. Nothing shall be admissible for any man hours lost on this
account.
23 BLASTING
23.1 Blasting is prohibited
24. LOCATION OF BUILDING AND WORKS
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 what so ever consequent to such changes in the location/ siting of works.
25. WATCH WARD & LIGTHING
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 the Engineer-in-Charge. The contractor shall make
good the damages without any extra cost to Govt failing which reimburse the loss to the
Govt on account of any damage that may occur on this account.
26. CLEANING DOWN
Refer condition 49 of IAFW-2249. The contractor shall clean all floors, remove cement,
lime or paint drops, clean joinery, glass panels etc., Touch up all paint work and carry
out all necessary items of work in connection therewith and have the whole premises
clean and tidy to the entire satisfaction of Engineer-in-Charge before handling the
items/works. No extra payment shall be admissible to the contractor for this operation.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No 111

SPECIAL CONDITION (CONTD...)

27. RETENTION MONEY/ COMPENSATION FOR DELAY


Refer condition 64 and 50 of IAFW-2249. For the purpose of calculating retention money
under condition 64 of IAFW-2249, and compensation for delay under condition 50 of
IAFW-2249, the value of contract as revised by price variation shall be taken into
account.
28. REIMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO
CONTRACT VALUE”
28.1 The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including
Sales tax/ VAT on materials, Sales tax/ VAT on works contracts, turnover tax, Service
tax, Labour welfare cess/tax etc), duties, Royalties, Octroi & Other levies payable under
the respective statutes. No reimbursement/refund for variation in rates of taxes, duties,
Royalties, Octroi & other levies, and /or imposition/abolition of any new/existing taxes,
duties, Royalties, Octroi & other levies shall be made except as provided in Condition
28.2 herein below.
28.2 The taxes which are levied by Government at certain percentage rates of contract sum/
amount shall be termed as “taxes directly related to contract value” such as Sales
tax/VAT on works contracts, Turnover tax, Service tax, Labour welfare cess/ tax and
like but excluding Income tax. The tendered rates shall be deemed to be inclusive of all
“taxes directly related to Contract value” with existing percentage rates as prevailing on
last due date for receipt of tenders. Any increase in percentage rates of “taxes directly
related to Contract value” with reference to prevailing rates on last due date for receipt
of tenders shall be reimbursed to the contractor and any decrease in percentage rates of
“taxes directly related to contract value” with reference to prevailing rates on last due
date for receipt of tenders shall be refunded by the contractor to the Govt/deducted by
the Govt from any payments due to the contractor. Similarly imposition of any new
“taxes directly related to contract value” after the last due date for receipt of tenders
shall be reimbursed to the contractor and abolition of any “taxes directly related to
contract value” prevailing on last due date for receipt of tenders shall be refunded by the
contractor to the Govt/deducted by the Govt from the payments due to the contractor.
28.3 The contractors shall within a reasonable time of his becoming aware of variation in
percentage rates and/ or imposition of any further “taxes directly related to contract
value” give written notice thereof to the GE stating that the same is given pursuant to
this Special Condition, together with all information relating there to which he may be
in a position to supply. The contractors shall also submit the other documentary
proof/information as the GE may require.
28.4 The Contractor shall, for the purpose of this condition keep such books of account and
other documents as are necessary and shall allow inspection of the same by a duly
authorised representative of Government, and shall further, at the request of the GE
furnish, verified in such a manner as the GE may require, any documents so kept and
such other information as the GE may require.
28.5 Reimbursement for increase in percentage rates/imposition of “taxes directly related to
Contract value” shall be made only if contractors necessarily and properly pays
additional “taxes directly related to contract value” to the Government, without getting
the same adjusted against any other tax liability or without getting the same refunded
from the concerned Government Authority and submits documentary proof for the same
as the GE may require.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No : 112

SPECIAL CONDITION (CONTD...)

29. OFFICIAL SECRET ACT: Refer Condition 2-A of IAFW-2249 (General Conditions of
contracts). The contractor shall be bound by the Official Secret Act and particularly
section 5 thereof.
30. SITING OF BUILDINGS/ LAYOUT OF PROVISIONAL ITEMS: No claim shall be
entertained and acceptable for any changes in siting of buildings/ change in layout of
provisional items, if ordered. Adjustment on account of any variation in the quantity or
quality of works will, however be made as a normal deviation but no adjustment will be
made on account of lead and lift.
31. LABOUR REGULATION AND ABOLITION ACT: Contract Labour) Regulation and
Abolition) Act-1970 is applicable to MES Contracts. Rates quoted by the contractor shall
be deemed to take into account the cost etc. required to comply with the provisions
contained in the said Act and the rules framed under the said Act.
32. FOREIGN LABOUR: The Contractor shall employ only Indian Nationals after verifying
their antecedents and loyalty. Foreign Nationals including Labour shall be excluded
from all contracts site(s). Contractor’s attention is also drawn to the provisions
contained in condition 26 of IAFW-2249 and the Official Secret Act, particularly
Section –5 thereof.
33. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION:
(Applicable for works in Operational / Border Areas)
33.1 Contractor’s Plant/ Equipment at site:- The contractor shall furnish to the Engineer-
in-Charge every morning a distribution return of his plants/equipment on the site of
work stating the following particulars :-
(a) Particulars of the plant/equipment, its make, manufacturer’s number,
model number if any, registered number if any, capacity, year of manufacture,
year of purchase etc.
(b) Location indicating number (quantity) at each location on the site of
works(s).
(c) Total number (quantity) on site of work(s).
(d) Purchase value on the date of purchase:- For the purpose of this
condition, plant/equipment shall include vehicles i.e. trucks and lorries but
neither the workman’s tools nor any manually operated tools/equipment. 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.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No : 113

SPECIAL CONDITION (CONTD...)

33.2 If as a result of enemy action, the contractor suffers any loss or damages, the Govt.
shall reimburse to the contractor such loss or damages to the extent and in the manner
herein after provided: -
(a) The loss suffered by him on account of any damage or destruction of his
plant/equipment or materials or any part thereof. The amount of loss assessed
by the Accepting Officer of the contract shall be final and binding.
(b) The compensation paid by him under any law for the time being in force to
any workman employed by him for any injury caused to him or to 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 Contract (IAFW-2249). No
reimbursement shall be made nor shall any compensation be payable under the
above provision unless the contractor had taken air defence precautions ordered
in writing by the GE/OC concerned or in absence of such order, reasonable
precautions. No reimbursement shall be payable nor any compensation be
payable for any plant/equipment or materials not lying at site of work at the time
of enemy action.
34. OCTROI, SALES TAX, SERVICE TAX AND OTHER DUTIES
The tendered rates shall be deemed to include all duties such as octroi, sales tax,
service tax, excise duty etc as referred in Condition 10 of IAFW-2249.
35. INDEMINITY BOND FOR PAYMENT OF LABOUR, WORKMAN EMPLOYED ON
WORKS OR OTHER MONEYS OF TENDER PAYMENTS
The Contractor shall execute indemnity bond with the GE for enforcement of various
enactment like Wages Act 1936, Minimum wages Act 1948, employees liability Act
1938, workmen’s compensation Act 1923 or any other Act or enactment’s related to
indirectly and directly labours employed on works and rules framed there under from
time to time for the time being enforce. In case of non compliance of any of enactment’s
by the contractor, the GE shall be empowered to exercise the powers vested in him as
the principal employer and the amount so not paid to the labour/ workman to be
deducted from the sum become due under this Contract or from other Contracts in
terms of condition 67 of IAFW-2249, General Conditions of Contracts.
36. TESTING OF MATERIALS

36.1 It will be mandatory for the contractors to carry out all the tests specified in Appendix
‘A’ in addition to other tests specified elsewhere such as cement, steel etc in the these
tender documents. Cost of material and transportation to different laboratories will be
borne by the contractor in addition to testing charges given in succeeding Para’s.

36.2 The tests shall be carried in presence of Engineer-in-Charge and the same shall be
signed by Engineer-in-Charge, contractor and the technical person conducting these
tests. Further, the contractor shall submit the test reports to Engineer-in-Charge for
record.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No : 114

SPECIAL CONDITION (CONTD...)

36.3 For ‘A’ level tests indicated in Appendix ‘A’ the contractor may set up site laboratory at
his option. However, in case the contractor has not set up the site laboratory and tests
are carried out in Zonal (CTL Jaipur) or any other laboratory approved/set up by GE,
the recovery shall be made at rates applicable i.e. as given in Appendix ‘A’. In case the
tests are carried out in site lab, the contractor shall employ a competent technical
representative having minimum qualification as Diploma in Civil engineering for
carrying out these tests. This qualified person will be in addition to engineer(s) required
to be employed for supervision of work in pursuant to condition 25 of IAFW-2249.

36.4 For ‘B’ & ‘C’ level tests indicated in Appendix ‘A’, the contractor shall provide all facilities
for testing of materials in Zonal laboratory (CTL Jaipur)/ Govt. Approved laboratories or
test house/Engg Colleges at his own cost. The lump sum / items rates quoted by the
contractor shall deemed to be inclusive of these tests. The contractor shall bear the
actual charges to ‘C’ level tests (to be done in labs other than MES labs) irrespective of
rates indicated in Appendix ‘A’. Wherever it is convenient to get ‘B’ level tests done by
approved tests house/ Engg College, the same can be done at the cost of the contractor
and no separate recoveries will be made by the department for the same.

36.5 Recoveries on account of testing charges wherever applicable shall be effected from the
running account payments due to the contractor payable after completion of respective
tests or whenever the test is due, whichever is earlier.

37 Contractor shall produce original receipted vouchers/ invoices/Bills alongwith test


certificates wherever applicable in respect of following items from the manufacturers
and/or their authorised agents for the full quantity of the following materials, as
applicable as a pre-requisite before submitting claims for payment of advances on
account of the work done and/or materials collected in accordance with condition 64 of
General Conditions of contracts-IAFW-2249.
(i) Ductile iron/Cast iron pipe.
(ii) CI fittings.
(d) Sluice valve.
(iv) Rubber Gasket.
(e) Run lead.
(vi) GI Pipe
(vii) GI fittings.
(viii) Gate valve (Gen Metal).
(ix) Cement

(Signature of Contractor) DCWE (Contracts)


Dated _____________ For Accepting Officer
CA NO: CWE/HSR-16 OF 2023-24 Serial page No. 115
PARTICULAR SPECIFICATIONS
(f) GENERAL

1.1 The works under this contract shall be carried out in accordance with Schedule ‘A’,
Particular Specification and General Specifications and other provisions in the MES
Schedule.
1.2 The Term “General Specifications” referred to in para 1.1 above as well as referred in
IAFW-2249 (General Conditions of Contract) shall mean the specifications contained in
the MES Standard Schedule of Rates – 2009 (Part-I) Specification and MES SSR Part-II
(2010) rates.

1.3 General Rules, Specifications, Special Conditions and all Preambles in the MES
Schedule shall be deemed to be applicable to all works under this contract, unless
mentioned otherwise in these tender documents, in which case specifications in these
tender documents shall take precedence over the aforesaid provisions in the MES
Schedule.

1.4 Where specification for any item of work are not given in MES schedule or in these
particular specifications or drawing, specifications given in the relevant Indian standard
specifications or code practice shall be followed.

1.5 SAMPLES OF MATERIALS (ARTICLES AND RERUIREMENTS)

1.5.1 All materials, articles and equipment incorporated in the work shall be brand new and
shall be procured from the manufacturer’s authorised agents of the manufacturer and
these shall be brought at site in original packing. If any article is manufactured in more
than one quality, the same of first quality shall be provided. These materials shall be
got approved from the GE in writing before placing bulk order for incorporation in the
works. Two samples of each article (Except heavy equipment articles for which the
decision of GE shall be final and binding) shall be produced by the contractor for the
approval of GE well in time, keeping in view the activities agreed in CPM chart. The
approved samples shall be signed by GE as well as contractor representative and shall
be kept in safe custody till the expiry of the defects liability period.

1.5.2 The material, articles and equipment of local origin referred to in SOURCE OF
MATERIAL shall be procured from the sources indicated against each and shall conform
to the quality and the grading specified in SSR/IS.

1.53 The materials, articles and equipments except materials listed in Particular
Specification Section-II here-in-after shall bear ISI certification mark. If ISI marked
materials are not available, then conforming to relevant IS and if conforming to IS are
also not available then these shall be of best quality available in the trade as approved
by the GE. The decision of the GE in this regard shall be final, conclusive and binding.
1.6 MAKING GOOD

1.6.1 The contractor shall cut, leave or form holes, recesses, chases etc, in concrete, brick
work, walls, ceiling, floors and in any other situations as required or as directed by the
Engineer-in-Charge and finish to match the adjoining surfaces.

2 SCOPE OF WORKS: All work mentioned in Schedule ‘A’ and prescribed in particular
specifications is included in the scope of this contract.
CA NO: CWE/HSR-16 OF 2023-24 Serial page No 116
PARTICULAR SPECIFICATIONS (CONTD……)

3. EXCAVATION AND EARTH WORK


3.1 Excavation for laying of pipes, cables etc shall be restricted to dimensions as specified in
MES Schedule and as directed by the Engineer-in-Charge. In the case of excavation in
excess of required depth, the excess depth shall be made good by the contractor in
cement concrete (1:4:8) type D-2 without any extra cost to the Govt.
3.2 Trenches shall be excavated to levels / gradients as directed by the Engineer-in-Charge.
3.3 Excavated earth shall be deposited atleast one metre away from the edge of the
trenches. When roads have to be crossed, trench upto half the width of road shall be
dug at a time and proper notice, signboards and lights shall be displayed and
watchman posted to prevent accident.
3.4 Refilling of earth in trenches shall be done in 25cm thick layers with excavated soil
approved by the Engineer-in-Charge in a manner as to ensure greatest compactness
and solidity. Each layer shall be well rammed. Surplus soil removed as provided in
Schedule ‘A’.
3.5 Soft/loose soil hard/ dense soil and mud shall be classified as “any type of soil”.
3A. PRECONSTRUCTION ANTITERMITE CHEMICAL TREATMENT
Antitermite treatment shall be carried out to bldg as per para 3.7.1 all as specified in
clause 3.26 of MES SSR Part-I except that termite mound treatment if required to be
provided shall be ordered as deviation.

3A.1 The work of antitermite treatment shall be carried out through a specialist firm. The
firm shall meet the following requirements to be approved by the GE before anti termite
treatment work is taken in hand: -
(g) The firm executing the work shall have valid licence for carrying antitermite treatment
as per insecticide act 1962 (as amended from time to time).
(h) The firm shall be a member of IPCA or shall have a satisfactory record of performance.
(i) The person carrying out antitermite treatment shall be qualified as per rule 10
promulgated under insecticide rule 1971.
3A.2 Daily record shall be maintained duly signed by the contractor and Engineer-in-Charge
giving the following details :-

(i) Location of work done

(ii) Name of chemical and its concentration used

(j) Items of the treatment work done (bottom and sides of excavation of masonry wall, back
fill, under plinth protection, top of filling and along external perimeter of
building/plinth protection) and area covered under each item.

(k) Quantity of chemical required for work done during the day and quantity of chemical
actually used.
CA NO: CWE/HSR-16 OF 2023-24 Serial page No 117
PARTICULAR SPECIFICATIONS (CONTD……)

3A.3. The contractor shall give a guarantee of 10 years for the antitermite treatment. The
aforesaid guarantee period of 10 years shall reckon from the certified date of completion
of work.

3A.4 The amount so calculated as per table given below shall be retained out of the
contractor’s bill as security deposit for the guarantee period of 10 years which shall be
refunded to him after expiry of the guarantee period satisfactorily. Alternatively,
contractor may give a separate interest bearing security deposit or bank guarantee bond
to GE valid for 10 years for the sum mentioned above. Security deposit/bank guarantee
bond shall be released after expiry of defects liability period of 10 years as specified. The
contractor may at his discretion furnish fixed deposit receipt for the above amount in
lieu of the security for guarantee period as mentioned:-

Srl Amount of anti-termite treatment work Amount to be retained from


No at contract rate contractor’s dues rounded to
nearest thousand rupees
(i) Up to Rs 50 Lakh 2% of amount subject to minimum
of Rs 5000/- and enhanced by
25%.
(ii) Over Rs 50 Lakh and upto Rs 100 Lakh Rs.100000/- + 1.5% of amount
exceeding Rs.50 Lakh and
enhanced by 25%.
(iii) Over Rs 100 Lakh & upto Rs.500 Lakh Rs.1,75,000/- + 1% of amount
exceeding Rs.100 Lakh and
enhanced by 25%.

3A.5 Should the GE at any time during construction or prior to the expiration of the
guarantee period of 10 years find that the buildings have been infested with termites,
the contractor shall on demand in writing from GE, specifying the building(s)
complained of, notwithstanding that same may have been inadvertently passed, certified
and paid for, forthwith undertake to carry out such treatment as may be necessary to
render the said building(s) free from termite infestation at his own expenses for the
guarantee period of 10 years and in event of his failing to do so within a period to be
specified by the GE in his demand aforesaid, the GE may undertake such treatment at
the risk and expense, in all respect, of the contractor. The liability of the contractor
under this condition shall not extend beyond the guarantee period of 10 years unless
the GE had previously given notice to the contractor. The security deposit referred to in
condition 3.7.4 herein before may be refunded to the contractor after the expiry of the
period of ten years from the certified date of completion by the GE provided always that
the contractor shall first have been paid the final bill and have rendered a no demand
certificate (IAFA-451). Condition 10, 46 and 68 of the General Conditions of Contracts
(IAFW-2249) shall be deemed to be amended to the extent mentioned above.
CA NO: CWE/HSR-16 OF 2023-24 Serial page No 118
PARTICULAR SPECIFICATIONS (CONTD……)

3A.6 Chemicals for antitermite treatment shall be purchased by the contractor from the
manufacturers or their authorised agents only and brought to site in manufacturer’s
sealed containers. Name of the authorised agent shall be verified from the manufacturer
by the GE before approval.
3A.7 The chemical for antitermite treatment brought to site shall be inspected by the
Engineer-in-Charge and the quantity brought to site shall be recorded in the
measurement book 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.
3A.8 The chemical brought to site shall be stored as directed by the Engineer-in-Charge and
those already recorded in the MBs shall be marked for identification.
3A.9 Refer clause 3.26.1 of MES SSR Part-I. Chemical for antitermite treatment shall be
Chloropyriophos (20% EC) ISI 8944 marked.

4. CEMENT:
4.1 Contractor shall procure the cement under his own arrangement for the entire
completion of the work. Provision of condition 10 of IAFW-2249 shall be read in
conjunction with this clause.
4.2 The specifications and other provisions laid down vide Section 4 clause 4.3 of MES
Schedule (Part-I) shall be read in conjunction with the provision contained in the
subsequent paras here-in-after.
4.3 TYPE OF CEMENT:- The cement shall be ordinary Portland cement of grade 43
confirming to IS-8112-1989. However ortland pozzolana cement as per IS-1489-1991
may be used. Portland pozzolana cement shall not be used for over head reservoirs,
underground sumps, prestigious building (to be decided by GE) and building with span
more than 10 meters. In such cases only Ordinary ortland cement shall be used.
4.4 SOURCE OF PROCUREMENT (FOR OPC): Cement shall be procured by the
contractor under his own arrangement and at his own cost from main producers of
cement like (i) The India Cement (ii) Grasim Industries Ltd (iii) Ultra Tech Cement (iv)
The Associated Cement Companies Ltd (v) Dalmia Cement (Bharat) Ltd (vi) Andhra
Cement Ltd (vii) Century Cements (viii) Prism Cement Ltd (ix) Binani Cement Ltd (x) J
K Cement (xi) Mangalam Cement Ltd (xii) Birla Corp Ltd (xiii) Zuari Cement Ltd (xiv)
Lafarge Cement (Lafarge India Pvt Ltd) (xv) Shree Cement (xvi) Madras Cement (xvii)
Jaypee Cement Ltd (xviii)Ambuja Cement Ltd (xix) JK Lakshmi Cement Ltd (xx)
Saurashtra Cement (xxi) Orient Cement. The particulars of the manufacturer of Cement
alongwith the date of manufacture shall be submitted by the contractor separately for
each lot of cement procured. Each lot of cement procured by the contractor shall be
recorded in the measurement book as “Not to be abstracted” and shall be supported
with authentic original purchase vouchers highlighting the makes, batch No., quantity
etc.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No 119
PARTICULAR SPECIFICATIONS (CONTD…)

4.5 PROCUREMENT (FOR PPC): The cement supplied by contractor will be procured from
main producers of cement. The particulars of manufacturers of cement along with the
date of manufacture shall be obtained from the contractor for every lot of cement
separately. The documents in support of purchases of cement shall be verified by the
site staff and GE.
4.6 SOURCE OF PROCUREMENT (FOR PPC): PPC shall be procured from the following
manufacturers:-
(a) The India Cement (h) Prism Cement Ltd (p) Shree Cement

(b) Grasim Industries Ltd (j) Binani Cement Ltd (q) Madras Cement
(c) Ultra Tech Cement (k) J K Cement (r) Jaypee Rewa cement
(d) The Associated Cement (l) Mangalam Cement (s) Ambuja Cement Ltd
Companies Ltd Ltd
(e) Dalmia Cement (Bharat (m) Birla Corp Ltd (t) JK Lakshmi Cement Ltd
Ltd)
(f) Andhra Cement Ltd (n) Zuari Cement Ltd (u) Saurashtra Cement
(g) Century Cements (o) Lafarge Cement (v) Orient Cement
(Lafarge India Pvt
Ltd)

4.7 REQUIREMENT OF PROCUREMENT (FOR PPC): While procuring PPC, the following
requirements shall be ensured and certificate to that effect shall be obtained for each batch from
the manufacturer:-
(a) The quality of fly ash is strictly as per IS 1489 (Part-I) – 2002.
(l) Fly ash is inter-ground with clinker not mixed with clinker.
(m) Dry fly ash is transported in closed containers and stored in silos. Only pneumatic pumping
should be used.
(n) The fly ash is received from thermal power plants using high temperature combustion above
1000 degree centigrade shall be used.
(o) The fly ash content in PCC shall not exceed 25% to ensure consistency.
4.8 Mixing of cement of different type shall not be admissible (Refer Note 1 and 2 under Para 4.3 of
MES Schedule (Part-I) in this connection).
Notes: -
1. In case estimated requirement for entire completion of work is less than 1200 bags,
contractor can procure cement from the authorized distributor/dealers of the approved firms
mentioned here in before. However contractor will have to submit test certificates for the batch
issued by the firm.
2. In case of above the independent testing will be at the option of GE, if the factory test
certificate are produced by the contractor .In a particular case when contractor fails to produce
the factory certificates, testing of cement by GE will be mandatory. However the testing will be
restricted to IS-4031.
3. The Engineer-in-charge will ensure that cement accepted should not be more than two
months old. The week/date of manufacturer of cement is always printed at the bottom end of the
cement bag. The marking of manufacturer date on cement bag is of particular nature and all
official are required to clearly understand the method of marking.
4. Cost of testing, material, transportation etc shall be borne by the contractor without any
extra cost from the Deptt.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No 120

PARTICULAR SPECIFICATIONS (CONTD…)

5. CONCRETE
5.1 Cement shall not be issued under Sch ‘B’ and same shall be procured by the Contractor
under his own arrangement for the entire completion of work.
5.2 COARSE AGGREGATE
Coarse aggregate for all cement concrete work shall be crushed stone. Crushed stone
aggregate shall be obtained from the quarries as mentioned in “Source of Material”.
Coarse aggregate shall be as specified in Clause 4.4.1, 4.4.2, 4.4.3, 4.4.3.1, 4.4.3.2 and
4.4.7.1 of MES Schedule (Part-I).
5.3 FINE AGGREGATE
Fine aggregate for all cement concrete shall be natural coarse sand obtained and shall
be as specified in Clause 4.4.1, 4.4.2, 4.4.3, 4.4.3.1, 4.4.3.2, 4.4.7.2 of MES Schedule
(Part-I) as laid down for grading Zone-II.
5.4 Grading of coarse aggregate unless specified otherwise shall be as given below:-
(a) For all RCC above 30mm thickness - 20mm graded as specified in Para
4.4.7.1 of MES Schedule (Part I).
(b) For PCC work above 30mm and upto - 20mm graded as specified in Para
and including 75mm thickness. 4.4.7.1 of MES Schedule (Part I).

(c) PCC over 75mm thickness - 40mm graded as specified in Para


4.4.7.1 of MES Schedule (Part I).
5.5 MIXING AND CONSOLIDATION OF CONCRETE

5.5.1 All cement concrete shall be mixed in Mechanical mixer.

(p) All reinforced cement concrete shall be consolidated by mechanical vibrators.


Consolidation by tamping may be resorted to with prior permission of GE in writing in
locations where it is not practicable in the opinion of GE to ensure that concrete is not
over vibrated so as to cause segregation.

5.5.3 Precast/cast-in-situ plain cement concrete shall be deposited and rammed by tamping
and punning as specified in para 4.11.10 and 4.11.11 on serial page 65 and 66 of MES
Schedule 2009 (Part-I).

(q) WATER :- Refer clauses 4.9 and 4.9.2 of MES schedule part I.

6. BRICK WORK
6.1 SAND: Refer clause 5.4 of MES Schedule (Part-I).
6.2 BRICKS:
6.2.1 BURNT CLAY BRICK
Burnt bricks shall be as per Clause 5.6 of MES Schedule Part-I and of sub clause ‘B’ of
best quality locally available as per sample kept in GE Office. The bricks shall be of old
size 23 cm x 11.3 cm x 7.5cm nominal size subject to tolerance as specified in clause
5.6.4 of MES Schedule (Part-I). Compressive strength of brick shall not be less than 75
Kg/ Sqcm. Other requirements of bricks shall be as laid down in MES Schedule (Part-I).
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No 121

PARTICULAR SPECIFICATIONS (CONTD…)


6.3 FLY ASH BRICK :-
6.3.1 The burnt clay fly ash bricks shall confirm to IS : 13757(1993) : Specification for burnt
clay fly ash building bricks. The brick shall be sound, compact and uniform in shape.
Bricks shall be free from visible cracks, warpage and organic matter. The bricks shall be
solid and with frog on one of its flat side. The bricks shall have smooth rectangular
faces with sharp corners and shall be uniform in shape and colour. Compressive
strength of fly ash brick shall not be less than 75 Kg/Sqcm. The compressive strength
testing shall be done as per IS : 3495 (Part I) : 1992. The bricks shall be of non modular
size and dimensions of bricks shall be 230 mm (L) x 110 mm (W) x 70 mm (H). General
requirement, tolerance, materials, physical characteristics, sampling & criteria for
conformity, marking etc shall be complied as per IS: 13757 (1993). The bricks shall be
hand or machine moulded.
6.3.2 Water absorption shall not be more than 20% by weight upto class 12.5 and 15% by
weight for higher class. The testing shall be done as per IS-3495(Part-2) : 1992 after
immersion in cold water for 24 hrs.
6.3.3 Efflorescence treatment shall be carried out to brick work as per IS-3495 (1992) Part-3
and as specified here-in-under:-
(r) After initial curing of brick work, the same shall be left to dry for 21 days. The
efflorescence appearing on the brick work shall be brushed and thoroughly washed
with water.
(s) The brick surface then again be left to dry for 30 days and again brushed and washed
with water and again same process is repeated after 45 days.
(t) Finally tamarind solution of concentration as approved by GE shall be applied on the
brick work before plastering.
(u) If above treatment is not suitable for fly ash brick masonry, other suitable type of
treatment as ordered by GE shall be provided without any price adjustment. The
tenderer shall verify the local practice also.
6.4 WORKMANSHIP: Refer clauses 5.19.1, 5.19.2, 5.19.6, 5.19.7, 5.20 to 5.33 of MES
Schedule (Part-I).
7. WOOD WORK & JOINERY
7.1 GENERAL
7.1.1 Timber for wood and joinery shall be as per clause 7.3, 7.4 and 7.5 of MES Schedule
(Part-I).
7.1.2 Seasoning and moisture contents shall be as per Clause 7.6 and 7.7 respectively of MES
Schedule (Part-I). Moisture content shall be as specified for Zone-I.
7.1.3 Species of timber shall be as described in respective item of Schedule ‘A’. Wherever
species of timber is not mentioned, it shall be second class hardwood of Species
Bonsum/Chaplash/Hollock as approved by GE.
CA NO: CWE/HSR-16 OF 2023-24 Serial page No 122
PARTICULAR SPECIFICATIONS (CONTD……)
8. STEEL AND IRON WORK
8.1 GENERAL
8.1.1 All steel including TMT steel bars, structural steel, steel sheets etc for entire completion
of work shall be procured by the contractor at his own cost and shall comply with the
requirement of the following specifications :-
(a) REINFORCEMENT STEEL: Reinforcement steel shall be high strength deformed
steel. The high strength deformed steel bars shall be produced by Thermo Mechanically
Treatment process (TMT steel bars) and shall be of grade Fe 500(D) meeting all other
requirements of IS-1786(amended up to date).

(v) STRUCTURAL STEEL :


(w) Definition of structural steel as given in clause 10.4 of MES Schedule Part-I shall be
applicable. Standard quality steel E 250(Fe 410-W) conforming to IS-2062-2006 shall
be used for all types of steel structures including that subject to dynamic loading.
(ii) Ordinary quality steel Fe 165(Fe 290) conforming to IS:2062-2006 shall
be used for steel doors, steel windows, grills, steel gates, railing, fencing posts
etc.

All steel shall be well and clearly rolled to the dimensions, section and weights
specified. The finished material shall be reasonably free from cracks, surface
flaws, laminations, rough, jagged and imperfect edges and other harmful defects
and shall be finished in a workman-like manner.
(x) GALVANISED STEEL SHEETS (PLAIN AND CORRUGATED) : Unless otherwise
mentioned galvanized steel sheet (plain or corrugated) shall be class VIII conforming to
IS: 277 with minimum average mass of zinc coating(total both sides) as 120 gms
/square metre.

8.2 PROCUREMENT
The TMT bars, structural steel and PGI/CGI shall be procured from main producers or
their authorised dealers . However, tests will not be insisted upon for such steel.

9. STEEL WINDOWS AND VENTILATORS


9.1 All steel windows and ventilators shall be provided to size and dimensions as shown on
drawings and as specified in MES Schedule (Part-I) as per clause 10.25 with
modification specified here-in-after. However, the tests specified in IS-1038 para 6.1.1.2
and 6.1.1.3 need not to be done. Brass fittings where specified shall be amended to read
as pressed steel hot dipped galvanized fittings as per samples kept in GE’s Office.
9.2 All windows and ventilators shall be factory made and conforming IS-1038. These shall
be procured from any one of the manufactures specified here-in-after at the discretion
of contractor.
9.3 Prior to procurement of bulk quantity of windows and ventilators, the contractor shall
produce a sample to GE who shall inspect/ examine the same and after satisfying
himself with regard to the requirements, pass the sample. Bulk procurement shall
commence only after approval of the sample. Quality of entire supply shall be as per
sample.
CA NO: CWE/HSR-16 OF 2023-24 Serial page No 123
PARTICULAR SPECIFICATIONS (CONTD……)

9.4 Striking plates for handle shall be of steel.


9.5 Mastic filling shall be in cement and fine sand mortar (1:3) mixed with 5% crude oil by
weight of cement.
9.6 The sub dividing bars (sash bars) of windows and ventilators shall be provided with
joints specified in IS-1038.
9.7 Friction hinges shall have galvanised steel washers with serrated surfaces so that pin
shall not rotate.
9.8 The base of handles shall incorporate friction device to prevent the handle from
dropping under its own weight and the assembly be so designed that the rotation of
handle will not cause it to unscrew from the pin.
9.9 For fixing projecting type steel hinges, slots shall be cut in the frame to insert the hinges
in side as per IS. The hinges shall be of galvanised steel.
9.10 All factory made steel windows and ventilators shall be provided with
manufacturers name tag as per IS-1038.
10. FLOORING
10.1 GENERALLY:
10.1.1 PCC floor shall be finished even & smooth using extra cement/ without using extra
cement as indicated in Schedule ‘A’.
10.1.2.Cement shall not be issued under Sch ‘B’ and same shall be arranged by contractor at
his own source.
10.2 AGGREGATE:
10.2.1 Coarse aggregate shall be of stone aggregate and fine aggregate shall be of sand as
specified for cement concrete.
10.2.2 Glass dividing strips shall be 3mm thick and 38mm and 22 mm wide as per respective
items of Schedule ‘A’. The top shall be rubbed smooth and finished flush with the top of
the floor.
10.3 WORKMANSHIP: Refer clause 13.25 of MES Schedule (Part-I).

10A. PAVING WITH PRECAST CONCRETE INTERLOCKING PAVER BLOCKS


10A.1 DIMENSIONS: Pre cast blocks shall be of rectangular/ Triangular/ Hexagon/ Zigzag/ I-
shaped as directed by GE. Width and height of chamfered edges measured in horizontal
and vertical projection will be at least 4mm and will not exceed 6mm. Blocks shall be
uniform in shape and shall have no structural faults such as gravel accumulations,
hollows or cracks. Pre cast block shall be fairly straight, flat and rectangular and will
have no burrs or projections.
10A.2 MANUFACTURING: Paving blocks shall be casted in an automatic plant working on
vibration and simultaneous hydraulic compression from top. Paving blocks shall be
procured by the contractor from one of the manufacturer listed in Appendix ‘D’ to
Particular Specification.
CA NO: CWE/HSR-16 OF 2023-24 Serial page No 124
PARTICULAR SPECIFICATIONS (CONTD……)

10A.3 TOLERANCES: Length & width of paving blocks shall be within a tolerance of
±2mm of the nominal dimensions. Thickness of blocks shall be within tolerance of
±3mm of the nominal thickness.
10A.4 MIX OF CONCRETE: Paving blocks shall be manufactured out of M-35/M-40 (Design
Mix) concrete as stipulated in description of item.
10A.5 TESTING: Before incorporation in work, paving blocks shall be tested for their
compressive strength. Frequency of testing shall be as per test criteria fixed for bricks in
Appendix ‘A’.
10A.6 LAYING
10A.6.1 Surface excavation shall be carried out to the required depth and level. Care shall be
taken to provide adequate slope during surface excavation to ensure proper drainage.
Sub base shall be laid to the specified thickness before laying of paving blocks.
Thereafter, brick edging shall be provided to hold the sand and paving blocks in
position.
10A.6.2 Paving blocks shall be laid after laying a layer of sand to the specified thickness evenly
spread over the sub base. Blocks shall be laid in such manner that the same are
properly interlocked and the joint between two adjacent blocks is minimum.

10A.6.3 After laying the paving blocks, a layer of sand shall be spread over the entire area
covered by paving blocks and vibrated by using plate vibrator to fill the joints in the
paving blocks. The excess sand shall be removed using brooms.
10B. PRECAST KERB STONE
10B.1 DIMENSIONS: Precast kerb stone blocks shall be of dimension as mentioned in
Sch Á. Blocks shall be uniform in shape and shall have no structural faults such as
gravel accumulations, hollows or cracks. Pre cast block shall be fairly straight, flat and
will have no burrs or projections.
10B.2 MANUFACTURING: “Kerb stone blocks shall be casted in an automatic plant working
on vibration and simultaneous hydraulic compression from top. It shall be procured by
the contractor from one of the manufacturer listed in Appendix ‘D’ to Particular
Specification.
CA NO: CWE/HSR-16 OF 2023-24 Serial page No 125
PARTICULAR SPECIFICATIONS (CONTD……)

10B.3 TOLERANCES: Length & width of blocks shall be within a tolerance of ±2mm of the
nominal dimensions. Thickness of blocks shall be within tolerance of ±3mm of the
nominal thickness.
10B.4 MIX OF CONCRETE: Kerb stone blocks shall be manufactured out of PCC 1:2:4
concrete.
10B.5 TESTING: Before incorporation in work, Precast kerb stone blocks shall be tested for
their compressive strength. Frequency of testing shall be as per test criteria fixed for
bricks in Appendix ‘A’.
10B.6 LAYING
10B.6.1 Refer clause 20.A.33 of SSR Part-I for laying and finishes of kerb stone blocks.
11. PLASTERING/ POINTING
11.1 Unless otherwise specified in Schedule ‘A’ all plastered surfaces shall be finished even
and smooth with steel trowel without using any extra cement.
11.2 Mix of mortar and thickness of plastering/ pointing shall be as per respective Schedule
‘A’ item.
11.3 Plastering on brick/concrete surfaces including curing shall be carried out as specified
in relevant section of SSR Part-I.
12. WHITE WASHING/COLOUR WASHING

12.1 Lime for white wash/colour wash shall be freshly burnt fat lime (Class (C)) conforming to
IS-712 of 1973, (Specification for building limes). Preparation of colour/white wash
shall be as specified in clause No 15.12 on page 322 & 323 of SSR Part-I.
12.2 Tint/shade shall be approved by GE. Application of white/colour wash and surface
preparation prior to application shall be as specified in relevant section of SSR Part-I.
13. OIL BOUND DISTEMPER(OIL EMULSION DISTEMPER)

13.1 Oil emulsion distemper shall conform to IS-428. It shall be of first quality and from
the firms/manufacturers as specified for paint here-in-before and as approved by GE.
It shall be of colour and shade as approved by GE. For workmanship, refer clause
15.14 and its sub clauses on page 325 and 326 of MES Schedule Part-I.

14. CREOSOTING: Refer clause 17.11.1 and 17.11.2 of MES Schedule Part-I for materials
and workmanship as applicable and as directed.

15. WHITE CEMENT BASED PUTTY : Refer clause 15.19 of SSR Part-I 2009.

16. CEMENT BASED PAINT : It shall conform to IS-5410. Cement based paint shall be of
first quality and from one of the firms/manufacturers mentioned in Appendix ‘D’ as
approved by GE. For workmanship, refer clause 15.15 on page 326 and 327 of MES
Schedule Part-I.
CA NO: CWE/HSR-16 OF 2023-24 Serial page No 126
PARTICULAR SPECIFICATIONS (CONTD……)

17. GLAZING
17.1 SHEET GLASS: Refer para 16.2 of MES Schedule (Part-I). Sheet glass shall be of
ordinary quality/ selected quality as described in Schedule.
17.2 PUTTY : Refer para 16.5 of MES Schedule (Part-I).

17.3 PREPARATION FOR GLAZING : Refer para 16.7.1 to 16.7.5 of MES Schedule (Part-I).
17.4 GLAZING IN STEEL SURROUNDS : Refer para 16.10 of MES Schedule (Part-I).
17.5 CLEANING OF GLAZING : Refer para 16.13 of MES Schedule Part-I.
18. PAINTING
18.1 GENERAL

(y) The work “Paint and/or painting” wherever specified/indicated shown on drg shall be
deemed to be first quality synthetic enamel paint.
18.1.2 The tint of the paint shall be as approved by GE.
(z) The contractor shall use fresh and first quality paint. The contractor shall obtain the
permission of GE in writing well in advance for the makes/brands of paint that he will
use in the work. He shall also submit samples thereof. The synthetic enamel paint
shall be from any of the firms/Brands as mentioned in Appx `D’ and approved by GE.

(aa) The contractor shall, if so required by the GE, produce certificate from the
manufacturers or their representative to establish that the brands of paints used by
him are of the approved make and brand. Paints shall be brought at the site in
manufacturer’s drums with seal intact.

18.1.5 Paints used in priming coat (Primer) under coat and finishing coat shall be of the same
manufacturer. The paints shall be applied, first using vertical strokes until the surfaces
are covered and then brushed cross wise for complete coverage with light strokes so as
to smooth out laps and brush marks and finally laid off with vertical strokes. This
constitutes single coating of paint.

18.1.6 Surfaces of items to be painted shall be passed by the Engineer-in-Charge and marked
as such before each coat is applied. Each coat shall be passed by the Engineer-in-
Charge before next coat is applied.

18.1.7 Unless specified to be treated otherwise in specifications here-in-after, all wooden and
wood based surfaces shall be given the priming coat of pink primer, one under coat and
one finishing coat of synthetic enamel paint. The priming coat of paint shall be applied
before fixing.

18.1.8 All surfaces of iron and steel shall be given one priming coat of red oxide Zinc Chrome,
one under coat and one finishing coat of synthetic enamel paint. Iron and steel work in
reinforcement, galvanised iron or tinned iron work shall however, not be painted.

18.1.8 If the under coat of the paint is not executed within six months after applying the
priming coat of paint, the priming coat shall be redone again by the contractor at no
extra cost to the Govt.
CA NO: CWE/HSR-16 OF 2023-24 Serial page No 127
PARTICULAR SPECIFICATIONS (CONTD……)

19. SPECIFICATION FOR DESIGN MIX CONCRETE


19.1 All plain and reinforced cement concrete shall be as per IS-456(2000)
195.2 MATERIALS
19.2.1 Cement required for completion of this contract shall be as specified hereinbefore.
19.2.2 Fine aggregate (sand) for concrete work shall be coarse sand conforming to materials, specifications
and grading within the limits of grading Zone-II & III of IS-383. Fine aggregate shall be from the
source as mentioned in Appendix ‘A’ and shall conform to IS-383 and to approved sample kept in the
office of GE. The sand shall be stored at site in bins or in dumps. The contractor shall take necessary
precautions to avoid contamination or risk of shovelling up earth or other impurities by keeping sand
over firm level ground as stipulated in IS – 4082.
19.2.3 (a) Coarse aggregate (stone aggregate) for all cement concrete work i.e. RCC/PCC shall be out of
sand/basalt/trap stone of approved quality all as specified in clause 4.4.1 to 4.4.7.1 of MES
Schedule Part-I. Mixture of two types of stone shall not be permitted. Coarse aggregate shall be
from the source as mentioned in Appendix ‘A’ as approved by GE and shall conform to IS-383
and to the sample kept in office of GE.
(b) Coarse aggregate (stone aggregate) shall be machine crushed.
(c) Grading of coarse aggregate (stone aggregate), unless specified otherwise in the specifications
here-in-after, in various location/work i.e. PCC/RCC shall be as specified in MES Schedule Part-I.
(d) Aggregate for lime concrete work shall be of broken bricks all as specified in clause 4.5 of MES
Schedule Part-I.
19.3 BATCHING
(a) The mixing of cement & aggregate for cement concrete for all grades and type of RCC work shall
be done by weigh batching.
(b) The batching shall be as per clause 10.2 of IS 456:2000 and clause 4.11.3 (Excluding provision
vide sub clause 4.11.3.1) of MES SSR Part-I.
(c) The concrete will be mixed in automatic concrete weigh batching plant. The plant will have a
capacity of 12-13 cum/hr (Approximate) with auto feeding system of cement and aggregate. It
will have handle for manual ejection in case of power failure. However, smaller/bigger plant
manufactured by any reputed company capable of giving required output to commensurate the
desired progress shall be brought by the contractor at his own cost.
CA NO: CWE/HSR-16 OF 2023-24 Serial page No 128
PARTICULAR SPECIFICATIONS (CONTD……)
19.4 MIX PROPORTION AND STRENGTH
(a) Strength to be achieved : As per IS-456-2000.
(b) Type of cement : As specified in the tender
(c) Target means strength of Cement concrete : To be taken as per mix designed as per IS-
10262 clause 2.2
(d) Aggregate/cement ration by weight : As per mix design based on IS 10262 and IS-
456-2000
(e) Workability : As per Clause of 7.1 of IS-456-2000 slump
shall be 25mm to 75mm compaction factor
0.85 to 0.92.
(f) Water cement ratio : As per mix design based on IS-10262 and IS-
456-2000
(g) Degree of quality control : Good (Refer Appendix ‘A’ of IS-10262)
(h) Durability : Exposure- Moderate for M-25
(j) Cement content : As per IS-456-2000 but not less than quantity
given below in NOTE.
(k) Type of aggregate : crushed stone aggregate 20mm or as specified.

NOTES
(i) The minimum quantity of cement for M-25 (design mix) and M-30 (design mix) shall be 350
Kg/cum and 370 Kg/Cum respectively. In case cement quantity as per actual design mix
works out less than the above quantity, minimum cement as 350 kg/cum or 370 Kg/Cum as
applicable of concrete will be used without any extra cost to Govt. In case quantity of cement
as per actual design mix is more than the above quantity, the actual quantity as per design mix
shall be used in the work without any extra cost to Govt. The contractor will take into account
this aspect while quoting the tender.
(ii) The rates given in MES schedule for design mix shall be applicable irrespective of the
quantity of cement approved/used in the execution of design mix work. The contractor is
required to keep this aspect in mind while quoting his rates.
(ii) Mix design shall be prepared based on SP-23, handbook on concrete mixes and IS-10262
Recommended guide lines for concrete mix design. No element of wastage of cement shall be
allowed while working out the cement consumption details for design mix concrete work.
19.5 Approval of Design Mix
(i) Soon after commencement of work, contractor shall arrange the design mix for concrete of
applicable grade. Design mix concrete shall be got carried out from National Test House,
SEMT, CEME and Regional Research Laboratories or from any Govt Labs such as IIT Delhi,
NIT Kurushetra, and any other engineering college and recognized laboratory and shall be got
approved from GE before implementation in the work. In case contractor fails to submit the
samples of design mix soon after commencement of work, the delay shall solely be
attributable to the contractor and no claim of whatsoever nature shall be admissible on this
account.
(ii) As soon as possible after receiving the design mix from the above agency same shall be
verified at site by casting and testing the final cubes by GE.
CA NO: CWE/HSR-16 OF 2023-24 Serial page No 129
PARTICULAR SPECIFICATIONS (CONTD……)

(iii) For each design mix seven number of preliminary test cubes of size 15x15x15 cm shall be
made as per clause 2.8, 2.9 and 2.10 of IS-516. The concrete cube shall be tested as per IS-516
at site laboratory. Out of seven cubes three will be tested after seven days (on 8th day) from the
date of casting, three cubes after 28 days from the date of casting and remaining one cube
shall be preserved by the GE for one year after certified date of completion of the work for
any subsequent check.
(iv) The test after seven day (i.e on 8th days) is intended only to give an early indication of the
strength likely to be achieved. The strength thus achieved should be comparable with the
above design mix report with specified design parameter as specified in clause 5.4.
(v) Frequency of sampling shall be as per clause 15 of IS-456. On the result of the above test the
mix actually to be used shall be agreed to and approved by the GE. The approval of the GE
shall not be relieve the contractor of his responsibility for obtaining the required minimum
strength of concrete in the work.
19.6 WATER
Water to be used in this work shall be all as specified in clause 5.4 of IS : 456 of 2000 and in clause
4.9 of MES Schedule Part-I.
19.7 LIME
Lime for mortar in concrete shall be hydraulic lime ( Class ‘A’ ) conforming to IS : 712 1984 in the
form of quick lime.
19.8 SURKHI
Surkhi shall be as specified in clause 4.7 of MES Schedule Part-I.
19.9 The proportion and type of cement concrete and its grading shall be as described in Schedule ‘A
19.10 WORKABILITY OF CONCRETE
Refer to clause 4.11.4 of MES Schedule Part-I.

19.11 Important requirement of reinforced cement concrete/plain cement concrete shall be as under: -
(a) All the materials, workmanship, inspection and testing for cement concrete to be used for
concrete work shall be as per requirements in Section II of IS 456 of 2000.
(b) Testing of concrete cubes shall be got done by contractor either at site laboratory or from
Govt. Engineering College/National test house/Regional research laboratory/ISI approved
laboratory. The cost of all these tests including material and labour consumed, to be
carried out periodically shall be borne by Contractor. In case tests are carried out in MES
laboratory the Contractor shall pay for the cost of these tests at the rates as applicable for
testing as per Appendix ‘D’.
(c) Seven test specimen (concrete cubes) shall be made from each sample, out of which 3
cubes shall be tested for 7 days strength, 3 cubes shall be tested for 28 days strength and 1
cube shall be kept reserved and handed over to Engineer-in-Charge at the time of
completion of work. Engineer-in-Charge will keep the same till completion of defect
liability period. Suitable records shall also be maintained for all cubes.
(d) Samples from fresh concrete shall be taken as per IS:1199 and cubes shall be made, cured
and tested at 28 days in accordance with IS:516. Frequency of sampling concrete shall be
as specified in clause 15 of IS : 456 of 2000.
(e) The test strength of the samples shall be average of the strength of three specimens. The
individual variation should not be more than ± 15% of the average.
CA NO: CWE/HSR-16 OF 2023-24 Serial page No 130
PARTICULAR SPECIFICATIONS (CONTD……)

(f) ACCEPTANCE CRITERIA FOR COMPRESSIVE STRENGTH


The acceptance criteria for the test results of concrete shall be in accordance with clause
16.1 to 16.6 of IS : 456-2000, including the requirements of Table 11 of the IS : 456-
2000.
19.12 MIXING
Refer clause 4.11.5 of MES Schedule Part-I. All cement concrete both plain and reinforced shall
be mixed in mechanical mixer of approved type, deposited and compacted all as specified in
clause 4.11.10 and 4.11.11 of MES Schedule Part-I. However, in exceptional cases involving
small quantity (i.e. the quantity of concrete required being less than one batch of mix), the
Contractor may after prior written permission of the GE adopt hand mix without any price
adjustment.
19.13 TRANSPORTING OF CONCRETE
Refer to clause 4.11.9 of MES Schedule Part-I and Clause 13.1 of IS 456-2000.
19.14 PLACING OF CONCRETE
Refer to clause No 4.11.10 to 4.11.10.3 of MES Schedule Part-I & clause 13.2 of IS 456-2000.
19.15 COMPACTION OF CONCRETE
Refer Clause 13.3 of IS -456-2000. Concrete shall be compacted using mechanical vibrators
complying with IS 2505, IS 2506, IS 2514. Over vibration and under vibration of concrete is
harmful and shall be avoided.
19.16 CURING OF CONCRETE
Refer to clause 4.11.13 of MES Schedule Part-I & clause 13.5 of IS 456 – 2000. Moist curing
shall be done at least for 10 days for all PCC/RCC members.
19.17 FORM WORK
19.17.1 Form work shall be as per clause 7.15 of MES SSR Part-I and shall comply with requirement of
clause 4.11.6 of MES SSR Part-I and notes given in drawing No CEJZ/2004/TD/S-8 sheet 1/6 to
6/6. However period of striking off formwork using PPC shall be as under and if required GE
shall increase the striking off form work period as per site requirement: -

Srl No Location Minimum striking period


1 2 3
(i) Striking off form work from walls, columns and vertical 3 to 4 days
sides of beams.
(ii) Striking off form work from Slabs (Props left under) 14 days
(iii) Striking off form work from Beams soffits (Props left under) 14 days
(iv) Striking off form work, Removal of props to slab/beam
(v) (aa) Spanning up to 6 m 21 days
(ab) Spanning beyond 6 metre to 10 metre 21 days
(excluding 10 metre)
(vi) Striking off form work from for cantilever portion of slab, form work with support shall
be
retained until the completion of the casting of the entire frame work of the building
5.17.2 Only steel formwork both vertical props and other surfaces shall be used.

(Signature of Contractor) DCWE (Contracts)


Dated: _________________ For Accepting Officer
CA NO: CWE/HSR-16 OF 2023-24 Serial page No. 131
SOURCES OF MATERIAL SOURCES OF MATERIAL

Sl. Description of material Sources of material


No.
1 2 3
1. Coarse stone aggregate for all RCC, PCC Khanak/Tosham/Chandigarh
work and hard core

2. Coarse stone aggregate for soling & WBM Khanak/Tosham/Chandigarh

3. Brick and brick tiles Locally best available.

4. Fine aggregate(Sand) for all RCC and PCC Dadupur/ Chandigarh


works, mortar for masonry & plastering/
pointing
5. Stone for stone masonry (Random rubble) Khanak/Tosham/Chandigarh

6. Stone for kerb/edging Khanak/Tosham/Chandigarh

7. Stone chipping for semi dense asphaltic Khanak/Tosham/Chandigarh


concrete
8. Moorum for filling under foundation, Best available (Moorum shall be
under floor, under plinth protection, under obtained/procured from the outside of
drain, road work etc Hisar Municipal area).

NOTES:

1. Sources of material shall be as given in Srl. No. 1 to 8 above or in vicinity thereof. The
tenderer shall ascertain the actual position/exact location of sources before submitting his
tender and no additional payment shall be made on account of any misunderstanding due to
its distance from site of work.
2. The material so brought shall meet the requirements when tested in accordance with
the relevant IS-Code.

(Signature of Contractor) DCWE (Contracts)


Dated: _________________ For Accepting Officer
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 132
APPENDIX `A’ TO PARTICULAR SPECIFICATIONS
MATERIALS AND THEIR TESTS

Ser. Materials Tests Method of Level Rate Remarks


No. Testing Frequency of Tests of per
Tests Test in
Rs.
1 2 3 4 5 6 7 8

1 Bricks (bb) Compressive IS :3495 As per IS : 5454 as given under :- `A’ 180/- Checks for visual
Strength. (Part-II) Lot size Sample size Permissible No. and dimensional
Of defective bricks. characteristics
-do- shall also be
(cc) Water 1001 to 5 0 `A’ 150/- carried out as
Absorption. IS-3495 10000 per IS : 5454
(Part-I) 10001 to 10 0 `A’ 180/-
(iii) Efflorescence 35000
35001 to 15 1
50000

2 Coarse (i) Sieve analysis IS :2386 One test for every 16 Cu.m of aggregate `A’ 120/- LEGEND
aggregate (Part-I) or part thereof brought to site. A - SITE LAB
B - ZONAL LAB
(CTL Jaipur)
C - NATIONAL TEST
HOUSE/SEMT
Wing
Pune/Engg
College.
(dd) Flakiness Index -do- -do- `A’ 90/-

(iii) Estimation of IS-2386 One test for every 100 Cu.m of `A’ 120/-
deleterious materials (Part-I) aggregate or part thereof brought to
site.
(iv) Organic impurities -do- One test per source of supply `C’ 120/-
(v) Moisture Content -do- (Part-II) Regularly as required. `A’ 120/-
(vi) Specific gravity -do- One test for each source of supply `B’ 120/-

(vii) Abrasion value and IS : 2386 One test for 16 cum of aggregate or part `B’ 180/-
impact value (Part – IV) thereof.
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 133
APPENDIX `A’ TO PARTICULAR SPECIFICATIONS (CONTD…..)
MATERIALS AND THEIR TESTS
1 2 3 4 5 6 7 8
3 Fine Aggregate (i) Sieve Analysis IS : 2386 One test for every 15 Cu.m of fine `A’ 180/-
(Part – I) aggregate or part when brought to site
(ee) Test for clay, silt -do-(Part-II) -do- `A’ 90/-
and impurities

(iii) Specific Gravity -do- One for each source of supply `B’ 180/-
(Part-II)
(iv) Moisture Content -do- Regularly as required subject to two `A’ 180/-
(Part-II) tests/day when being used
(v) Test for organic -do- One test for each source of supply `C’ 180/-
impurities (Part-II)
4 Cement (i) Setting time IS : 4031 – Once for each consignment or as and `B’ 180/-
63 affirmed when required
1980
(ff) Soundness -do- -do- `B’ 120/-
(gg) Compressive -do- -do- `B’ 360/-
strength

(iv) Fineness -do- -do- `B’ 120/-

(v) Consistency Test -do- -do- `C’ 140/


5 Structural (i) Slump test or IS : 1199 The minium frequency of sampling of `A’ 180/- Random sampling
Concrete (M-15 compacting factor test or concrete of each grade shall be as shall be carried out
Grade & above). vee-bee time under:- to cover all mix
units.
Qty of Concrete in the work No. Of
Samples
(ii) Compressive Strength IS : 516 1-5 cum 1 `A’ 120/- As per IS:456
6-15 cum 2 clause 14 for
16-30 cum 3 frequency of
31-50 cum 4 sample
51 cum & above 4+1 for each
addnl 50 cum
or part there of
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 134
APPENDIX `A’ TO PARTICULAR SPECIFICATIONS (CONTD…..)
MATERIALS AND THEIR TESTS
1 2 3 4 5 6 7 8
6 (hh) PCC (i) Compressive IS : 2156- 8 block out of 14 `A’ 60/- Sample: 14
block strength 1984 blocks from
for (Appx`B’) consignment of
wallin every 5000
g blocks or part
(Hollow block) thereof.
(ii) Water -do- 3 block out of 14 `B’ 120/-
absorption (Appx ‘E’)

(iii) Density -do- 3 blocks out of 14 `B’ 90/-


(Appx`A’)
(b) PCC solid (i) Compressive IS : 2185 12 blocks out of 18 `A’ 60/- Sample: 18
block for strength blocks from
walling (ii) Water absorption -do- 3 block out of 18 `B’ 120/- consignment of
(iii) Density -do- 3 blocks out of 18 `B’ 120/- every 1000
blocks or part
thereof.
These blocks to
be checked for
dimension and
weight.

7 Cement (jj) Water IS : 1237 6 tiles out of 18 `B’ 180/- Sample of 18 tiles
Flooring tiles/ absorption (Appx`D’) from each source
Terrazzo tiles of supply selected
(ii) Wet transverse IS : 1237 6 tiles out of 18 `B’ 144/- at random.
strength (Appx`E’)
(iii) Resistance to wear IS : 1237 6 tiles out of 18 `C’ 540/-
(Appx`F’)
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 135
APPENDIX `A’ TO PARTICULAR SPECIFICATIONS (CONTD…..)
MATERIALS AND THEIR TESTS

1 2 3 4 5 6 7 8
8 Burnt clay (kk) Water absorption IS : 3495 6 tiles out of 12 `B’ 216/- Sample of 12 tiles
roofing tiles (Part-II) from each source of
(Hand made) as supply selected at
per IS:2690 random
(Part-II) (ii) Compressive strength -do- 6 tiles out of 12 `A’ 180/-
(Part-I)
Length : 150-250 mm
Width : 100-200 mm
Thickness : 35-50 mm

9 Mangalore (ll) Water absorption IS : 654 6 tiles out of 32 `B’ 180/- Sample of 32 tiles
Pattern roofing (Appx`A’) from each consign-
tiles (ii) Breaking Load -do- 6 tiles out of 32 `B’ 120/- ment of 3000 tiles
(Appx`C’) or part thereof.
These tiles shall be
checked for
dimension.
10 Timber (i) Specific gravity and IS:1708 Minimum 3 samples from a lot of 4 `B’ 120/-
weight Cu.m or 250 pieces of seasoned timber

(mm) Moisture content -do- -do- `A’ 120/-

11 Water for (i) Test for Acidity IS:456 and Once at the stage of approval of source `B’ 240/- Also refer clause
construction 3015 of water. 4.3 of IS-456 and
purposes its subsequent sub
(ii) Test for Alkalinity -do- -do- `B’ 240/- clauses regarding
suitability of water

(nn) Test for solid -do- -do- `C’ 300/-


contents
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 136
APPENDIX `A’ TO PARTICULAR SPECIFICATIONS (CONTD…..)
MATERIALS AND THEIR TESTS
1 2 3 4 5 6 7 8
12 Welding of Visual inspection test IS-822 100% by visual inspection Work 360/- Specialised tests
steel work clause 7.1 site their method &
frequency to be
decided on
consideration of
their importance
by the Accepting
Officer.

13 Timber (a) Dimensions, sizes, IS: 1003- Frequency of sampling form each lot `A’ 180/-
panelled and workmanship and (Part-I) shall be as under :-
glazed door/ finish. Lot Size
window Sample Size
shutters 26 to 50 5
including 51 to 100 8
factory made 101 to 150 13
shutters. 151 to 300 20
301 to 500 32
501 to 1000 50
1001 and above 80
(b) Strength Test
(i) Slamming IS:1303
(ii) Impact indentation -do- From each lot 5% of the factory Manufacturer
made shutters shall be tested for
(iii) Shock resistance -do-
strength tests.
(iv) Edge loading. -do-
(oo) Moisture -do-
Content -do-
(vi) ASCU treatment. -do-
(vii) Gluing of joints
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 137
APPENDIX `A’ TO PARTICULAR SPECIFICATIONS (CONTD…..)
MATERIALS AND THEIR TESTS

1 2 3 4 5 6 7 8

14 Plywood (a) Moisture Content IS:1734 Six test pieces cut from each of the `C’ 240/- Sampling shall be
(IS:303) (Part-I) boards selected as per table I shall as per IS-7835
be subjected to tests. tables.

15 Veneered (a) Density IS:2360 Three test specimens from each `C’ 60/- Sampling shall be
Particle Board (Part-III) sample (size 150 mm x 75 mm). as per IS:3487
(Medium with moisture
density) meter .
IS:3097 (b) Moisture content -do- -do- `A’ & 60/-
`B
(c ) Water absorption -do-(Part- -do- but sample size 300 mm x 300 `A’ 60/-
16) mm
(pp) Swelling due to -do-(Part- -do- but sample size 125 mm x 100 `A’ 60/-
surface
17) mm
absorption

(e) Swelling in Water -do- -do- but sample size 200 mm x 100 `A’ 60/-
mm
(f) Modulus of rupture -do-(Part- Three test specimens as per IS:2380 `B’ 90/-
4)
(g) Screw withdrawl -do-(Part- -do- as per IS:2385 `C’ 120/-
strength
4)

Signature of Contractor DCWE (Contracts)


Dated: _________________ For Accepting Officer
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 138
Appendix ‘B’
CEMENT SUPPLY/ACCEPTANCE REGISTER
1. CA No. & Name of work.
2. Control No *
3. Name of Manufacturer/Brand Name/Gde of Cement (a) Manufacture_______(b) Brand_____(c) Grade
4. Qty of cement & lot No/Week No ( in Bags): (Qty________(b) Lot No/Week No._____
5. Manufacturer’s test Certificate No.______
6. Randon Test Details (a) Physical test report from_________ vide their letter No.__________________________
( Name of approved Lab/Engg College)
(qq) Chemical test report from_________ vide their letter No.__________________________
( Name of approved Lab/Engg College
7. Details of Physical & Chemical properties
Srl Details Physical requirements ( As per IS 4031) Chemical requirements (As per IS-4032)
No Compressive

Lime saturation factor (Ratio)


Specific surface area (M²/Kg)

Initial setting Time (Minutes)


Strengths(MPa)

Final setting time (Minutes)


Soundness by Le chatellear

Alumina Iron Ratio (Ratio)


Soundness by Auto Clave

Standard Consistency(%)

Sulphuric Anhydride(%)
Temp during testing °C

Insoluble residue (%)

Loss on ignition(%)
Magnesium(%)
03 Days(Mpa)

28 Days(Mpa)

Chlorides(%)
7 Days(Mpa)

Alkalies(%)
0
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19
1 AS per relevant
IS
2 As per
manufacture’s
test certificate
3 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

CA NO: CWE/HSR-37 OF 2021-22 [[


Serial Page No. 132
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 139
Appendix ‘C’
(Refer to Para 7 of E-in-C’s
Branch letter No
83044/Steel/1777/E2 Des-3
dated 10 Jul 2002
STEEL SUPPLY & ACCEPTANCE REGISTER

1. CA No & Name of work.


2. Control No
3. Name of Manufacturer’s TC No.
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 & Qty (a) Type : TMT/CRS (b) Dia _______ mm (c) Actual Wt_______ MT (d) Conversion wt______ MT

Ser Particulars Chemical Test Mechanical Test


No
Carb Sulp Phosph- Sulphur Mang- Silico Corrosion Wt per Yield Tensile % Elonga- Bend Re- Re-
on % hur orous% + anese n% resistant Metre Stress strengt tion (Min test bend marks
% Phospho % element (N/mm²) h 18%) Test
rus % (N/mm
²)
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

1. AS per IS
1786-2008
2. As per
manufacture’s
test certificate
3. As per
independent
test

Remarks with Signature Accepted/Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer


Remarks of BOO/Inspecting Officer/CWE
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 140
Appendix ‘D’
LIST OF MAKES/MANUFACTURERS OF EQUIPMENTS/MATERIALS
SER MATERIAL NAME OF MANUFACTURERS/BRAND NAME
NO
1. Steel & Iron Works
(a) List of approved (i) Rashtriya Ispat Nigam Limited (RINL)
primary manufacturer (ii) Tata Iron & Steel Company (TISCO & Tata Steel)
of structural steel (iii) Steel Authority of India Limited (SAIL)
(iv) M/s Jai Balaji Industreis Ltd
(v) M/s Shyam Steel Industries Ltd
(vi) M/s SPS Steel Rolling Mills Ltd
(vii) M/s Steel Exchange India Ltd
(viii) M/s Jindal Steel and Power Ltd
(ix) M/s SRMB Srijan Ltd
(x) M/s Concast Steel & Power Ltd
(xi) M/s Adhunik Metaliks Ltd
(xii) M/s Shri Bajrang Power & Ispat Ltd
(xiii) M/s JSW Steel Ltd
(xiv) M/s Electrosteel Steel Ltd
(xv) M/s Jindal Steel and Power Ltd
(xvi) M/s Shyam Metalics & EnergyLtd
(xvii) M/s Kamachi Sponge & Power Corporation Ltd
(b) List of approved (i) M/S K L Steel Pvt Ltd, Post Box No 61 Lalkua,
Secondary Producers Bulandshahar Road Ghazibad (U P )
of Steel work (ii) M/S Kamdhenu Ispat LTD, Bhiwadi, Dist Alwar (Raj)
M/S Barnala Steel Industries LTD, Muzaffar Nagar
(iii) (UP)
M/S Amba Shakti Ispat Ltd, Plot No 6 Phase-II
(iv) Industrial area, Kala Amb Distt –Sirmour -173030 (
HP)
M/S Madhav Udyog PVT LTD, Mandi Gobindgarh,
(v) Punjab.
M/S Rathi Super Steel LTD 11 Tolstoy Marg, New
(vi) Delhi
M/S Tata Steel LTD, Tube division, 5 Sansad Marg,
(vii) New Delhi -110001
M/S Kashi Viswanath Steel LTD, Kashipur, Distt-
(viii) Udham Singh Nagar (Uttaranchal)
M/S Karam Steel Corporation, Nasrali Road, PO Box
(ix) No 56, Mandi, Gobindgarh-147301(PB)
M/S Kashipur Distt Udham Singh Nagar
(x) (Uttaranchal)

(c) Steel windows and (i) M/S Madhu Industries, Bangalore


ventilators, pressed (ii) M/S Shiv Mular, 309, GIDC, B-Road, Phase-I,
steel, door frames, Naroda, Ahmedabad
shutter for cupboards (iii) M/S Ashwini & Sons, Gaziabad
/ wardrobes and steel (iv) M/S Jangid Engineering Works, H-161, Sarna
lockers Doonger, Industrial area, Jaipur (Raj)
(v) M/S Agew steel MFG Pvt Ltd Ahmedabad
(vi) M/S Mohata Engg and Constn Co, Bikaner-334001
(vii) M/S S K Fabrication (India), Bathinda
(viii) M/S Anoop Industries, Meerut
(ix) M/S Godrej & Boyce steel MFG, Mumbai
(x) M/S Raymus structural & Engineering, New Delhi
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 141
Appendix ‘D’ (Contd..)

LIST OF MAKES/MANUFACTURERS OF EQUIPMENTS/MATERIALS (CONTD…..)


(d) Box type mild steel (i) M/S Shree Krishna, Panchkula-134109
window (other than ‘Z’ (ii) M/S Steelmans Industries, Kapurthala, Jalandhar
Section) (Manufacturers (iii) M/S Friends Manufacturing Co, of Kotkapura
should have effective BIS (iv) M/S Evershine Mechanical Works, Bathinda (PB)
licence, Only IS marked (v) M/S Chandan Metal Products (P) Ltd Vadodara
sections to be used for (vi) M/S Ambika Steel Industries, Ahmedabad
steel windows) (vii) M/S S K Fabrication (India), Bathinda
(viii) M/S Anoop Industries, Meerut

(e) CGI Sheets (i) Tata


(ii) Jindal
(iii) SAIL
(iv) Rastriya Ispat
(v) Nippon Denro
(vi) Indian steel Corporation Ltd (Ultratuff)
(f) False Ceiling Boards (i) Gypsum India Ltd
& Grid system (ii) Armstrong
(iii) Bison
(iv) Aerolite
(v) Everest Industries Ltd
2. Flooring (i) Johnson
(a) Ceramic Wall & (ii) Kajaria
Floor and Non-skid (iii) Somany
Ceramic tiles (iv) Asian Granito India Ltd (AGL TILES)
(v) ORIENT BELL MIMITED
(vi) NITCO
(vii) Crystal Ceramic Industries Pvt Ltd
(viii) Swastik Ceracon Ltd (Swastik/Gabon)
(ix) Sunshine tiles Co Pvt Ltd (Sunheart Tiles)
(b) Vitrified Tiles (i) Crystal Ceramic Industries Pvt Ltd
(ii) EURO TILES
(iii) Orient bell limited
(iv) Asian Granito India Ltd (AGL Tiles)
(v) BELL Granito
(vi) Murudeshwar Ceramics
(c) Cement Concrete (i) M/s Mehtab Tiles Rani shopping centre, Bhawar
Interlocking Paver Kuan, Main Road, Indore(MP) -452006
Blocks/Tiles, Pre-cast (ii) Ultra Tiles
kerb stones, Chequered (iii) M/s NITCO Tiles Pvt Ltd, Maker Chambers-III,
& Pre-glazed tiles Mumbai-400021
(iv) Topaz Tiles
(v) M/s Navya Tiles Jodhpur
(vi) M/s Chopdar S-Bees TOJ Cement Product
(vii) M/s Swastic Tiles, F-660, North Extension, MIA
Alwar(Raj)
(viii) SAP Pavers Jodhpur
(ix) Sagar Tiles Saharanpur
(x) Premier Bars Pvt Ltd Jaipur (Unit-II) (PAVCON)
(xi) Sukhi Enterprises (SUKHI)
(d) Metallic Floor (i) IRONITE
(ii) HARDONITE
(e) Tile Adhesive (i) Pidilite Industries Ltd
(ii) Somany Ceramics Ltd (Somany)
(iii) STP Limited, New Delhi
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 142
Appendix ‘D’ (Contd..)

LIST OF MAKES/MANUFACTURERS OF EQUIPMENTS/MATERIALS (CONTD…..)

(f) Mosaic/ Cement (i) Nitco, Mumbai


flooring tiles (ii) Mehtab tiles, Indore
(iii) National tiles
(iv) Bharat tiles & Engg Coy, Bangalore
(v) Duracrete
(vi) Mayur Bhilwara

(g) PVC sheet and Tile (i) Premier Vinyl, Rikvin Floor Ltd, New Delhi- 49
Flooring (ii) Fixopen Machineries Pvt Ltd, New Delhi
(iii) Krishna Vinyl tiles
(iv) Armstrong
(v) Square foot
(vi) Neelkamal
3 Distempering and (i) Berger Paints
Painting (ii) Jenson & Nicholson
(a) Synthetic Enamel (iii) Nerolac Paints
Paint (iv) Shalimar Paints
(v) Asian Paints
(vi) ICI Paint
(vii) Jotun
(viii) Dulux
(ix) Godawari Paints Pvt Ltd
(b) Distemper, Oil (i) Berger Paints
Emulsion (OBD), (ii) Shalimar Paints
acrylic washable (iii) Asian Paints
distemper & Plastic (iv) Nerolac
Emulsion Paint (v) Jenson & Nicolson
(vi) ICI India
(vii) Garware
(viii) Jotun India Pvt Ltd
(ix) Godawari Paints Pvt Ltd

(c) Cement base paint (i) Nerolac


& Cement Putty (ii) Berger paints
(iii) Shalimar paints
(iv) Asian paints
(v) Jenson & Nicholson
(vi) GARWARE
(vii) Jotun India Pvt Ltd
(viii) Godawari Paints Pvt Ltd
(ix) ICI India
(d) Wall care putty (i) Birla wall care putty
(ii) Berger
(iii) Shalimar
(iv) Acrowall guard

(Signature of Contractor) DCWE (Contracts)


Dated : ……………….. For Accepting Officer
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 143

LIST OF DRAWINGS
S.No Description Drg No Sheet No. Date Last date of
revision
1 2 3 4 5 6
1
1 HIGH SECURITY WALL (3.00)M HT.) WITH CEJZ/2011/TD/113 1/2 13.10.11 -
DOUBLE SWAN BECK ANGLE IRON POST
AND CONCENTRINA COIL
2 HIGH SECURITY WALL (3.00)M HT.) WITH CEJZ/2011/TD/113 2/2 13.10.11 11.09.19
DOUBLE SWAN BECK ANGLE IRON POST
AND CONCENTRINA COIL
3 BOUNDARY PILLAR SKETCH ‘A’ - - -
4 STEEL GATE (4.0/4.95/5.45/6.0 M WIDE) TD/2004/13 1/3 08.04.04 29.11.05

STEEL GATE (4.0/4.95/5.45/6.0 M WIDE) TD/2004/13 2/3 08.04.04 29.08.06

(Signature of Contractor) DCWE (Contracts)


Dated : ……………….. For Accepting Officer
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 144
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 145
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No. 146
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No.147
CA NO: CWE/HSR-16 OF 2023-24 Serial Page No.148

(Signature of Contractor) DCWE (Contracts)


Dated : ……………….. For Accepting Officer

You might also like