You are on page 1of 69

CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 1

MILITARY ENGINEER SERVICES


COMMANDER WORKS ENGINEERS (AF), BOWENPALLY POST, SECUNDERABAD- 11
NAME OF WORK :- PROVISION OF PARKING SHED FOR GDOT BUILDING
AND RETRACTABLE SHED OVER SPECTATOR GALLERY
FOR PARADE GROUND AT AFA HYDERABAD.
CONTENTS
Sl. PARTICULARS SL PAGE NOS.
No. FROM TO
1. Contents 1
2. Forwarding letter 2 3

3. Instructions for filling tender documents and uploading 4 7


on website

4. Notice of Tender IAFW-2162 including Appendix "A" to 8 14


Notice of Tender)

5. Authorisation page 15

6. Item rate tender & contracts for works required IAFW- 16 32


1779 A (Revised 1955) including schedule ‘A’ Notes,
Schedule (BOQ in EXCEL SHEET), Schedule ‘B’, ‘C’ & ‘D’,
Tender page.

7. General Conditions of Contracts IAFW-2249 (1989 Print) 33 85


including errata & amendments thereof.
8. Schedule of Minimum Fair Wages 86 95
9. Special Conditions 96 107
10. Particular specifications including list of drawings 108 141

11 Corrigendum to the tender documents

12 Relevant Correspondence

13 Acceptance letter

14 Drawings : NIL Sheets


Total No. of Pages

________________________________ ______________________
SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)
DATED: FOR ACCEPTING OFFICER
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 2

Telephone: 27759988 Military Engineer Services,


Commander Works Engineers (AF),
Bowenpally Post,
SECUNDERABAD - 500 011

86739 / 03 /E8 25 Jan 2024

M/s _________________________
______________________________
______________________________
______________________________

PROVISION OF PARKING SHED FOR GDOT BUILDING AND RETRACTABLE SHED


OVER SPECTATOR GALLERY FOR PARADE GROUND AT AFA HYDERABAD.

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) i.e., upto 1800 hours on 22 Feb 2024. 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 authorised representatives, who have uploaded their quotation bid and
who wish to be present at the time of opening the bids.

4. Your attention is also drawn to instruction on filling and submission of tender attached
herewith. You may forward your points on tender documents and/or depute your
technical representative for discussion on tender/drawings and to clarify doubts, if any,
on or before CLARIFICATION END DATE i.e., upto 1700 hours on 09 Feb 2024. You are
requested not to write piece meal points and forward your points duly consolidated before
due date i.e., upto 1700 hours on 09 Feb 2024.

5. Un-enlisted contractors are required to submit the scanned copies (in ‘pdf’ file) of
documents required as per eligibility criteria mentioned in instructions for filling the
tender documents and Appendix ‘A’ to NIT along with EARNEST MONEY DEPOSIT (EMD)
and tender fee on e-procurement portal and submit the physical documents in the office
of THE COMMANDER WORKS ENGINEERS (AIR FORCE), Bowenpally Post,
Secunderabad – 500 011 within time limit specified in NIT. Inadequacy/ deficiency of
documents shall make the bid liable for rejection resulting in disqualification for opening
of finance bid.

6. (a) Contractor having not executed standing security bond and standing security
deposit in any MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT
(EMD) mentioned in Notice of Tender and shall ensure receipt of hard copy of EMD in the
office of tender issuing authority before date & time fixed for this purpose. In case of
failure to abide by any of these two requirements, the finance bid will not be opened.
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 3

(b) All Contractor (enlisted/unenlisted) would be required to deposit Performance


Security Deposit on acceptance of tender i.e 5% (Five percentage) of the contract sum
within 28 days of Acceptance of the tender.

7. Enlisted contractors of MES shall submit the scanned copies (‘pdf’ file) of enlistment
letter, tender fee and such other documents as mentioned in Appx ‘A’ to NIT on e-
procurement portal and submit physical documents in the office of THE COMMANDER
WORKS ENGINEERS (AIR FORCE), Bowenpally Post, Secunderabad – 500 011 before
date & time fixed for this purpose.

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

9. In view of delays due to system failure or other communication related failures, it is


suggested that the tender/bid be uploaded, if necessary, sufficiently in advance of the last
due date and time fixed.

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

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


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

Yours faithfully,

Encls: (As above)

(Pradip Mukherjee)
LT COL
DCWE (CONTRACTS)
FOR ACCEPTING OFFICER
SIGNATURE OF CONTRACTOR
DATED:
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 4

INSTRUCTIONS FOR UP-LOADING OF TENDER DOCUMENTS TO BE


COMPLIED WITH BY THE TENDERER(S)

1. EARNEST MONEY DEPOSIT (EMD)


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

(a) Deposit at Call Receipt from a Scheduled Bank in favour of GE (AFA) Hyderabad.

(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of
GE (AFA) Hyderabad.

(c) Scanned copies of Earnest Money shall be uploaded along with the e- bid.

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

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 1000 hours on 24 Feb 2024) WILL RENDER
THE BID DISQUALIFIED FOR OPENING OF COVER II (FINANCE BID).

2. PERFORMANCE SECURITY DEPOSIT


CONTRACTORS ENLISTED WITH CHIEF ENGINEER SOUTHERN COMMAND AND
WHO HAVE EXECUTED STANDING SECURITY BOND AND DEPOSITED STANDING
SECURITY DEPOSIT BUT OF LOWER CLASS
CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CHIEF ENGINEER
SOUTHERN COMMAND UNENLISTED CONTRACTORS

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.

If the performance security is provided by the successful Contractor in the form of 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.

Failure of the successful contractor to comply with the requirement of sub-clause 19.1 of
IAFW 2249 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.
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 5

INSTRUCTIONS FOR UP-LOADING OF TENDER DOCUMENTS TO BE


COMPILED WITH BY THE TENDERER(S) (Contd…)
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 any part thereof.

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

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

3. GENERAL INSTRUCTIONS FOR COMPLIANCE

3.1 The bids received only in the electronic form will be considered. All bids shall be
submitted on defproc.gov.in portal. Documents should be scanned and forwarded in
“pdf” form and “xls” form as indicated.

3.2 Bids shall be uploaded on defproc.gov.in portal on or before the bid closing date
mentioned in the tender. No tender/bid in any other electronic or physical form like e-
mail/FAX/by hand/through post will be considered.

3.3 Bid should be DIGITALLY signed using valid DIGITAL SIGNATURE CERTIFICATE (DSC).
All pages of tender documents, corrections/ alterations 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 at all places provided for in the
documents after acceptance. All corrections shall be initialed. The contractor shall initial
on every page of tender and shall sign all drawings forming part of the tender. Any
tender/ bid, which proposes alterations to any of the conditions whatsoever, is liable to be
rejected.
3.6 In the technical bid, a scanned copy of Power of Attorney in favour of the person
uploading the bid using his/her DSC shall be uploaded. In case, the digital signatory
himself is the sole proprietor, scanned copy of an affidavit on stamp paper of appropriate
value to this effect stating that he has authority to bind the firm in all matters pertaining
to contract including the Arbitration Clause, shall be attached in ‘pdf’ form. In case of
partnership concern or a limited company, digital signatory of the bid/tender shall ensure
that he is competent to bind the contractor (through partnership deed, general power of
attorney or Memorandum and Articles of Association of the Company) in all the matters
pertaining to the contracts with Union of India including arbitration clause. A scanned
copy of the documents confirming of such authority shall be attached with the tender/bid
in ‘pdf’ form, if not submitted earlier. The person uploading the bid on behalf of another
partner(s) or on behalf of a firm or company using his DSC shall upload with the
tender/bid a scanned copy (in ‘pdf’ form) or Power of Attorney duly executed in his favour
by such other or all of the Partner(s) or in accordance with constitution of the company in
case of company, stating that he has authority to bind such other person of the firm or
the Company, as the case may be, in all matter pertaining to the contract including the
Arbitration Clause.
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 6

INSTRUCTIONS FOR UP-LOADING OF TENDER DOCUMENTS TO BE


COMPILED WITH BY THE TENDERER(S) (Contd…)

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 starting
specifically that the said person has authority to bind such partners of the firm, or the
Company as the case may be, including the condition relating to Arbitration Clause,
should be uploaded in ‘pdf’ form with the tender/ bid; unless such authority has already
been given to him by the Firm or the Company. It shall be ensured that power of attorney
shall be executed in accordance with the constitution of the company as laid down in its
Memorandum & Article of Association.

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 will 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).

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 BOQ file only. No alteration to the format
will be accepted, else the bid will be disqualified and summarily rejected.

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

4. REVOKATION/ 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. Issue of tender for such Contractors/bidders shall remain suspended till
the aforesaid amount equal to the earnest money is deposited by him in Govt Treasury.
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 project planning for work covered in the scope of tender is 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.
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 7

INSTRUCTIONS FOR UP-LOADING OF TENDER DOCUMENTS TO BE


COMPILED WITH BY THE TENDERER(S) (Contd…)

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. An inability on the
part of the tenderer/ bidder in using the technique will be taken as his technical
inefficiency and will affect his class of enlistment and future prospect/ invitation to
tenders for future works.

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 form part of the contract documents.

7.0 POWER OF ATTORNEY :- 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.”

________________________________ __________________________
SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)
DATED: FOR ACCEPTING OFFICER
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 8

MILITARY ENGINEER SERVICES


NOTICE INVITING TENDER (NIT)
1. A tender is invited for the work as mentioned in Appendix ‘A’ to this NOTICE INVITING
TENDER (NIT).

2. The work is estimated to cost as indicated in aforesaid Appendix ‘A’. This estimate,
however, is not a guarantee and is merely given as a rough guide and if the work cost
more or less, a tenderer/ bidder will have no claim on that account. The tender shall be
based on as mentioned in aforesaid Appendix ‘A’.

3. The work is to be completed within the period as indicated in aforesaid Appendix ‘A; in
accordance with the phasing, if any, indicated in the tender from the date of handing over
site, which will be on or about two weeks after the date of Acceptance of tender.

4. Normally contractors whose name 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 . Contractors whose names
are on the MES approved list of any MES Formation and who have deposited standing
security and have executed standing security bond may also tender/ bid without
depositing Earnest Money along with the tender/ bid and if the tender/ bid submitted by
such a tenderer/ bidder is accepted, the contractor will be required to lodge with the
Accepting Officer concerned the amount of Performance security within twenty eighty
days of the receipt of notification of acceptance of his tender/ bid, Failure of the
successful contractor to comply with the requirement of sub-clause 19.1 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. 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 COMMANDER WORKS ENGINEERS (AIR FORCE), Bowenpally Post,


Secunderabad – 500 011 will be the Accepting Officer here-in- after referred to as
such for the purpose of this contract.

6. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the
tenderer/ bidder on or before the date & time mentioned in NIT. A scanned copy of DD
with enlistment details/ documents shall be uploaded as Packet-1/Cover-1 (‘T’ bid) of the
tender/ bid on e-tendering portal. DD is refundable in case T bid is not accepted
resulting in non-opening of ‘Q’ bid. The applicant contractor shall bear the cost of bank
charges for procuring and for encashment of 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 defproc.gov.in website for download and shall form part of contract agreement in case
the tender/bid is accepted.
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 9

NOTICE INVITING TENDER (NIT)(Contd….)


6.2 In case of contractor who has not executed the Standing Security Bond, the Cover-1 shall
be accompanied with by Earnest Money of amount as mentioned in Appendix ‘A’ in the
form of deposit at call receipt in favour of GE (AFA) Hyderabad by a Scheduled Bank or
in receipted treasury challan the amount being credited to the revenue deposit of the GE
(AFA) Hyderabad.

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

6.4 The GE (AFA) Hyderabad 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 Performance Security Deposit or will retain the same
in part or full on account of Performance security deposit if such a transaction is feasible.

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

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

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

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

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


Rates (see Appendix ‘A’) including amendments and errata thereto.

11. Invitation for e-tender does not constitute any guarantee for validation of ‘T’ bid and
subsequent opening of finance bid of any applicant/ bidder, even of enlisted contractors of
appropriate class, merely by virtue of enclosing DD. Accepting Officer reserves the right
to reject the ‘T’ bid and not open the finance bid of any applicant/bidder. ‘T’ bid
validation shall be decided by the Accepting Officer based on, inter alia, capability of the
firm as per criteria given in Appendix ‘A’ to this NIT. The applicant contractor/bidder will
be informed regarding non-validation of his ‘T’ bid assigning reasons thereof through the
defproc.gov.in website. The applicant contractor/ bidder if he so desires may appeal to
the next higher Engineer authority viz., Chief Engineer (AF) Bengaluru on e-mail id
cezafb2-mes@nic.in with copy to the Accepting Officer on e-mail before the scheduled
date of opening of Finance Bid. The decision of the Next Higher Engineer Authority
(NHEA) shall be final and binding. The contractor/bidder shall not be entitled for any
compensation whatsoever for rejection of his bid.
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 10

NOTICE INVITING TENDER (NIT) (Contd….)


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

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

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

File No. 86739/ 03 /E8 (Pradip Mukherjee)


Lt Col
Dated: 25 Jan 2024 DCWE (CONTRACTS)
for ACCEPTING OFFICER

______________________________
SIGNATURE OF CONTRACTOR
DATED: -
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 11

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)

1 Name of work PROVISION OF PARKING SHED FOR GDOT BUILDING


AND RETRACTABLE SHED OVER SPECTATOR
GALLERY FOR PARADE GROUND AT AFA
HYDERABAD.
2 Estimated Cost 85.00 Lakhs (At Par Market Rates)
3 Period of completion 180 days
4 Cost of tender documents Rs.1000.00 in the shape of DD/ Bankers cheque from any
Nationalised Bank/Schedule Bank in favour of GE (AFA)
Hyderabad and payable at Hyderabad to be submitted in the O/o
The Commander Works Engineers (AF), Bowenpally Post,
Secunderabad- 500 011 along with application and requisite
documents.
5 Website/ portal address www.defproc.gov.in and www.mes.gov.in
6 Type of contract The tender shall be based on IAFW-1779A and General Conditions of
Contract (IAFW-2249) with Schedule ‘A’ (list of items or work) to be
quoted by tenderer against items of schedule ‘A’.
7 Information & Details :
(a) Date of uploading tender on website defproc.gov.in by the 25 Jan 2024 @ 1200 hrs
department
(b) Date of downloading of tender from website by the 25 Jan 2024 @ 1200 hrs
tenderers
(c) Bid submission Start date 15 Feb 2024 @ 1500 hrs
(d) Bid submission End date 22 Feb 2024 @ 1800 hrs
(e) Bid opening date (On or After) 24 Feb 2024 @ 1000 hrs
8 Eligibility Criteria
(A) For MES All contractors enlisted with MES in Class ‘C’ and above and category a (i)
enlisted shall be considered qualified provided they do not carry adverse remarks in
contractors WLR of competent engineer authority. The following documents shall be
scanned and uploaded by the bidder along with bid documents:
(a) An application letter requesting issue of tender.
(b) Enlistment letters along with its enclosures in MES in Class- ‘’C’’
and above, Category ‘ a (i)
(c) Scanned copy of Demand Draft towards the cost of tender.
(d) Scanned copy of permanent allotted EPFO number (OR) Copy
of proof of application for EPF number (Temporary).
(e) Scanned Copy of GST registration number.
(f) Mere uploading of the above documents will not guarantee for opening of
financial bid. The financial bid will be opened after verification of past record
and latest workload remarks of the contractor / firm. No claim whatsoever of
firm on this account will be admissible. Union of India reserves the right to
reject such tenders.
(B) For other (i) Contractor not enlisted with MES should meet the enlistment criteria of 'C'
contractors Class and a (i) category contractor with regard to satisfactorily completion of
requisite value works with Central/State Government/ Central/ State PSUs/ A
WHO/ AFNHB/ CGEWHO / DGMAP, annual turnover, bank solvency, working
capital and other requirements given in Para 1.4 & 1.5 of Section 1 of MES
Manual of Contracts 2020 (including Appx 1.3 attached ) as available in all MES
formations as well as MES website (www.mes.gov.in).
(ii) Not carrying adverse remarks in Work Load Report (WLR) or any other
similar report circulated by any competent authority, if already working in MES.

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


from participating in any bid or for business 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
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 12

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

(B) For other (iv) Details of works completed and under progress in MES be submitted in the following for
contractors
(contd…./) Ser CA NO & Valve of Date of Date of Extended
No Name of CA Commen Completi Date of
Work ce ment on Completi
on

(v) Un-enlisted Contractors who have secured two works in MES should get themselves re
appropriate designated Class with any Registering Authority, else the firm will not b
participation in the tender unless until the firm is enlisted with the MES.

(C) For All (C) Technical PQC Criteria -NA-


Contractors
9 Tender issuing The Commander Works Engineers (AIR FORCE), Bowenpally Post,
and Accepting Secunderabad – 500 011
Officer
10 Executing agency GE (AFA) Hyderabad.
11 Earnest Money Rs.1,52,500/- in favour of GE (AFA) Hyderabad

NOTES:
1. In case after opening of Cover 1, the number of MES enlisted contractors of eligible class as well as
eligible un-enlisted contractors, if any, fulfilling the other eligibility criteria given in NIT is less than
7(Seven), applications in respect of MES Contractors of one and two classes below the eligible class
shall also be considered subject to fulfillment of other eligibility criteria given in the NIT. Therefore
MES contractors, one and two classes below may also bid for this tender. Such contractors
(contractors of one and two classes below the eligible class) shall not be considered in case their
present residual works in hand is more than FIVE TIMES their present tendering limit. However in
case such contractors fulfill the criteria of upgradation to the stipulated eligible class based on past
experience of completed works (individual work experience and / or average annual turnover, as
applicable) and financial soundness (solvency/financial soundness and working capital), the ceiling
of present residual work will not apply and they will be considered for issue of tender. Such bidders
shall upload in their Cover-1 bid details related to residual work in hand like details of work in
hand showing names of work, names of Accepting Officers, Contract amounts, dates of
commencement and completion (stipulated) and progress as on bid submission date. Such
contractors, if claim to fulfill the criteria of upgradation shall also upload the requisite information/
documents in support of upgradation. These details shall be verified by the Tender Issuing
Authority from concerned formations in case bids of such contractors are considered for
evaluation.

If both the details viz residual load and list of works in hand are not uploaded in Cover-1
then the same shall not be asked through shortfall and bid shall not be considered for
opening. If either of the above two details are uploaded only then the other detail shall be
asked through shortfall.

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

3. Unenlisted contractor shall be considered provided he meets the criteria. Foreign firms shall not be
eligible for this tender. However Indian Firms having foreign national / Indian nationals staying
abroad / Indian national having taken foreign citizenship, as director(s) shall be considered subject
to security clearance from the concerned authorities
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 13

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

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 DD /Bankers Cheque toward cost of tender and HMD instrument in case SSD
bond is not signed at the time of registration.

(d) Any other document required as described in this Appendix.

5. Contractors not enlisted with MES will be required to upload following documents in Cover 1
for checking eligibility.

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

(b) Scanned copy of DD/ Bankers cheque toward cost of tender and Earnest Money Deposit
(EMD) instrument.

(c) Copy of Police Verification Report/Police Clearance Certificate/ Character Certificate from
the Police Authority of the area where the registered office of the firm is located/notarized copy of
valid passport of Proprietor/each Partner/each Director.

(d) All documents required for enlistment in MES for the class mentioned in Para 8(b) above as
per Para 1.5 of Section 1 of MES Manual on Contracts 2020 (enclosed as per Annexure).

(e) Details of works being executed in MES, if any.

(f) Any other document required as described in this Appendix.

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

7. Contractors should ensure that their original physical DDs and Earnest Money Deposit (EMD)
instruments (as applicable) reach the office of Accepting Officer within 05 (Five) days of bid
submission end date failing which following action shall be taken.

(a) In case of tenders from an enlisted contractor of MES where scanned copies of requisite DD/
Bankers Cheque towards cost of tender have been uploaded in Cover 1 but physical copies are not
received within the stipulated period, their financial bids (Cover 2) will be opened. However non-
submission of physical copies of cost of tender shall be considered as willful negligence of the
tenderer with ulterior motives and such tenderer shall be banned from bidding for a period of six
months commencing from the date of opening of Financial Bid (Cover (b) 2).

(b) In case of tenders from unenlisted contractor, 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 along with complete address shall be circulated for not opening of their bids for a
period of six months commencing from the date of opening of financial bid (Cover 2)

In case of tenders from enlisted and unenlisted contractors, where scanned copies of instruments
for Earnest Money Deposit (as applicable) have been uploaded in Cover 1 but the same are not
received in physical form within stipulated period, such tenders shall not qualify for opening of
financial bid (Cover 2).
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 14

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

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 date of communication failing which their financial bid (Cover 2) shall
not be opened and contractor shall not have any claim on the same.

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

11. Un-enlisted Contractors who have secured two works in MES should get themselves
registered in the appropriate designated Class with any Registering Authority, else the firm will not
be eligible for participation in the tender unless until the firm is enlisted with the MES.

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

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

File No. 86739/ 03 /E8 (Pradip Mukherjee)


Lt Col
Dated: 25 Jan 2024 DCWE (CONTRACTS)
for ACCEPTING OFFICER
_____________________________
SIGNATURE OF CONTRACTOR
DATED: -
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 15

In lieu of IAFW-1779 A (Revised 1955)


(To be read in conjunction with General Conditions of contracts IAFW-2249, 1989 print)

MILITARY ENGINEER SERVICES


Telephone: 27759988
Commander Works Engineer
(Air force) Bowenpally Post,
SECUNDERABAD - 500 011

No. 86739/ 03 /E8 25 Jan 2024

ITEM RATE TENDER AND CONTRACT FOR WORKS REQUIRED IN EXECUTION


OF “PROVISION OF PARKING SHED FOR GDOT BUILDING AND RETRACTABLE
SHED OVER SPECTATOR GALLERY FOR PARADE GROUND AT AFA
HYDERABAD.”

1. Sarvashri/Shri/M/s ________________________________________________ of
____________________________ are / is hereby authorised to tender for the above work.
The tender is to be uploaded by the tenderer in the defproc.gov.in site before
1800 hours on Jan 2024.

2. Any correspondence concerning this tender should be addressed quoting the


reference 2024_MES_639012_1 to COMMANDER WORKS ENGINEERS (AIR FORCE),
Bowenpally Post, Secunderabad – 500 011.

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT THE


LOWEST OR ANY TENDER

SIGNATURE OF THE OFFICER


ISSUING TENDER
APPOINTMENT: DCWE (CONTRACTS)
Dated: 25 Jan 2024
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 16

SCHEDULE ‘A’
NOTES:
1. The entire work covered under this contract shall be completed within 06 (Six)
Months from the date of commencement. Site for all works will be handed over
simultaneously.
2. For Schedule of items refer BOQ sheet in Excel format.
3. The quantities shown in schedule (BOQ sheet) in column 3 of Sch ‘A’ are
approximate and are inserted as a guide only. They do not constitute any
guarantee of the ultimate quantities which will be ordered on the contractor.
They shall not however be varied beyond the limit laid down in condition 7 of
IAFW- 2249 (General conditions of contract).

4. REVISION OF BOQ
4.1 In case, if the BOQ is revised by the department and if the bidder fails to quote in
revised BOQ (i.e., quoted in previous BOQ), such bid shall be treated as willful
negligence by the bidder and their quotation shall be considered non-bonafide. In
such a case, the lowest tender shall be determined by the lowest amount amongst
the valid/bonafide bids only. The decision of the accepting officer shall be final
and binding whether to re-tender or otherwise and no-claim shall be entertained
in this regard.
5. The contractor shall enter the unit rate in column 6 of BOQ. The unit rates
in figure shall be entered only. Total amount in Column 6 is not firm but will be
treated as the ‘’Contract Sum” referred to in IAFW-2249. Tenderer has to visit the
BOQ pages of tender for quoting the rates of each items of the schedule. The
materials catered in Sch of credit for which details have been made in a separate
schedule and tenderer may study the same before quoting. The amount of
schedule of credit shall be deducted from the Total amount of BOQ. Amended
Contract sum shall be arrived accordingly for finding out L-1.
6. The rates quoted by the tenderers for items under Schedule “A” shall include for
all necessary works required for the entire completion of work as specified.
7. The description of items in Schedule “A” shall be read in conjunction with relevant
specification/preambles contained in MES Schedule unless otherwise specified in
Particular Specifications.
8. The ‘UNIT RATE’ in the Schedule “A” shall be deemed to include for material &
labour complete unless otherwise specified.
9. The unit rates quoted by the tenderer shall be deemed to include for all minor
details of construction / items of work which are obviously and fairly intended but
which may not have been included in these documents but which are essential for
the execution and entire completion of work in accordance with good practice and
recognized principles and making good to match with the adjoining surfaces
required in connection with the works included in various parts of Schedule ‘A’.
The decision of the Accepting Officer to whether it is minor details of construction
/ item of work obviously and fairly intended shall be final, conclusive and binding.
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 17

SCHEDULE ‘A’ NOTES (Contd/-)

10. The tenderer’s quotation shall be deemed to include all taxes, statutory
levies/ duties, such as Octroi, Sales Tax, Excise, Labour welfare tax, Sales Tax on
works contracts, value added Tax (VAT), entry tax etc, as levied by the State
Government payable under respective statues as applicable from time to time. Any
other conditions stipulated by the tenderer regarding Sales Tax on works contracts
or any other taxes/duties will not be considered and such tender shall be liable for
rejection. The Service Tax, Swachh Bharat cess, Labour Welfare Cess and GST
as applicable is LEVIABLE for this work and no claim of contractor, in this
regard, shall be entertained at a later date. The contractor shall note this point
and any condition to this effect will be treated as the CONDITIONAL TENDER and
the tender thus quoted and submitted shall be rejected”.

11. ESCALATION
11.1 The contractors shall note that no escalation is admissible under this
contract.

12. DEFECTS LIABILITY PERIOD

12.1 The defects liability period for this contract shall be 24 (Twenty Four)
Calendar Months from the next date subsequent to the date of completion of work.

13. SPECIAL NOTE:- ( For alternative to natural Sand /river Sand )

13.1 Contractor may use crushed stone sand produced from hard stone having cubical
shaped particles with grounded edges of ground gradation for concrete and
masonry work without any price adjustment in lieu of natural sand/river sand

13.2 Crushed stone sand for concrete work shall conform to to materials
specifications and grading within the limits of grading zones II to III all as specified
in Clause 4.4 to 4.4.7.3 of MES Schedule Part - I.

13.3 Crushed stone sand can be used for plastering with river sand in the ratio of 1:1
without any price adjustment and conforming to IS 1542-1992 and SSR clause of
plastering..

13.4 Contractor may use manufactured sand [crushed stone sand] produced from hard
granite/basalt/black trap stone, having cubical shaped particles with grounded
edges of ground gradation as per IS as applicable in lieu of river sand. In the
market it is known as M-Sand/Robo Sand/I-Sand etc

13.5 While using manufactured sand, the following provision of IS codes shall be borne
in mind:
(a) IS 383:2016: Salient provisions to be followed are as under:

(i) Table 1 [clause 4.2.1): Utilization in lean, plain and reinforced concrete to
the extent as a percent of total mass of fine aggregates.
(ii) Clause 5.7: Additional requirement for all manufactured aggregates as per
table 3 to 6.

(iii) Clause 6.3 & Table 9: Gradation requirement of manufactured sand.


CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 18

SCHEDULE ‘A’ NOTES (Contd/-)

(b) IS 2430: Method of sampling of fine aggregates

(c) IS 2383 [Part I to Part 8): Testing of aggregates

(d) IS 4032 & IS 14959: Chemical tests for aggregates

13.6 Where manufactured sand is used instead of Natural sand, BIS certification will be
insisted from the supplier and following information shall be obtained from the
manufacturer / supplier and kept on record by Engineer-in-Charge:-

a) Source of parent material and brief manufacturing process.

b) Special characteristics having bearing on concrete properties such as presence


of adhered coating in case of Recycled Concrete Aggregates.

c) Service history if any especially name of projects where used and performance.

Note:- 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 of jurisdiction of court of IAFW-2249 shall be
applicable

14.0 Total amount in Column 6 is not firm but will be treated as the “Contract Sum”
referred to in IAFW-2249. Tenderer has to visit the BOQ pages of tender for
quoting the rates of each item of the Schedules.

15.0 ESCALATION :- The contractors shall note that no escalation is admissible under
this contract.

16.0 The subject work is to be executed in Restricted Area.

17.0 In case description of any two or more items of the Schedule ‘A’ is same and
the tenderer quotes different rates for such items, only lowest rate of such
items will be considered for payment upon execution of the items
accordingly.

18.0 CAT Part of certain items have been given in Schedule ‘A’ / BOQ. If
manufacturers stop manufacturing of Particular CAT part item, the contractor will
provide upgraded version of item without any extra cost to the Govt.

______________________________ _________________________
SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)
DATED: For ACCEPTING OFFICER
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 30

SCHEDULE ‘B’

LIST OF MATERIALS TO BE ISSUED TO THE CONTRACTOR


(REFER CONDITION 10 OF 1AFW-2249)

Ser Particulars Unit Rate at Place of issue


No. which by name
materials etc.
will be issued
to Contractor
Rate in `.

NIL

SCHEDULE ‘C’
ISSUE OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL
HIRED TO THE CONTRACTOR
(REFER CONDITION 15, 34 AND 35 OF IAFW-2249)

Sr. Quantity Particu Details of Hire charges Stand by Place of Remarks


No. lars MES Crew per unit per charges per Issue
supplied working day unit per off
day
NIL

SCHEDULE ‘D’

TRANSPORT TO BE HIRED BY THE CONTRACTOR


(REFER CONDITION 16 AND 35 OF IAFW-2249)

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

(SIGNATURE OF CONTRACTOR) DCWE (CONTRACTS)


DATED: FOR ACCEPTING OFFICER
CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 31

TENDER
TO
THE PRESIDENT OF INDIA
Having examined and perused the following: -

1. Specification signed by DCWE (Contracts)

2. Drawing detailed in the list of drawings.

3. Schedule `A', `B', `C' and `D' attached hereto.

4. MES Standard Schedule of Rates 2009 (Part - I Specifications) and Part II (Rates) 2020 (Here-in-after and in
IAFW-2249 referred to as the MES Schedule) with amendment No. 1 to 3 for Part – I (2009) Specifications and
amendment No. 1 to 122 and including section No. 30 (Runway and Pavement) for Part – II (2020) Rates
as applicable to the above said Schedule.

5. General conditions of contract IAFW-2249 (1989 Print) together with amendment No. 1 to 49 and
errata No. 1 to 20.

6. WATER:

Condition 31 of IAFW-2249: GENERAL CONDITIONS OF CONTRACTS.

“Water will not be supplied by the department.’’.


.

7. Should this tender be accepted, I/We ** agree: -

*(a) That the sum of Rs. 1,52,500/- (Rupees One lakh Fifty Two Thousand Five Hundred Only) forwarded as
Earnest Money shall either be retained by the Government on account of the Security Deposit or shall be refunded by
the Government on receipt of the full amount of Security Deposit within time specified in condition 22 of IAFW-2249.

(b) To execute all the works referred to in the said documents upon the terms and conditions contained or referred to
therein and as detailed in General Summary here in after and to carry out such deviations as may be ordered, vide
condition 7 of IAFW-2249 up to a maximum of 10 % (TEN PERCENT) and further agree to refer all disputes as required
by condition 70 of IAFW-2249 to the ‘Sole Arbitrator’, a serving officer having the degree in Engineering or equivalent or
having passed final / Direct final examination of sub-division II of Institution of surveyors (India) New Delhi recognized by
Govt. of India, to be appointed by HQ CESC Pune, or in his absence, the officer officiating as Chief Engineer, if
specifically delegated in writing by Chief Engineer whose decision shall be final, conclusive and binding.

* Delete where not applicable.

** Delete whichever is not applicable.


CA NO : CWE/AF(S)/AFA/Token - 64 OF 2023-2024 Serial Page NO: 32

TENDER (contd.)

Signature ____________________________________in the capacity of ______________________________

duly authorized to sign tender for on behalf of __________________________________________________


(in block capitals)

Witness ____________________ Postal Address__________________________________

Signature___________________ __________________________________

Address ____________________ Telegraphic Address _____________________________

____________________________ ______________________________

ACCEPTANCE
____________alterations have been made in this document and as evidence that these alterations were made
before the execution of the contract agreement, the contractor and Shri Pradip Mukherjee , LT COL, DCWE
(CONTRACTS) have been initialed these. The said officer’s is / are hereby authorized to sign and initial on my
behalf of the documents forming part of the contract.

The above tender is / was accepted by me on behalf of the President of India for the contract sum of

Rs. ____________________________________ (Rupees ___________________________________________

_______________________________________________________________________________________Only).

on the __________________________ day of _________________________________________Month of 2024

Signature____________________________ dated this _________________ day of ____________________2024

APPOINTMENT: ACCEPTING OFFICER


COMMANDER WORKS ENGINEERS
AIR FORCE, BOWENPALLY POST
SECUNDERABAD - 500 011
(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)
CA NO: CWE/AF(S)/AFA/ Token No: 64 OF 2023-2024 SERIAL PAGE NO: 33 to 85

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

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

A copy of the MES GENERAL CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT) with
errata No. 1 to 20 and amendment No 1 to 48 has been supplied to *me/us and is in *my/our
possession. I/We have read and understood the provisions contained in the aforesaid
GENERAL CONDITIONS OF CONTRACTS before submission of this tender and *I/We agree
that *I/We shall abide by the terms and conditions thereof, as modified, if any, elsewhere in
these tender documents.

It is hereby further agreed and declared by *me/us, that the General Conditions of Contracts
(IAFW-2249-1989 print) including condition 70 thereof pertaining to settlement of disputes by
Arbitration and Conciliation Act (1996) and containing 33 Pages (Serial Page Nos. 33 to 65)
with errata 1 to 20 and amendment Nos 1 to 49 containing 20 Pages (Serial Page No. 66 to
85) form part of these tender documents.

*MY/OUR signature here under is deemed to * MY/OUR having signed the aforesaid General
Conditions of Contract together with errata and amendments (IAFW-2249, 1989 Print) forming
part of tender.

Note :- It is clarified that in case of difference on interpretation due to wordings of English and
Hindi versions, the English version will prevail as per Article 348 of the Constitution of India as
clarified vide CS/MS - 17 letter No. 96019 / GS / MT - 17 dated 13 Oct 89

SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)


DATED__________________ FOR ACCEPTING OFFICER
CA NO: CWE/AF(S)/AFA/ Token No: 64 OF 2023-2024 SERIAL PAGE NO: 86 to 95

SCHEDULE OF MINIMUM FAIR WAGES

It is hereby agreed that the "Schedule of Minimum Fair Wages" (SMFW) as


published vide Government of India Notification dated *10 Mar 92 comprising 10 pages
(Revised up to date) 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.

SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)


DATED__________________ FOR ACCEPTING OFFICER

NOTES:-

(i) “Schedule of Minimum Fair wages” is not enclosed, along with tender but
the contractor is deemed to have full knowledge regarding the minimum wages
payable to labourers as legally effective on the date of submission of tender
and his tendered rates shall be deemed to have been based on this (For the
purpose of re-imbursement of PV for wage escalation of labour the minimum
wages legally effective on the date of receipt of tender shall be the basis). 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"
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 96

SPECIAL CONDITIONS
1. GENERAL
1.1 The following Special Conditions shall be read in conjunction with General Conditions of
Contacts (IAFW-2249) and IAFW -2159 (Revised 1947) / IAFW-1779A (Revised 1955 as
applicable including errata/amendments thereto. Any provision in these Special
Conditions, if at variance with provisions in the above mentioned documents, Special
Conditions specified hereinafter shall take precedence there over.

2. SECURITY AND PASSES ETC


2.1 Contractor’s attention is invited to condition 25 of IAFW-2249. He shall employ only
Indian Nationals after verifying their antecedent and loyalty. He shall, on demand, by
the Engineer-in-charge, submit a list of his agents, employees and work people
concerned and shall satisfy the Engineer-in-charge, as to the bonafides of such people.
2.2 The Engineer-in-charge shall, at his discretion have the right to issue passes, as per
rules, and regulations of the installation/area in force to control the admission of the
contractor, his agents, employees and work people to site of the work or any part
thereof. Passes shall be returned at any time, on demand by Engineer-in-charge or the
authorities concerned and in all cases, on completion of work.
2.3 The Contractors and his agent, employees and work people shall observe all the rules
promulgated by the authorities controlling the installation/area in which work is to be
carried out e.g., prohibition of smoking and lighting, fire precautions , search of persons
on entry and exit keeping to specific routes observing specified timing etc. Nothing
extra shall be admissible for any man-hour etc., lost on this account.

3. SECURITY OF CLASSIFIED DOCUMENTS


3.1 Contractor’s special attention is drawn to condition 2A and 3 of General Conditions of
contracts IAFW 2249. The contractor shall not communicate any classified information
regarding the works either to subcontractor or others without prior approval of the
Engineer-in-Charge. The contractor shall not make copies of the design/drawings and
other documents furnished to him in respect of works and he shall return all
documents on completion 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 Condition of Contracts IAFW-2249.

4. INSPECTION OF SITE
4.1 For the purpose of inspection of site, the tenderer is advised to contact the Garrison
Engineer and visit the site of works with his permission. The tenderer shall be deemed
to have inspected and examined the sites and its surrounding whether or not he
actually visits it/ these and to have satisfied himself before submitting his tender as to
the nature of the ground and soil (so far as practicable), the nature of work and
materials necessary for completing work and the means access to the site, the
accommodation be may require and in general shall be deemed to have obtained all
necessary information on inspection of site as to risks, contingencies and other
circumstances which may influences or affect his tender.
4.2 No extra payment consequent on any mistake or misunderstanding or otherwise on this
account will be allowed. Contractor shall make suitable approaches to convey men,
materials, plants and machinery required for the satisfactory completion of work. On
completion of work the site shall be cleared of all temporary approaches. Tendered
rates shall interalia be deemed to include for the said approaches.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 97

SPECIAL CONDITIONS (contd…)


5. SAMPLE OF MATERIALS
5.1 Refer condition 10 of IAFW-2249 and clause 1.6 and 1.7 of MES Schedule
Part- I.

5.2 Materials provided by the contractor for incorporation in the work shall be of
make as given in Particular Specifications.

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

5.4 The tenderer is advised to inspect the 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
actually inspected them or not.
5.5 The order of precedence for acceptance of materials shall be as under:-
(a) Materials of makes as given in Schedule ‘A’.
(b) Materials of makes given in Particular Specifications.
(c) Materials whose makes are not given in Schedule ‘A’/Particular
Specifications, then such material shall be ISI marking. IS means Indian
Standards as issued by the Bureau of Indian Standards. Wherever in the
specifications IS is referred to, it means the edition with all amendments,
current on the due date of receipt of the tender documents. In case of non
manufacture of ISI marked materials, materials shall confirm to relevant
ISI.
(d) In case of non-availability of materials at (a) & (b) above, best available
materials in the market as desired in clause 1.3 (b) of SSR 2009 Part I and
approved by GE.

6. ADMISSION TO SITE

6.1 Delete the following from lines 5 to 9 sub-para (I) of condition of IAFW-2249. ‘In the
event of areas of land …………… Land allotted to him’ and insert as under:-
The Contractor shall be allotted at nominal rent, the area as approved by the GE for the
purpose of erection of temporary work shops, stores etc. Plot of Land so allotted shall
not be used for accommodation of labour camp and canteen for which the contractor
shall make his own arrangement at his expense “.
6.2 The areas as occupied shall be vacated by the certified date of completion of site of work
shall be cleared as stipulated in Condition-49 of IAFW-2249.

6.3 The persons who are directly employed by the contractor for the purpose of execution of
work shall only be allowed to stay and work in these areas. The contractor shall ensure
that outsiders who are not directly connected with the work do not stay in this area. GE
shall exercise proper check for the same.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 98

SPECIAL CONDITIONS (contd…)

6.4 The contractor shall ensure proper sanitation of the area to the satisfaction of the
Engineer-in-Charge.
7. CONDITIONS OF WORKING IN RESTRICTED AREAS
7.1 Work under this contract lies in Restricted Areas.
7.2. VISIT TO SITE WITHIN THE RESTRICTED AREAS
7.2.1 Permission to enter the restricted areas at the time of submission of tenders can be
obtained through the Garrison Engineer. Tenders are advised to send prior intimation
by their agents, representative etc., if any dates and time of their proposed visit so that
necessary arrangement may be made by to secure admission. Whether a tenderer visits
the site or not he shall be deemed to have full knowledge of the restriction of entering
into/exit from the working within the restricted areas.
7.3 ENTRY/EXIT
7.3.1 The contractor or his agent (s)/representatives, workmen etc, and his materials, carts,
trucks or other means of transport etc, will be allowed to enter through and leave only
from search gate or gates and at such times as the GE or authorities in charge of the
Restricted Areas may at their sole discretion permit to be used. The contractor’s
authorised representative is required to be present at the place entry and exit for the
purpose of identifying his carts, trucks etc, to the personal in-charge of the security of
Restricted Areas.
7.4 IDENTITY CARDS OR PASSES
7.4.1 The contractor, his agents and representative are required individually to be in
possession of identity cards or pass duly verified by the Police Department. The identity
cards or pass will be examined by the Security staff at the time of entry into or exit from
the Restricted Area and also at any time or number of times inside the Restricted Area.
7.5 IDENTITY OF WORKMEN
7.5.1 Every workmen shall be in possession of an Identity Card. The Identity Card will be
issued after thorough investigation of the antecedents of the labourers of the contractors
and attested by the Office-in-Charge of the Unit concerned in accordance with the
Standing rule and regulations of the Units.
7.5.2 Contractor shall be responsible for the conduct and action of his workman, agent and
representatives.
7.6 SEARCH
7.6.1 Thorough search of all person and transports shall be carried out at each gate and for
as many times as a gate pass issued for entry or exit and may also be carried out any
time or any number of times at the work within the restricted Area.
7.7 FEMALE SEARCHER
7.7.1 If the contractor desires to employ labour on works to be carried out inside the area of
a factory, Depot, Park etc, and a female searcher is not borne on the authorised
strength of the factory, Depot, Park etc, at the time of submission of the tender, he shall
deemed to have allowed in his tender for pay and allowances etc, for a female searcher
(Class IV Servant/Group “D” ) calculated for the period, female labour during any
month and female searcher (s) has/have been to be employed in addition to the
authorised strength of the factory, Depot, Park etc, salary and allowance paid to the
additional female searcher (s) shall be distributed on an equitable basis between the
contractors employing female labour taking into consideration the value and period of
completion of their contracts. The GE’s decision in regard to the amount recovered on
this account from any contractors shall be final and binding.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 99

SPECIAL CONDITIONS (contd…)


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

7.8.2 The exact hours, days and non-working days observed for the restricted area, where
works are to be carried out shall be deemed to have be ascertained by the contractor
before submitting his tender. The tenderers attention is invited to the fact that the total
number of working hours for a unit are prescribed in regulations and they cannot be
increased by the GARRISON ENGINEER.

7.8.3 Contractor’s materials, transport etc, shall normally be permitted to go out of the area
between 9 AM to 5 PM.

7.8.4 Contractor may also be allowed to carry out the work beyond 5 PM and up to 6 AM (Day
& Night) but however, no movements of materials and transport out of site of works
shall be permitted during night unless special permission obtained from the
factory/unit authorities.

7.9 WORK ON HOLIDAYS


7.9.1 The contractor shall not carry out any work in gazetted holidays, weekly holidays and
other non-working days except when he is specially authorised in writing to do so by the
Garrison Engineer. The Garrison Engineer may at his sole discretion, declare any day
as holiday or non-working day without assigning any reason for such declaration.

7.10 ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORKS


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

7.11 FIRE PRECAUTIONS


7.11.1 The contractor his agents, representative, workman etc, shall strictly observe the orders
pertaining to fire precautions prevailing within the restricted area.
7.11.2 Motor transport vehicles, if any allowed by authorities to enter the restricted area, must
be fitted with serviceable fire extinguisher.

8. MINIMUM WAGES PAYABLE TO LABOUR


8.1 Refer condition 58 of General conditions of contacts IAFW-2249. The contractor shall
have no claim whatsoever if no account of any local regulations or otherwise he is
required to pay wages in excess of the minimum wages shown in schedule of minimum
wages. Schedule of minimum wages is not enclosed along with the tender and the
contractor is deemed to have full knowledge regarding the minimum wages payable to
the labourers as legally effective on the date of submission of tender irrespective of the
fact that Gazette Notification may not have been published or that he was unaware of
the increases in minimum wages. The minimum wages legally effective as referred to
above are the minimum wages notified in Gazette or governed by any local regulations
whichever is higher.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 100

SPECIAL CONDITIONS (contd…)

9. CONTROCTORS REPRESENTATIVES, AGENTS AND WORKMEN

9.1 The contractor shall employ only Indian Nationals as his representatives, servants and
workman and verify their antecedents and loyalty before employing them for the work.
He shall ensure that no person doubtful antecedents and nationalities is in any way
associated with the works. If for reasons of technical collaboration or other
consideration the employment of foreign nationals is unavoidable the contractor shall
furnish the particulars to this effect to the Accepting Officer at the time of submission of
the tender. The GE shall order the contractor to cease to employ in connection with this
contract any representatives, agents, servants, and workman or employ whose
continued employed in his opinion is undesirable. The contractor shall not be allowed
any compensation this account.

9.2 CORRESPONDENCE ON TENDER

9.2.1 The entire correspondence in tendering process i.e., from the date of downloading of
tender by the tenderer from MES tendering website till acceptance of tender shall be
done specifically by mentioning the TENDER ID.

10. PERIOD FOR KEEPING THE TENDER OPEN (VALIDITY OF BIDS)

10.1 The tender shall remain open for acceptance i.e., validity of bids shall be for a period of
60 days and shall commence from the next date subsequent to bid submission end
date.

11. SIGNING ON CONTRACT DOCUMENTS

11.1 The person signing the tender on behalf of another or on behalf of a Firm shall attach
with the tender a proper power of attorney duly executed in his favour by such other
person or by all the parties stating that he has authority to bind such other persons or
the Firm as the case may be in all matters pertaining to the contract including the
arbitration clause.

12. OUT OF POCKET EXPENSES

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

13. TIME AND PROGRESS CHART

13.1 Time and progress chart to be prepared as per condition-11 of IAFW -2249(General
Condition of Contracts) shall consist of detailed work analysis and a time schedule. The
critical path net work will be drawn jointly by GE and the contractor soon after
acceptance of the tender. The time scheduling of the activities will be done by the GE
and the contractor, so as to finish the work within the stipulated time. On completion of
the time schedule, a firm calendar date will be prepared and submitted by the
contractor to the GE who will approve it after due scrutiny. The Schedule will be
submitted in four copies within two weeks from the date of handing over the site.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 101

SPECIAL CONDITIONS (contd…)

13.2 During the currency of the work, contractor is expected to adhere to the time schedule
and this adherence will be a part of the contractor’s performance under the contract.
During the execution of the work contractor is expected to participate in the review and
updating of the network under taken by the GE. These reviews may be undertaken at
the discretion of the GE either as periodically appraisal measure or when the quantum
of work on the contract is substantially charged through deviation order or
amendments. As revision of the time schedule as result of the review will be submitted
by the contractor to the GE within a week who will approve it after due scrutiny. The
contractor will adhere to the revised time schedule thereafter. In case of contractor not
agreeing to revised schedule, the same will be referred to the Accepting Officer whose
decision will be final, conclusion and binding. GE’s approval to the revised schedule
resulting a compilation date beyond the stipulated date of completion shall not
automatically amount of grant of extension of time. Extension of time shall be
considered and decided by the appropriate authorities mentioned in condition-11 of
IAFW-2249 and separately regulated.
13.3 Contractor is expected to mobiles and employ sufficient resources to achieve the
detailed schedule within the broad frame work of the accepted method of working and
safety. No additional payment will be made to the contractor for multiple shift work or
other incentive methods contemplated by him in his work schedule, even though the
time schedule is approved by the Department.
14. CO-OPERATION WITH OTHER AGENCIES
14.1 The contractor is required to work in close co-operation and he shall permit free access
and generally afford reasonable facilities to other agencies to departmental workmen etc,
working in the same area which may operate here-in-after and during currency of the
contract. The contractor’s quoted amount/rates shall be deemed to cater for all the
above contingencies and nothing extra shall be admissible on this account.
15. CLEANING DOWN
15.1 The contractor shall clean al floors, remove cement / lime / paint drops, clean joinery,
glass etc, touch up all painters’ work and carry out all other necessary items of works to
make the premises clean and tidy before handing over the buildings.
16. WATER SUPPLY
16.1 Water will not be supplied by MES. Contractor will be permitted to provide bore wells
or shallow wells at his own cost within the Government land with the prior written
permission of GE and no charge shall be levied against the contractor for water drawn
from such well (s). The contractor shall make his own arrangements for storing the
water required for the works, Labour and workmen etc, at his own expenses. Any such
well (s) shall become the property to the Government after completion of the work under
the contract and the contractor shall have no claim whatsoever on this account.
However cement will not be issued for construction of such wells. Further the
contractor shall close the well (s) on completion of work if so ordered by GE without any
extra cost to Government.
17. ELECTRIC SUPPLY
17.1 In case the contractor desires to buy electricity from MES it will be supplied at point(s)
shown on site plan.
17.2 Electric supply shall be 415/230 volts, 50 cycles, three phase AC supply.
17.3 The contractor shall be charge for electric energy consumed at Rs 19.75 per Unit
(KWH) for lighting and power.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 102

SPECIAL CONDITIONS (contd…)

17.4 The above rates are all India flat rates. Duties and / or taxes if any, levied by State
Government and /or any Electricity undertaking and the hike on the electricity charges
will be borne by the Department.

17.5 Electricity shall be supplied from main switches. Main switches and KWH meter to
register the power supplies shall be provide and installed by MES. All other fittings,
cable, switches, connections etc. for distribution and supply of electricity form main
switch to work site shall be arranged by the contractor at his own cost according to
India Electricity Rules and along the routes approved by the GE. The GE shall have free
access to inspect all installations, connections, devices for consuming the electricity and
if these are not found satisfactory the GE shall have the power to get these
disconnected.

17.6 Supply of electricity shall be during the hours as decided by the GE, however MES does
not guarantee the continuity of supply and no compensation shall occur to the
contractor for the supply becoming intermittent or if the there is any breakdown for any
reason.

17.7 Electricity from meter shall be extended by the contractor with cables only to the work
site(s). Extension with bare conductors will not be allowed for this purpose. The
contractor shall obtain prior written permission from the concerned authorities for
availing power. Type of supply will AC.
18. RECORD OF CONSUMPTION OF CEMENT
18.1 For the purpose of keeping record of cement consumed in works, the contractor shall
maintain a properly bound register in the form approved by the Engineer-in-Charge
showing quantity used in works and balance in hand. This register shall be signed daily
by the contractor’s representative and Engineer-in-Charge in token of their verification
of its correctness. The check will not, however absolve the contractor or his
responsibility to justify the consumption of cement at the time of finalization of his
account.

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

18.3 Cement stores shall be doubled locked, one by the department and the other by the
contractor so that both their preventatives are available at the time of opening / closing
shed.
19. AVAILABILITY OF QUARRY
19.1 Delete the existing description of Condition-14 of IAFW-2249 and insert the following:
“No quarries on Defence land are available.”

20. DAMAGE TO EXISTING STRUCTURE/BUILDING


20.1 Any damage done to the existing structure during the execution of works shall be made
good by the contractor his own cost and site of work left clean and tidy on completion.
Rectification or reinstatement making good etc., shall conform to the standard of
materials originally used in the work and finished work shall match with the existing
work in all respects to the entire satisfaction of the GE. In case any dispute on this
account, the matter shall be referred to the CWE whose decision in writing shall be final
and binding.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 103

SPECIAL CONDITIONS (contd…)

21. LEVIES & TAXES


21.1 The tenderer shall note and ensure that their tendered rates are inclusive of all
statutory levies including sales tax on works contracts. The tenderers shall also note
that conditional tenders regarding sales tax on works contracts will NOT be considered
and are liable to be rejected.

22. DEDUCTION OF GST ON WORKS CONTRACT AT SOURCE


22.1 In terms of state Govt. sales tax rules in vogue and as promulgated/amended form time
to time, GST on works contract will be recovered at source from the payments to be
made to the contractor at the rate as fixed by the state Govt. wherever applicable.

23. CONSTRUCTION LABOUR WELFARE TAX


23.1 Consequent upon promulgation of Ordinance by the President of India, contractors shall
be liable to pay element for construction labour welfare tax if any and the quoted rates
shall be deemed to be included of this element, and no extra payment shall be
admissible to the contractor on this account, irrespective of the actual payment.
24 MATERIALS IN METRIC SIZES
24.1 If the material (other than those issued under (Schedule ‘B’) are not available in
metric size as shown on drawings the contractor shall provide materials in
equivalent inch sizes which should not less than the metric size dimension under
any circumstances at no extra cost to the Government.

25. PROPRIETARY MATERIALS


25.1 Proprietor branded material such as bitumen, water proofing compound, chemicals
for anti-termite treatment etc, quality of which cannot be checked after
incorporation in the work, shall, when collected site be recorded in measurement
book with reference to Vr. No, make, brand and rate charged by
manufacturer/supplier and signed both by the MES representative and the
contractor.
25.2 The contractor shall obtain PROPRIETARY branded materials from their authorised
stockiest where such authorised stockiest have been appointed. Contractor shall
produce receipted vouchers showing quantity and quality of the materials to satisfy
the Engineer-in-Charge that materials comply with the specifications. These
vouchers shall be endorsed, dated and initialed by the Engineer-in-Charge giving
the contract number and name of work and a certified copy of each such voucher
signed both by Engineer-in-charge and the contractor shall be kept in MES record.
25.3 When cost of each category of materials is less than Rs. 500/- production of
vouchers may not be insisted upon if the Garrison Engineer is otherwise satisfied of
the quantity of the materials.
26. STANDARD OF WORKMANSHIP AND FINISHES
26.1 The contractor shall carry out certain items of work and services such as wall, floor,
painting, plaster ceiling, joinery and the like and toilet fittings in the toilet under the
close supervising of the Engineer-in-Charge. On approval of these samples of
workmanship by GE those items will be labeled as guiding samples so that further
work may be executed confirming to these samples.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 104

SPECIAL CONDITIONS (contd…)


27. PRODUCTION OF VOUCHERS
27.1 Contractor shall produce original purchase vouchers /paid vouchers of Authorised
service centre of “Aluminium Sections , Tensile Fabric Roof Covering , Synthetic
Enamel Paint , Copper Cables , MCB-DB’s / MCB’s , GI Pipes , LT XLPE Cables etc”
with two Xerox copies, from the manufacturers and / or from their authorised agent as
and when these are purchased for the following items also to the Garrison Engineer,
who will check the same before making RAR payment against these items. Production of
purchase vouchers for these items is mandatory. The Garrison Engineer will not make
payment against the items listed below in RARs unless the purchase vouchers for the
same have been produced and verified by him.

28 MATERIALS IN METRIC SIZES


28.1 If the material (other than those issued under (Schedule ‘B’) are not available in metric
size as shown on drawings the contractor shall provide materials in equivalent inch
sizes which should not less than the metric size dimension under any circumstances at
no extra cost to the Government.

29 STANDARD OF WORKMANSHIP AND FINISHES


29.1 The contractor shall carry out certain items of work and services such as wall, floor,
painting, plaster ceiling, joinery and the like and toilet fittings in the toilet under the
close supervising of the Engineer-in-Charge. On approval of these samples of
workmanship by GE those items will be labeled as guiding samples so that further work
may be executed confirming to these samples.

30 OFFICIAL SECRETS ACT


30.1 The contractor shall be bound by the Official Secrets Act - 1923.

31. RE-IMBUSREMENT/REFUND OF VARIATION IN “TAXES DIRECTLY RELATED TO


CONTRACT VALUE”

(a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including
GST on materials, GST on works contracts, Turnover Tax, Service Tax, Labour welfare
cess / tax etc.), duties, royalties, Octroi & other levies payable under the respective
Statutes. No re-imbursement / refund for variation in rates of taxes, duties, royalties,
Octroi and other levies shall be made except as provided in sub para (b) here-in-below.

(b)(i) The taxes which are levies by Govt. at certain percentage rates of Contract Sum /
Amount shall be termed as “taxes directly related to Contract value” Such as GST on
works Contracts, Turnover Tax, Labour Welfare Cess / Tax and like but excluding
Income Tax. The tendered rates shall be deemed to be inclusive of all “taxes directly
related to contract value” with existing percentage rates as prevailing on last due date
for receipt of tenders i.e., bid submission end date. 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 payment due to the contractor. Similarly
imposition of any new “taxes directly related to Contract value” after the last due date
for receipt of tenders shall be reimbursed to the Contractor and abolition of any “taxes
directly related to contract value” prevailing on last due date for receipt of tenders shall
be refunded by the Contractor to the Govt. / deducted by the Govt. from the payments
due to the Contractor.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 105

SPECIAL CONDITIONS (contd…)

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

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

(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to


Contract value” shall be made only if the Contractor necessarily and properly pays
additional “taxes directly related to contract value” to the Govt. without getting the same
adjusted against any other tax liability or without getting the same refunded from the
concerned Govt. Authority and submits documentary proof for the same as the GE may
require.

32. DATE OF RECEIPT OF TENDER


32.1 Date of receipt of tender as referred to in tender documents at various locations/ for
various purposes shall be the BID SUBMISSION END DATE.

33.0 FACILITIES TO CONTRACTORS

33.1 ROYALTIES

33.1.1 Delete Condition 14 of IAFW-2249 and insert as under: -


“No quarries on Defence land are available”.

34.0 LAND FOR TEMPORARY WORKSHOP STORES ETC.

34.1 Delete the following from lines 5 to 9 of Sub para 1 of condition 24 of IAFW-
2249 “In the event of area of land …………. Land allotted to him” and insert
as under: -

34.2 “Separate land will be allotted to the contractor for the storage of materials,
temporary workshop and offices for which he shall pay the nominal rent of
Rs.1/- per year or part of the year as mentioned in Condition 24 of IAFW-
2249. The land / open space available within vicinity of site of work as
directed by GE may also be used by the contractor for this purpose but free of
charge”.

35.0 RELEASE OF PERFORMANCE SECURITY DEPOSIT

35.1 Refer condition 19 and 68 of IAFW-2249 General Conditions of contract, the


contractor has to deposit Performance security for the contract ,its release in
accordance with condition 68 of IAFW-2249.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 106

SPECIAL CONDITIONS (contd…)

36.0 CONCILIATION
36.1 SCOPE OF CONCILIATION
36.1.1 The scope of conciliation shall be restricted to the following types of disputes
with financial limits as indicated therein: -
(a) Disputes relating to levy of compensation for delay in completion-actual
amount of compensation.
(b) Disputes relating to technical examination of works.
(c) Disputes relating to interpretation of the provisions of the contract with
reference to their application to parties.
(d) Disputes relating to non return of Schedule ‘B’ stores over-issued to
contractor.
(e) Any other disputes having fair chances of being resolved by conciliation
and considered fit to be conciliation by the parties.
For item (b), (c), (d) and (e) each as stated above the financial limit shall
be Rupees two lakhs or one percent of the contract amount whichever
is less.

36.2 COMMENCEMENT OF CONCILIATION PROCEEDING


36.2.1 The party initiating conciliation shall send to the other party a written
invitation to conciliate, briefly identifying the subject of the dispute.

36.2.2 Conciliation proceedings shall commence when the other party accepts in
writing the invitation to conciliate.

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

36.3 NUMBER OF CONCILIATORS


36.3.1 There shall be a sole conciliator.

36.4 APPOINTMENT OF CONCILIATOR


36.4.1 All disputes brought out in Para 36.1.1(a) to (e) above shall be referred to the
sole conciliator viz Serving Officer not below the rank of Superintending
Engineer / Superintending Engineer (QS&C) having degree in Engineering or
equivalent or having passed final / direct final examination of sub division II
of Institution of Surveyors (India) to be appointed by the Chief Engineer(AF)
Bengaluru or in his absence the Officer officiating as Chief Engineer
specifically delegated by the Chief Engineer in writing.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 107

SPECIAL CONDITIONS (contd…)

36.5 STATUS OF EFFECT OF SETTLEMENT AGREEMENT

36.5.1 The settlement agreement signed by the parties as a result of conciliation


proceedings shall have the same status and effect as it is an arbitral award on
agreed terms.

37.0 QUALIFIED TRADESMEN

37.1 In compliance with the Condition 26 of IAFW-2249 (General Conditions of


Contracts) the contractor shall employ skilled tradesmen who are qualified
and possessing certificate in particular trade from Industrial Training
Institute (ITI)/National Institute of Construction Management and Research
(NICMAR)/”National Academy of Construction (NAC) Hyderabad /
Construction industry development council (CIDC) Hyderabad, similar
reputed and recognized-Institutes by State / Central Government, to execute
the works of their respective trade. The number of such qualified tradesmen
shall not be less than 25% of total skilled / semi skilled tradesmen required
in each trade. The contractor shall submit the list of such tradesmen along
with requisite certificates to Garrison Engineer for verification and approval.
Notwithstanding the approval of such tradesmen by GE, if the tradesmen are
found to have inadequate skill to execute the work of their trades, leading to
un-satisfactory workmanship, the contractor shall remove such tradesmen
within a week after written notice to this effect by the GE and shall engage
other qualified tradesmen after prior approval of GE. GE’s decision whether a
particular tradesmen possesses requisite qualification, skill and expertise
commensurate with nature of work shall be final and binding. No
compensation whatsoever on this account shall be admissible.

38 DEFECTS LIABILITY PERIOD:

That any work has been executed with unsound, imperfect or unskillful
workmanship or of a quality inferior to that contracted for or not otherwise in
accordance with the Contract ,Should the GE consider at any time during the
construction or reconstruction or prior to the expiration period of Twenty Four
Calendar Months( “Defects Period”) after the works have been handed over to
Government. .

SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)


DATE:___________________ for ACCEPTING OFFICER
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 108
PARTICULAR SPECIFICATIONS

1. GENERAL

1.1 The work under this contract shall be carried out in accordance with the
description in Schedule ‘A’, Special Conditions, Particular Specifications,
General Specifications and other provisions contained in the MES Schedule
read in conjunction with each other.

1.2 The term “General Specifications” referred to in Clause 1.1 above and in
IAFW-2249 shall mean the specifications contained in the MES Schedules
Part-I (Specifications) and Part-II (Rates) as applicable.

1.3 General rules, specifications, special conditions and all other provisions in
the MES Schedule shall be deemed to apply to the works under this contract,
unless otherwise mentioned in these tender documents in which case, the
provisions in these tender documents shall take precedence over the aforesaid
provisions in the MES Schedule.

1.4 ACCEPTANCE OF MATERIALS

1.4.1 The order of precedence for acceptance of materials shall be as specified in


Special condition 5.5 here in before.

2. SCOPE OF WORK

2.1 The contract includes for the final and entire completion of the work
described in Schedule `A’ and Particular Specification given here-in-after.

3.0 EARTHWORK AND EXCAVATION

3.1 EXCAVATION IN TRENCHES

3.1.1 Excavation and earth work in trenches shall be in any type of soil as
described in Schedule ‘A’ and depth and dimensions shall be as directed by
Engineer – in Charge. Rate quoted for excavation shall include bailing out,
pumping out for otherwise removing all water which may accumulate while
excavation

3.2 EARTH FILLING

3.2.1 Filling around foundation & in other situation shall be done in layer’s not
exceeding 25 cm thick, each layers watered well & thoroughly compacted.

3.3 REMOVAL OF SURPLUS SOIL

3.3.1 Surplus/useless soil, if any remaining after filling back in foundation


trenches etc., shall be removed to a distance as described in Schedule ‘A’ and
as directed
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 109

SPECIAL CONDITIONS (contd…)

4. CONCRETE WORK
4.1 CEMENT
4.1.1 GENERAL
Cement required for the work under the contract shall be procured, supplied
and incorporated in the works by the contractor under his own arrangement.
Cement shall be of tested quality and shall comply with the requirements
mentioned in the drawings, SSR, IS specifications as amended and particular
specifications given herein after.

4.1.2 Type of cement for the subject work shall be Ordinary Port land cement Grade 43
(forty three) in accordance with IS 8112-1989 unless otherwise mentioned in
structural drawings forming part of the tender documents. Contractor may be
permitted to use ordinary Portland cement grade 53 (fifty three) also without any
extra cost to the Govt.

4.1.3 SOURCES OF PROCUREMENT

4.1.3.1 Cement shall be procured by the contractor from any of main producers /
manufacturers of cement like M/s The Associated Cement Companies Ltd Brand: "ACC
M/s Ultra Tech Cement Ltd. Brand: "ULTRATECH", M/s The India Cement., M/s Dalmia
Cement(Bharat Ltd) Brand: "DALMIA KONARK"., M/s Century Cements Brand: "CENTURY".,
M/s Saurashtra Cement Brand:" SAURASHTRA "., The Ramco Cements Ltd (Formerly
Madras Cements) Brand: RAMCO.,, M/s Mangalam Cement Ltd Brand: "MANGALAM",
M/s Birla Corporation Ltd Brand:" BIRLA "., M/s Orient Cement Brand: "ORIENT", Nuvoco
Vistas Corporation Ltd, (Formerly Lafarge Cement) Brand: NUVOCO., M/s Shree Cement
Brand: "SHREE"., M/s J K Cement Brand: "JK", M/s J K Lakshmi Cement Ltd Brand: "JK
LAKSHMI", M/s Jaypee Rewa Cement Brand: "JAYPEE"., M/s Ambuja Cement Ltd Brand:
"AMBUJA".M/s Shree Guru Kripa Cement (Pvt) Ltd Brand: "SARTAJ", M/s Parasakti
Cements Ltd Brand: "PARASAKTI Cement".,M/s My Home Industries Ltd Brand: " M/s
Chetinad Cement Corporation Ltd Brand:"CHETINAD CEMENT". M/S Sanghi Industries Ltd
Brand: "SANGHI". M/S Kesoram Industries Ltd Brand:"Birla Sakthi". M/S JSW Cement Ltd,
A.P, Brand: JSW PSC (Portland Slag Cement).
Note: If the total quantity of cement to be incorporated in the works is less
than 1200 Bags the same can be procured from the authorised dealers of the
above mentioned main producers

4.1.3.2 The contractor shall furnish the particulars of the manufacturer/supplier of cement
along with the date of manufacturer to the Garrison Engineer for every lot of cement
separately.
4.1.3.3 For each lot of cement brought by the contractor, before acceptance of the cement
the following actions will be taken by the GE and Engineer-in-charge:-

(a) Inspect of the lot and verify the general conditions of the cement.
(b) Obtain the Vouchers (in original) of the manufacturer of cement for each lot
containing the date of manufacturing, from the contractor.

(c) Obtain from the contractor for each lot of cement the manufacturer’s test
certificate along with test sheets giving the results of physical test and
chemical composition of cement or authenticated copy there of duly signed by
manufacturer. The test sheet should indicate the results of the following
mandatory test:-
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 110
PARTICULAR SPECIFICATIONS (Contd….)

(i) Specific surface by Blains air permeability method.


(ii) Soundness test by le-Chatlier method.
(iii) Initial setting time
(iv) Final setting time
(v) Compressive strength test at 3, 7 and 28 days.
(vi) The test report should also show the chemical properties of the cement
as per relevant IS codes.
(d) Verify the documents listed at clause No. 3.1.2.3 (b) & (c) above given by the
contractor from manufacturer.

4.1.3.4 The cement so brought shall be fresh and in no case older than 60 days from the
date of manufacture. The GE accordingly in consultation with the contractor will
work out the schedule of procurement and ensure that the same is adhered to. This
schedule will be vetted by CWE from time to time. The document in support of the
purchase of cement shall be verified by the Garrison Engineer. Before placing the
order for supply of cement by the contractor, he shall obtain written approval from
the GE regarding name of manufacturer, quantity of cement etc. Cement shall be
procured for minimum requirement of one month and not procure for minimum
requirement of more than two months at a time and should match the physical
progress of the work. The cement shall be consumed in the work within three
months after receipt. Cement shall conform to the requirement of Indian Standard
Specification and each bag of cement shall bear relevant ISI mark. The weight of
cement shall be checked at random to verify the actual weight of cement per bag.
However, the content of cement shall be 50 Kg only subject to tolerance given in
relevant IS code.

4.1.4 TESTING OF CEMENT.

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

(a) Method of sampling hydraulic cement as per IS - 3535 - 1986


(b) Methods of physical test for hydraulic cements as per IS - 4031.
(c) Method of chemical analysis of hydraulic cement as per IS-4032-1985.

The test certificate and test sheet shall be furnished with each batch of manufacture.
The Engineer-in-Charge shall record these details in the cement acceptance register
to be maintained by him which will be signed by JE (Civil), Engineer-in-Charge,
Garrison Engineer and the contractors as given in the format herein after for
verification.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 111
PARTICULAR SPECIFICATIONS (Contd….)

4.1.4.2 The contractor shall however, organise initial and final setting time, soundness test
and a compressive strength test at three, seven and twenty eight days of cement
through designated laboratory on samples collected from the lot brought at site
before incorporation in work. In addition to above additional tests like chemical
composition and fineness tests as specified in relevant IS shall also be carried out.
The contractor will be allowed to use the cement only after satisfactory compressive
strength of seven days. To meet this requirement contractor is required to keep
minimum 10 days stock before any new lot brought at site which can be used in the
work. The contractor shall be required to remove the cement not meeting the
requirement from site within 24 hours. Seven days strength test will be relied up on
to accept the lot of cement to commence the work. 28 days compressive strength test
will be the final criteria to accept/ reject the lot.

4.1.5 INDEPENDENT TESTING OF CEMENT BY GE


4.1.5.1 The GE shall carry out independent testing as per the test mentioned in the
‘CEMENT SUPPLY / ACCEPTANCE FORM ‘of random samples of cement drawn from
various lots. The testing shall be carried out through national test house, SEMT,
CME, Regional Research Laboratory, Govt. approved Laboratories, Zonal
Laboratories as per IS - 3535 - 1986 (Method of sampling hydraulic cement), IS-
4031 (Method of physical test for hydraulic cement) and IS - 4032 - 1985 (Method of
chemical analysis of hydraulic cement) referred to above. The decision as to where
the testing of cement is to be done shall be taken by GE. In case the cement is not of
requisite standard despite manufacturer‘s test certificate, the contractor shall
remove the total consignment from the site within 24 hours at his own cost after
written rejection order of the consignment by the GE. The cost of testing,
transportation of material used in testing etc. shall be borne by the contractor
irrespective of the results of testing and no extra claim whatsoever shall be
admissible.
4.1.6 SAMPLING FOR INDEPENDENT AND ADDITIONAL TESTS
4.1.6.1 Samples of cement from each lot should be collected by the engineer-in-Charge and
GE in accordance with IS 3535-1986, for independent or additional tests. The
cement shall be tested within 1-3 weeks on supply of cement but before
incorporation of the same in works. The record of such samples selected by the GE
for testing shall be properly maintained in the ‘Cement Testing Register ‘giving cross
reference to relevant consignment of cement and quantity received etc.
4.1.6.2 Cost of transportation of samples to the approved laboratory / test house and all
testing charges including cost of sample shall be borne by the contractor.
4.1.7 DOCUMENTATION
4.1.7.1 The following documents will be maintained by the Engineer-in-Charge/ GE for
cement supplied by the contractor in addition to the documents specified here-in-
before.
(a) Original vouchers of cement shall be kept in the concerned file of the contract
in GE’s office, serially numbered on each page.
(b) Copy of Test certificate and test sheet should also kept in the concerned file of
the contract in the GE’s office duly numbered.
(c) Cement acceptance register as per Appendix ‘A’ & ‘B’
(d) In/out register for cement as per Appendix ‘C’
(e) Register containing results of independent and additional testing by GE.
(f) Register containing records of surprise checks and BOO.
(g) Inspection register.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 112
PARTICULAR SPECIFICATIONS (Contd….)

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

4.1.8 STORAGE/ ACCOUNTING / PRESERVATION OF CEMENT


4.1.8.1 Cement shall be stored in covered godown over dry platform at least 20 cm high in
such a manner as to prevent deterioration due to moisture or intrusion of foreign
matter. In case of store room, the stack should be at least 20 cm away from floors
and walls. Different lots of cement received will be stacked separately displaying the
control number and date of receipt of cement. It will be ensured that the tested and
untested cement are segregated and stored with distinct identification. For proper
accounting and control of cement brought by the contractor a double lock system in
the contractor’s cement godown will be followed. The stacking of cement shall be
done as specified in relevant IS. The storage accounting and preservation of cement
supplied by the contractor shall be done as per standard Engineering practice till the
same is incorporated in the work and the cost of the same shall be deemed to be
included in the unit rate / amount quoted by the tenderer.
4.1.8.2 The Engineer-in-Charge shall inspect once a day to verify that the cement lying at
site is stored, accounted, persevered and maintained as per norms. The cement shall
be stored so as to differentiate each tested un tested consignment separately with
distinct identification. If the GE is not satisfied with the storage/ preservation of
cement, he may order for any tests of cement as applicable for that consignment to
ensure its conformability to the quality mentioned in the manufacturers test
certificate. The contractor shall bear the cost of necessary testing in this regard and
no claim whatsoever shall be entertained.
4.1.8.3 Stacking of cement shall be done as per relevant IS and as under:-
(a) Each cement consignment shall be stacked separately and removal shall be
made on the basis of ‘First in First out’.
(b) Adequate top cover will be provided.
(c) Stacks in no case shall be higher than 12 bags. The maximum width of each
stack shall be 3 m. If the stack is to be more than 7 or 8 bags high, the bags
shall be arranged in header and stretcher fashion, i.e. alternately lengthwise
and cross wise so as to tie the piles together and avoid danger of topping over.
(d) Adequate space shall be kept between two stacks.
4.1.8.4 Cement godown shall be provided with two locks on each door. The key of one lock at
each door shall remain with the Engineer-in-charge or his representative and that of
the other lock with the contractor‘s authorised agent at site of works so that cement
is removed from the godown only according to daily requirement with the knowledge
of both the parties. During the period of storage, if any cement bag(s) found to be in
damaged condition due to whatsoever reason, the same shall be removed from the
cement godown on written orders of the GE and suitable replacement for the cement
bag(s) so removed shall be made and no claim whatsoever shall be admissible on this
account.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 113
PARTICULAR SPECIFICATIONS (Contd….)

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

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

4.1.9 SCHEDULE OF SUPPLY


4.1.9.1 The contractor shall procure the cement timely as required in accordance with CPM
chart agreed between GE and the contractor. The contractor will forfeit his right to
demand extension of time if the supply of cement got delayed due to his failure in
placing order in time to the manufacturer.

4.1.10 MEASUREMENTS AND PAYMENT OF CEMENT


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

4.1.11 RELEASE OF PAYMENT


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

4.1.12 ACCEPTANCE / REJECTION OF CEMENT


4.1.12.1 The contractor will keep a separate stack of cement brought at site for inspection,
away from the accepted lot of cement. In case the new lot is rejected by the GE it will
be removed from the site within 24 hours, at the cost of the contractor. The cement
may rejected if it does not comply with any of the requirement as per relevant IS
codes. The cement should be weighed and each bag shall be of nominal average net
mass of 50 Kg. tolerance on weight of the cement shall be as per the relevant IS
codes.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 114
PARTICULAR SPECIFICATIONS (Contd….)

Appendix ‘A’

CEMENT SUPPLY & ACCEPTANCE REGISTER


1. CA No & Name of Work :
2. Control No* :
3. Name of Manufacturer/Brand Name/Gde of Cement (A) Manufacturer ______________ (b) Brand
___________ (c) Grade _____________
4. Qty of Cement & Lot No/Week No (in Bags) : (a) Qty ____________ (b) Lot No. / Week No. ________
5. Manufacturer’s test Certificate No _________________________________
6. Random Test Details (a) Physical test report from ___________________ vide their letter No
_______________________________
(Name of approved Lab/Engg College)
(b) Chemical test report from ___________________ vide their letter No
_______________________________
(Name of approved Lab/Engg College)
7. Details of Phisical & Chemical properties :
Remarks with signature

Physical Requirements (As per IS 4031) Chemical Requirements (As per IS 4032)
Compressive
Initial Setting Time (Minutes)

Final Setting Time (Minutes)


2

Soundness by Le Chatellar

Aclumina iron Ratio (Ratio)


Standard Consistency (%)
Strengths (Mpa)
Soundness by Auto Clave

Sulphuric Anhydride (%)


Temp during testing 0C

Lime Saturation Factor

Insoluble Residue (%)

Loss on ignition (%)


Specific Surface

Magnesium (%)

Alkalis (%)
03 Days

07 Days

28 Days
(M/Kg)

(Ratio)

As per
relevant IS
As per
manufacturers
test certificate
As per
random test
certificate
Accepted/Rejected
Contractor Junior Engineer
Engineer-in-Charge
Garrison Engineer
Remarks of BOO/Inspecting Officer/CWE * To be allotted serially by AGE (I) Consignment
wise
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 115

PARTICULAR SPECIFICATIONS (Contd….)

Appendix ‘B’
CEMENT SUPPLY / ACCEPTANCE FORM

(Chemical Requirement)

Contract No :

Name of Work :

Control No : Date :

Details of Purchase :

Particulars of Manufacturers :

Details of Test Certificate :

(a) No and Date :

(b) Particulars of the issuing Authority :

Ser Nomenclature of the IS Reference Characteristic Results of Chemical Remarks


No cement chemical Requirement
composition
test

Remarks with Signature

JE (Civ)

Engineer-in-Charge

Contractor

Accepted / Rejected

Garrison Engineer

Remarks of BOO / CWE / CE Zone


CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 116
PARTICULAR SPECIFICATIONS (Contd….)

Appendix ‘C’
IN / OUT CEMENT REGISTER

Ser Date Cement IN Cement OUT Qty Signature Remark


No Balance s
Qty Control Qty (In Reasons* Age of (In Bags) Contractor AGE/
(In No Bags) cement GE
Bags)
(a) (b) (c) (d) (e) (f) (g) (h) (j) (k) (l)

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

(a) For testing purpose


(b) For use in work
(c) Rejected cement taken out of site
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 117
PARTICULAR SPECIFICATIONS (Contd….)

4.2 FINE AGGREGATE


4.2.1 Fine aggregate for concrete work shall conform to materials specifications and
grading within the limits of grading zones II to III all as specified in Clause 4.4 to
4.4.7.3 of MES Schedule Part - I.

4.3 COARSE AGGREGATE


4.3.1 Coarse aggregate for all cement concrete work shall be graded crushed/broken hard
granite stone obtained from approved quarries all as specified in Clause 4.4 to
4.4.7.3 of MES Schedule Part - I. Mixture of two types shall however, not be used.

4.4 GRADING OF COARSE AGGREGATE


4.4.1 Graded aggregate of nominal sizes given here under, shall be used, unless specified
otherwise, in the specifications here in after:-

(a) All reinforced cement concrete: - Unless otherwise specified, the size of
aggregate shall be as per IS-456, but in no case more than 20 mm graded
aggregate.

(b) Plain cement concrete in foundation of brick/stone walls pillars, floors


and sub base to floors:-
(i) Up to and including 30 mm thickness: 12.5 mm.
(ii) Over 30 and up to and including 75 mm thickness: 20 mm.
(iii) Exceeding 75 mm thickness: 40 mm.

4.5 Water: Water shall conform to the requirement stipulated in IS 456 and as per
Clause 4.9 to 4.9.2 of MES Schedule Part - I. 5.2

4.6 FINE AGGREGATE


4.6.1 Fine aggregate for concrete work shall confirm to material specification and grading
within the limits of Grading zones II to III all as specified in clause 4.4 of MES
schedule and shall be approved quality of natural river sand. The sand shall be
washed with clean and fresh water if percentage of deleterious materials exceeds the
limit of 5% specified in IS.

4.6.2 COARSE AGGREGATES


4.6.2.1 Coarse aggregate for all cement concrete work shall be graded machine crushed
granite/ basalt/ black trap obtained from approved quarries all as specified in clause
4.4 of MES schedule. Mixture of two types shall however not be used.

4.7 GRADING OF COARSE AGGREGATE.


4.7.1 Graded aggregate of nominal sizes given hereunder, shall be used, unless specified
otherwise, in the specifications hereinafter:-
(a) Plain or reinforced cement concrete except in Foundation of Brick or
Stone Walls / Pillars, Floors and Sub base to Floors.

(i) For structural elements of depth / thickness 20 mm


more than and including 80 mm
(ii) For structural elements of depth/ thickness 12.5 mm
less than 80 mm
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 118

PARTICULAR SPECIFICATIONS (contd….)

Note: - However, in no case the nominal size of aggregate shall be greater than one
fourth the minimum thickness of the member.

(b) Plain Cement concrete in Foundation of Brick/Stone Walls, Pillars,


Floors and Sub Base to Floors

(i) Under 30 mm thickness 12.5 mm


(ii) 30 to 80 mm thickness 20 mm
(iii) Exceeding 80 mm thickness 40 mm

4.8 WATER
4.8.1 Water shall conform to the requirement stipulated in IS 456 and as per clause 4.9 of
MES Schedule Part-I.

4.9 IMPORTANT REQUIREMENT REINFORCED CEMENT CONCRETE / PLAIN


CEMENT CONCRETE.

4.9.1 (i) All the materials, workmanship, inspection and testing for the cement concrete
shall be as per the requirements given in IS – 456 - 2000.

(ii) The contractor shall provide all facilities for casting, curing and conveyance of
test cubes of cement concrete to the authorised laboratory as approved by CWE for
testing as laid down in IS-456-2000 at no extra cost to the Government.

(iii) Engineer-in-Charge shall maintain a record of actual consumption of cement in


proper register (other than the cement register mentioned in Special Condition) for
all design mix and initial the entry for every change in quality of cement bag.

(iv) All cement concrete, both plain and reinforced shall be mixed in mechanical
mixer of hopper type. However, in case of small quantity (i.e., the quantity of
concrete required being less than one batch of mix) the contractor may, after
obtaining written permission of the Engineer-in-Charge, be allowed hand mixing
without any price adjustment. Where hand mixing is permitted, it shall be carried
out on a water tight platform and care shall be taken to ensure that mixing is
continued until the concrete is uniform in colour and consistency.

4.10 COMPACTION
4.10.1 Concrete should be thoroughly compacted and fully worked around the
reinforcement, embedded fixtures and into corner of the form work. Internal
vibrators (needle vibrator) shall be used for compaction of RCC slabs of thickness
more than 150 mm. For slab of thickness up to 150 mm, screed vibrator (surface
vibrator) shall be used for effective compaction.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 119

PARTICULAR SPECIFICATIONS (Contd….)

4.11 CURING
4.11.1 Curing of all concrete work shall be carried out all as specified in MES Schedule
Part-I, (2009) Specifications.

5.0 STEEL AND IRON WORK


5.1 All steel required for the work under the contract shall be procured, supplied and
incorporated in the works by the contractor under his own arrangements. The
reinforcement steel as well as the structural steel like angles, I sections, channels etc
shall be of tested quality and shall comply with the requirement mentioned in the
drawings, SSR and particular specifications hereinafter. The specifications
mentioned in the tender documents shall be read in conjunction with the provisions
laid down in SSR Part I section 10, Steel and Iron work. The contractor shall submit
test certificate from the manufacturers.

5.2 TYPES OF STEEL

5.2.1 Steel supplied by the contractor shall conform to the following grades and quality:-

(i) High strength deformed steel bars produced by Thermo Mechanical Treatment
process (TMT steel bars) of grade Fe-550 D meeting all the other requirements
of IS-1786. In case drawings indicate steel of grade Fe-415 the same shall be
provided with Fe-550 D without any price adjustment on plus side. Please
note that Fe-415 grade stands discontinued for use.

(ii) Mild steel bars shall conform to IS-432 (Part-I) and Grade-I.

(iii) Fabric Reinforcement for concrete shall conform to IS : 1566.

5.2.2 STRUCTURAL STEEL

(i) Definition of structural steel as given in clause 10.4 of SSR Part-I shall be
applicable. Standard quality of steel of grade E-250 (Fe-410W quality A) conforming to
IS : 2062 for all types of steel structures including those subject to dynamic loading
shall be used.

(ii) Ordinary quality structural steel wherever mentioned shall be conforming to IS :


2062 of grade E-165 (Fe-290) and shall be used for doors, windows, guard bars, grills,
steel gates, hand railing, fencing posts etc.,

(iii) Steel tubes for structural purpose shall conform to IS 1161-1998

(c) Galvanised steel sheets (plain & corrugated) shall conform to IS: 277. Grade
of zinc coating to be used shall be the one which is given in clause 10.29.1 of
SSR Part-I which is dependent on thickness of sheets. Minimum quoting of
zinc shall be 450 gms per Sqm.

(d) Galvalume sheets shall conform to AZ 150 as per ASTM A792 or AS 1392 as
specified here after.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 120

PARTICULAR SPECIFICATIONS (contd….)

5.3 SOURCE OF PROCUREMENT

(a) TMT STEEL BARS: TMT Steel bars of all sizes supplied by the contractors
shall be procured directly from the following main producers of steel:-
Sl Company Name & Brand Address Type of Steel
No
1. Rastriya Ispat Nigam Limited Visakhapatnam Steel Plant, For all types & dia of
(RINL), Visakhapatnam-530 031, India, Tel;(91 TMT bars
891) 518226, 518376, FaxΛ91 891)
518316, Email:cmdvsp@itpvis.ap.nic.in
BRAND:’’ RINL”
2. Tata iron & steel Bombay House, 2, 4 Homi Modi Street, For all types & dia of
company(TISCO or Tata Steel) Mumbai400001, India . TeleΛ91 22) 204 TMT bar
9131, FaxΛ91 22) 204 9522, 287 0840,
Email:corpcomm@jsr.tatasteel.com (Br
office for North: Jeevan Tara Bldg, Patel
Chowk, New Delhi. BRAND: ‘’TATA”
3. Steel Authority of India Central Marketing Organisation, Northern For all types & dia of
Limited(SAIL),” Region, 17th For all types & dia of TMT TMT bars
Floor, bars Scope Minar, Laxmi Nagar
Distt. Centre, Delhi110092. BRAND: ‘’SAIL
4. M/s Jai Balaji Industries Ltd., 5 Bentinck Street, 1st TMT bars of Gde Fe TMT bars of Gde Fe
Regd Office : 500,Fe Floor, Kolkata – 700 001, Delhi 500,Fe 500D
500D Office: 510, Block-b, Navraung
House, 21, Kasturba Gandhi Marg, New
Delhi-110001 . Tel : 011- 43620219,
43620220 Mob:7838272772/9958936103,
E-mail : info@jaibalajigroup.com
BRAND:’’BALAJI SHAKTI”
5. Shyam Steel Industries Limited, Shyam towers, EN32, Sector – V, Salt TMT bars of Gde Fe
Lake, Kolkata – 700091, Tele – 033- 500,Fe 500D & CRS
40074007, Fax – 033-40074010, E-
mail:marketing@shyamsteel.com,
BRAND:’’ SHYAM “ "
6. M/s. Steel Exchange India Ltd , My Home Laxminivas Apartments, TMT bars of Gde Fe
Ameerpet, Hyderabad-500016, A.P. Tel- 500,Fe 500D & HSCRM
040-23403725 Fax:-040-23413267,
Email:info@seil.co.in BRAND:’’ SIMHADRI
TMT”

7. M/s Jindal Steels and Power Ltd OP Jindal Road, Hissar, Haryana. Pin- TMT bars of Gde Fe
, 125005, Tel-+91 1662 222471- 84. Fax: 500/Fe 500D, Fe 550 /
+91 1662 220476. BRAND:’’ JINDAL Fe550D (8 to 40mm).
PANTHER”
8. M/s Shri Bajrang Power & Ispat Vill-Borjhara, Urla Industrial area, Raipur- TMT bars of Gde Fe
Ltd, 493 221, Chhattisgarh, Tel: 0771 500 &Fe 500D (Size
4288019/29/39 BRAND:’’ GOEL TMT” 8mm to 32mm)
9. M/s Real Ispat & Power Ltd, Vrindavan, Near IDBI Bank, Civil Lines TMT Bars Fe-500, Fe-
Raipur-492 001 , CG. Tel- +91-771- 500D, (8mm to 36 mm)
4224000 Fax- +91-771-4224010 E-
mailreal@realispat.com Web site.
www.realispat .com Brand:- G K TMT
10. M/s Super Smelters Ltd, Premlata,39, Shakespeare Sarani, 3rd TMT Bars Fe-500, Fe-
TMT Bars Fe-500, Fe-500D, Floor, 500D, Fe-550 (8mm to
Kolkata-700017, Tel-+91-33-2289- 32 mm)
2734/36, E-mail- info@supershakti.in, Web
site. www. supershakti.in Brand:- SUPER
SHAKTI
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 121

PARTICULAR SPECIFICATIONS (Contd….)


Sl Company Name & Brand Address Type of Steel
No

11. M/s SPS Steels Rolling Mills Ltd. “Diamond Prestige”, 41 A, A.J.C Bose TMT bars of Gde Fe
Road, 8th Floor, Room No. 801, 32mm) 500, Fe 550 & Fe 500D
Kolkata-700017 Email: (Size 8mm to 32mm)
Info@spsgroup.co.in Mob: 9831055568,
8910797649, Tele Fax:033-66255252
BRAND: “ELEGANT TMT”
12. M/S JSW steel Ltd, Karnataka, JSW Centre, Bandra Kurla TMT Bars of Fe 500D,
Complex, Bandra (East), Mumbai 400051, Fe 550D and CRS (Size
Maharashtra, Phone 022-42863000. Brand 8mm to 40mm)
“Neo steel”
13. M/S Kamachi Industries Ltd., ABC Trade Centre, 3 rd Floor ( Inside Devi TMT Bars of Gde Fe
Theatre Complex) Old No. 50, New No. 39, 500, Fe 500D, Fe 550,
Anna Salai, Chennai- 600 002, India. Tel: Fe 550D& HCRM (Size
+91-044-4296 1100 Fax: -+91-044-4296 8mm to 40mm)
1122, Email:Sales@kamachitmt.com
website: www.kamachitmt.com BRAND:’’
KAMACHI”
14. M/S Shyam Metalics & Energy Viswakarma,1st Floor, 86C, Tosia Road, TMT bars of Gde Fe
Ltd. Kolkata 700046. Tel No: 033-2285 2212, 500, Fe 500D(Size
web site: www.shyamgroup.com BRAND:’’ 8mm to 32mm)
SEL”
15. M/s Electrotherm (India) Ltd Survey No. 72, Palodia via-Thatlej, TMT bars of Gde Fe
Ahmedabad, Gujarat-382115, Tel: +91- 500, Fe 500 D& CRS
2717-660649/660550 Fax: +91-2717- (Size 8mm to 36mm)
234866 Website: www.electrotherm.com
BRAND:’’ ET TMT”
16. M/s Shree Nakoda ispat Ltd Near Railway Crossing, Mowa, P.O. TMT bars of Gde Fe
Shankar Nagar Raipur-492007 (C.G) 500, Fe 500 D (Size
Website: www.nakodagroup.com Tel : 91- 8mm to 32mm)
771-22872130, Mob:
7898989741,7898989205 Near Railway
Crossing, BRAND: “ NAKODA TMT”
17. M/s Tulsyan NEC Limited APEX Plaza, 1st Floor, Old No. 3, New TMT bars of Gde Fe
No.77, Nungambakkam High Road, 500, Fe 500 D and
Chennai- 600 034 (TN), Website: Fe 550 (Size 8mm to
www.tulsyannec.in. Tele:-044- 32mm)
61991060/61991045 Mob: 9840354010,
9677088334 BRAND: “ TULSYAN
TMT”
18. M/s Incredible Industries Lansdowne Towers, 2/1A, Sarat Bose TMT bars of Gde, Fe
Limited (Formerly M/s Adhunik Road, 6th Floor, Kolkata- 700 020 Tel: 500 D (Size 8mm to
Industries Limited) 033-66384700 Fax: +91-33-2289-0285 32mm)
Website: www. Adhunikindustries.com
BRAND: “ ADHUNIK Fe 500 SD”
19. M/Sgallantt Metal Ltd Ward 10BC, Plot No 123, Ground Floor, TMT Bars of Gde Fe
Gandhi Dham, Kutch, Gujarat-370201 500, Fe 500D &
Tel: + 91- 2836-228164, Fax: +91 - CRS
2836-235787 Email: gml@gallantt.com
Website: www.gallantt.com Brand “
GALLANTT TMX”

NOTE :- In no case TMT steel bars of any size shall be procured from other than the above
mentioned main producers

NOTE :- Validity period of the manufacturer shall be verified and ensured by GE before
approval of any make
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 122

PARTICULAR SPECIFICATIONS (Contd….)

(b) STRUCTURAL STEEL: The contractor shall procure structural steel sections
directly from SAIL / RINL / TISCO / JINDAL. In case non availability of
structural steel with SAIL/RINL/TISCO / JINDAL the same can be procured
from approved secondary producers given below with a reduction of 5% (five
percent) of the accepted rates of structural steel with prior approval of the
Accepting Officer. In case the desired section of structural steel is not
rolled/manufactured by SAIL/RINL/TISCO / JINDAL there shall be no price
adjustment in case of structural steel procured from approved secondary
producers given below :-

SI Company Name & Brand Address Type of Steel


No
1. Rashtriya Ispat Nigam Limited Visakhapatnam Steel Plant Visakhapatnam - Structural Steel (Angle,
(RINL) 530 031, India Tel: (91 891) 518226, 518376 Beam, Column, Channel,
Brand: "RINL" Fax: (91 891) 518316 Plate)
Email: cmdvspitpvis.ap.nic.in
2. Tata Iron & Steel Company Bombay House, 2, 4 Homi Modi Street -Do-
(TISCO, or Tata Steel) Mumbai - 400 001, India
Brand: "TATA" Tel: (91 22) 204 9131
Fax: (91 22) 204 9522, 287 0840
Email: corpcomm@jsr.tatasteel.com
(Br office for North : Jeevan Tara Bldg, Patel
Chowk , New Delhi)
3. Steel Authority of India Central Marketing Organization, Northern -Do-
Limited (SAIL) Region
Brand: "SAIL" 17th Floor, scope Minar,
Laxmi Nagar Distt. Centre, Delhi — 110092
4. M/S Jindal Steels and Power Jindal centre, -Do-
Ltd. Brand: "JINDAL" Plot No 2, Sector- 32,
Gurgaon-122001, Haryana
Tele - 0124 661 2000
Fax - 0124 661 2125
Website: www.jindalsteelpower.com

(c) Galvanized sheets and Fabric Reinforcement for concrete shall be procured
directly from main producers i.e. SAIL / RINL / TISCO and shall be ISI
marked.

(d) Steel section for railing, gates, fencing, guard bars, grills, steel chowkats, hold
fasts etc, which do not constitute structural members, can be procured from
main producers / secondary producers / BIS marked manufacturers or their
authorized dealers at the option of Contractor without any minus price
adjustment. Tests for such steel sections shall not be insisted by GE.

(e) The steel will be procured from the storage depots of the main producers /
approved secondary producers (as applicable) and not from their authorized
agents / dealers as the authorized agents deal with the steel manufactured by
more than one manufacturer. The GE will ensure that contractors place their
demand / requisition of steel with adequate lead time.

5.3.1 All finished steel shall be well and clearly rolled to the dimensions, sections and
weights specified. The finished material shall be reasonably free from cracks,
surface flaws, laminations, rough jagged and imperfect edges and any other harmful
defects and shall be finished in a proper manner. Tolerance on size and weight of
reinforcement bars shall not be more than as specified in clause 10.17.4 and 10.17.5
of SSR Part-I and as specified in IS – 1786 and IS – 2062 and as per relevant IS
codes.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 123

PARTICULAR SPECIFICATIONS (contd….)

5.3.2 Contractor will give manufacturer’s test certificate (IN ORIGINAL) to GE along with
test sheet giving result of each mechanical test and the chemical composition of steel
(as per IS 1786-1985) for reinforcement steel or authenticated copy thereof duly
signed by manufacturer with each consignment. The documents such as original
purchase vouchers and test certificates in support of the purchases of steel shall be
produced by the contractor to the site staff & GE for verification and record.

5.4 APPROVAL OF STEEL BROUGHT BY THE CONTRACTOR


5.4.1 Following action shall be taken by GE before incorporating steel procured by the
contractor for the work:-

(a) Physical verification of steel received to confirm the actual quantity of steel as
well as to verify aspects brought out in foregoing.
(b) GE will obtain original machine numbered purchase vouchers of
manufacturer from contractor.
(c) Verify the documents listed in Ser (b) & foregoing given by the contractor from
the manufacturer.
(d) No consignment or part thereof will be allowed to be incorporated in the work
until and unless the test results of independent testing are obtained and the
consignment is passed by GE Schedule of procurement will be prepared
keeping in view the time lost for testing etc.,
(e) Three samples of pieces (3.00m long) of each section of each consignment will
be retained at the project site till completion of the work. These samples will
be suitably marked and properly preserved.

5.5 TESTING OF STEEL


5.5.1 (a) The manufacturers of steel are to carryout inspection and testing of steel in
accordance with the relevant BIS provisions. The contractor shall submit the
manufacturer’s test certificate in original or authenticated attested true copy
by the manufacturers only along with the test sheet giving the result of each
mechanical test as applicable in accordance with relevant IS provision and the
chemical composition of the steel or authenticated copy with each
consignment. The Engineer-in-Charge shall record these details in a steel
acceptance register which will be signed by the Junior Engineer, Engineer-in-
Charge, GE and Contractor as given in the format as Appendix ‘F’ here-in-
after after due verification and Engineer-in-Charge shall send a certified true
copy of test sheet to GE for his records.

(b) Independent testing of steel /structural steel /GI sheets and fabric
reinforcement for concrete by the GE shall be optional at the discretion of the
GE in case of procurement of steel from main producers and testing charges
shall be borne in accordance with condition 10 A of IAFW-2249 i.e., testing
charges shall be borne by the department if the test results are found in order
otherwise these shall be borne by the contractor.
(c) Independent testing of steel /structural steel / GI sheets and fabric
reinforcement by the GE shall be mandatory. In case of procurement of steel
from secondary producers and testing charges shall be borne by the
contractor irrespective of the outcome of the test results.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 124

PARTICULAR SPECIFICATIONS (contd….)

(d) For independent testing, random samples of steel drawn from various lots and
shall be got tested from a National Test House, SEMT CME, Regional Research
labs, Govt approved labs or zonal labs etc, as per the minimum frequency
given below. Samples from each lot shall be also tested for quality and
elongation. The elongation shall not be less than 18 %.
(e) In all cases mentioned above contractor at his cost shall provide all facilities
required for the testing. Cost of materials consumed in tests shall also be
borne by contractor.

5.5.2 Ultimate tensile strength elongation, bend and rebend test for reinforcement steel
bars shall be carried out as per clause 9 and test specimen shall be as per clause 11
and delivery inspection shall be as per clause 12 of IS-1786-2008. Bend tests and
tensile tests for structural steel shall be carried out as per IS-2062.

5.5.3 FREQUENCY OF SAMPLING FOR INDEPENDENT TESTING BY GE:-


5.5.3.1 Frequency for nominal mass, tensile strength, bend and rebend tests of steel for
checking nominal mass, tensile strength, bend, rebend test, test specimen at
random shall be selected by the GE at following frequency :-

(a) STEEL FOR CONCRETE REINFORCEMENT

(i) Bars size less than 10 mm : One sample (3 specimen for each test
for every 25 tonnes or part thereof)

(ii) Bars size 10 mm to 16 mm : One sample (3 specimen for each test


for every 35 tonnes or part thereof)

(iii) Bars size over 16 mm : One sample (3 specimen for each test
for every 45 tonnes or part thereof)

(b) STRUCTURAL STEEL

(i) Tensile test : 1 test for every 25 tonnes of steel or


part thereof.
(ii) Bend test : 1 test for every 10 tonnes of steel or
part thereof.

5.5.4 The testing by GE as per above frequency is mandatory before payment is released to
the contractor or steel is incorporated in the work. The GE may also increase the
frequency and number of samples / tests for his satisfaction. The cost of these
additional tests shall be governed as per condition 10 (A) of IAFW-2249. However
cost of samples, transportation and other overheads shall be borne by the contractor
irrespective of test results.

5.5.5 Test certificate shall not be insisted upon for the steel required for guard bars,
holdfasts, grills, hand railing / fencing posts, steel doors and windows, gates and
such other allied items.

5.5.6 In case test results of testing pursuant to clause 9.9 are not within the acceptable
limits, then that consignment of steel shall stand rejected and contractor shall
remove the same from site at his own cost. The rejected material shall not be
incorporated in the work. The contractor shall have no claim on this account.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 125

PARTICULAR SPECIFICATIONS (contd….)

5.5.7 COST OF TESTS


5.5.7.1 Cost of tests and test samples as per frequency given in clause 11.5.3 above shall be
borne by the contractor irrespective of test results.

5.5.8 DOCUMENTATION
5.5.8.1 Original purchase vouchers from the manufacturer, and original or authenticated
test certificates of the manufacturers for the total quantity of steel supplied under
each consignment to be incorporated in the work shall be produced to the Engineer-
in-Charge of the work by the contractor. All consignments received at the work site
shall be inspected by the GE along with the relevant documents before acceptance.
The original vouchers and the test certificates shall be defaced and signed by the
Engineer-in-Charge and kept on record in the office of the GE duly authenticated
and with cross reference to the control number recorded in the steel acceptance
register. The steel acceptance register shall be signed by JE, Engineer-in-Charge,
GE and Contractor. The entire quantity of all consignments shall also be suitably
recorded in the measurements book for record purposes as ‘NOT TO BE
ABSTRACTED’ before incorporation in the work and shall be signed by the Engineer-
in-Charge and contractor. The following provisions shall also be complied:-

(a) All original vouchers will be kept in a file serially numbered and to be kept in
GE’s office.
(b) Test Certificates of each steel consignment will be kept in a file, serially
numbered and to kept in GE’s office.
(c) Steel acceptance Register as per Appendix ‘F’ will be maintained by the GE.

(d) In/Out Register for details of receipt, acceptance/rejection and consumption


of steel will be maintained as per Appx ‘E’.

(e) Register containing results of independent and additional testing by GE.

(f) Inspection register.

CWE will check the documents personally, connected with the steel at least once a
month and record of these check will be kept in the inspection register. (Para (f)
above)

5.6 STORAGE ACCEPTANCE/PRESERVATION OF STEEL


5.6.1 The steel procured by the contractor shall be stored in the site of work as directed by
the Engineer-in- Charge/GE neatly in separate stacks for various
grades/sizes/consignments with distinct paint marks at least 15cm above GL for
identification. The steel so stacked shall be removed for incorporation in the work
only in the presence of departmental representative. The quantity of steel of various
sizes received at site and recommended for incorporation in the work shall be
entered in a separate register and signed by the contractor and the Engineer-in-
Charge daily.

5.6.2 Steel will be stored in a manner so as to prevent distortion and corrosion till it is
consumed in the work. Any section that has deteriorated and corroded or if
considered defective for any other reason, the same shall be removed from site by
contractor at his cost.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 126

PARTICULAR SPECIFICATIONS (contd….)

5.6.3 The contractor will keep a separate stack of steel brought at site for inspection, away
from the accepted stack of steel. In case, the consignment does not meet any of the
requirements of the relevant IS Codes, the steel will be rejected by the GE and it will
be removed from the site within 24 hours at the cost of the contractor.

5.7 CONVERSION WEIGHT OF STEEL


5.7.1 The weight of steel shall be calculated as per the conversion factors specified in the
SSR. For sections not listed in SSR, the ISI conversion table shall be followed or
manufacturers certificate if the weights are not available in SSR/ISI tables.

5.7.2 Normal waste and off cuts shall be stacked neatly which shall be the property of the
contractor. Contractor shall be allowed to remove such cut pieces after inspection
and certification by the Engineer-in-Charge.

5.7.3 Advance on account of payment made towards these cut pieces shall be adjusted
from advance on account of payment immediately falling due and before removal of
such cut pieces from site.

5.8 PAYMENT IN RAR


5.8.1 Payment of the steel brought by the contractor should only be released by the GE
after taking action on points enumerated above and after completing the documents
here-in-before in this regard.

5.8.2 Before procurement of steel, contract and structural drawing shall be read
thoroughly and various grades/types of steel to be incorporated in the work shall be
identified and got approved by the Accepting Officer. No over payment shall be
made on this account in the RAR. Steel shall be procured sufficiently in advance as
mentioned here-in-after.

5.9 SAFETY OF STEEL


5.9.1 It will be responsibility of contractor to make sure that all possible arrangement are
made for safe custody of the steel. In case of any loss of steel, only contractor will be
responsible and the loss will be made good without any delay or claim what so ever.

5.10 SCHEDULE OF SUPPLY


5.10.1 Schedule of supply of steel will be finalized by GE in consultation with contractor
and the same will be incorporated in CPM chart so that supply of steel is monitored
in a way to avoid any delay in completion of the work. The schedule of supply of steel
will be vetted by CWE from time to time.

5.11 WELDING
5.11.1 Welding wherever shown on drawing shall be by metal arc process in accordance
with IS-816 and IS-822 unless specifically indicated otherwise on drawings.

5.12 BINDING WIRE


5.12.1 Binding wire for reinforcement shall be mild steel wire annealed not less than 0.9
mm dia.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 127

PARTICULAR SPECIFICATIONS (contd….)

Appx ‘E’

IN / OUT STEEL REGISTER

Sl Dat Steel IN Steel OUT Qty


No e Balance
Qty Section Control Qty Section Reasons*
(Tons) No (Tons)

*Note: The following reasons may be mentioned for taking out steel from storage :-
(a) For testing purpose
(b) For use in work
(c) Rejected steel taken out of site
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 128

PARTICULAR SPECIFICATIONS (contd….)


Appx ‘F’

STEEL SUPPLY & ACCEPTANCE REGISTER


CA No & Name of Work
Control No.
Name of Manufacturer’s TC No
Manufacturer
Random test details
Details of purchase (a) Physical test report from---------vide their letter No
(Name of approved Lab/Engg. College)
(b) Chemical test report from------- vide their letter No
(Name of approved Lab/Engg. College)
Types of steel, Dia & Qty (a) Type: TMT/CRS (b) Dia-----mm (c) Actual Wt.-----MT (d) Conversion Wt.----MT

Chemical test Mechanical test


Carbon Sulphur Phosphorou Meg Silico Corrosio Wt. Stress Tensile Elongation Bend Re Remarks
% % s% nesi n % n per (N/mm strengt % test Bend
um resistant Mtr 2 0.2% h test
element proof
% (CRE)
(N/mm2
As
per IS
1786

As
per
inde
pend
ent
test

Remarks with Signatures

Contractor Junior Engineer Engineer-in-Charge Acceptance / Rejected

Garrison Engineer

Remarks of BOO / Inspecting Officer / CWE


CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 129

PARTICULAR SPECIFICATIONS (contd….)

5.13 WELDING OF REINFORCEMENT: Refer Para 10.22B of MES Schedule Part-I.

5.14 FABRIC REINFORCEMENT: Hard drawn steel wire fabric where shown as
reinforcement shall conform to IS: 1566. Wire fabric for general use such as fencing,
window grills etc. shall conform to IS: 4948 all as per MES Schedule Part-I clause
10.33. The weight of expanded metal shall be 4-kg / Sqm.

6.0 FLOORING
6.1 GENERAL
6.1.1 Provisions contained in clause 13.25, 13.32, 13.38 and 13.39 of MES Schedule Part-
I are to be adopted for laying floors and pavements.

6.1.2 Floors shall be laid to levels or to falls as directed by the Engineer-in-Charge. Floor
finish shall be extended over dwarf walls, doors and other openings.

6.1.3 The floor levels of the bath, WC etc., shall be lower than the adjacent rooms as
directed. In case not indicated, the same shall be 10mm lower than the adjacent
room.

7.0 PAINTING
7.1 MATERIALS
7.1.1 All synthetic enamel paint, shall be of superior quality manufactured by the
standard firms of make as listed here-in-after. Paints shall be procured from one of
the manufacturers listed herein under: -
i) M/S Asian Paints India Pvt. Ltd. (Apcolite brand)
ii) M/S Shalimar Paints Ltd. (Super brand)
iii) M/S Berger Paints India Ltd. (Luxol High Gloss brand)
iv) M/S Johnson & Nicholson India Ltd.(Borolac polyuthurane enamel brand)
7.2 Pink primer shall be woodorite brand of make Asian paints (India) Ltd.

7.3 All painting as far as possible shall be carried out in dry weather and neatly carried
out in all cases. Other surfaces shall be protected and cleaned off as necessary.

7.4 All paints, unless otherwise specified shall be of quality of the brand and not inferior
to that specified in the relevant Indian specification.

7.5 The contractor shall produce the original paid voucher for synthetic enamel paint for
full quantity brought to the site by him and shall be got defaced by EIC, after
recording in MB.

7.6 The contractor shall inform the Garrison Engineer within 2 (Two) weeks after
acceptance of the tender the names of manufacturers and brands of paints

7.7 The contractor shall when so required by the GE produce certificates from the
manufacturers or their representatives to establish that the brands of paints
purchased by the contractor from them satisfies the requirement of the relevant IS or
superior than the quality specified in the relevant IS specifications.

7.8 Paints for priming coat of paint unless specified shall be approved by the Garrison
Engineer.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 130

PARTICULAR SPECIFICATIONS (contd….)

7.9 All iron and steel work specified to be painted shall be scrapped, free from dust,
scale etc, with a steel brush and well dusted before painting. Wood and wood base
materials shall be as specified in MES Schedule ‘A’.

8.0 ANODISED ALUMINIUM DOORS, WINDOWS, VENTILATORS, PARTITIONS,


COMPOSITE UNITS ETC

(a) Sizes and types of aluminium sections given in IS 1948-1961 are rarely available in
market, therefore sections manufactured by reputed firms shall be used for fabrication
as indicated. Chemical and mechanical properties of sections shall comply with
requirements given in IS 733-1983, Specification for wrought aluminium and
aluminium alloys bars, rods and sections, IS 737-1986, Specification for wrought
aluminium and aluminium alloys sheet and strip for general engineering purposes and
IS 1285-2002, Specification for wrought aluminium and aluminium alloys extruded
round tube and hollow sections for general engineering purposes.

(b) Aluminium sections and fittings shall be anodized and minimum average thickness
of anodizing (coating of anodizing) on all aluminum section and fitting shall be 15
micron and shall conform to IS: 1868- 1996, Testing of anodizing coating shall be in
accordance with IS:5523-1983

(c) Joining of sections, providing fittings, lugs, method of fixing etc shall be as per IS
1948- 1961.

(d) Aluminium Doors, Windows, Ventilators, Partitions, Composite units etc. shall have
matt, scratch-brush or polished finish as indicated.

(e) Glazing:- Glass panes shall be as indicated. Unless otherwise indicated, fixing of
glass panes shall be done with aluminium beading with CP brass or stainless steel
screws spaced not more than 10 cm from each corner and intermediate not more than
20 cm apart. When glass panes are fixed with aluminium beading having mitred joints,
epoxy resin or silicon sealant shall be applied between glass panes and sash bars and
also between glass panes and beading. Aluminium beading shall also be from firm of
sections used for fabrication of aluminium Doors, Windows, Ventilators, Partitions,
Composite units etc. Joints shall be filled with PVC/neoprene felt, cleats etc as
indicated.

(f) Paneling:- Panels shall be of decorative plywood, prelaminated particle board,


aluminium etc as indicated. The panels shall be cut to correct size with minimum 12
mm portion being inserted in the frame and shall be fixed firmly with CP brass or
stainless steel screws. The joints between panels and members shall be sealed with
epoxy resin or silicon sealant. Joints shall be filled with PVC/neoprene felt, cleats etc as
indicated.

(g) PVC protected sheeting shall be used while fixing the frame of doors, windows,
ventilators etc to avoid damages, scratches etc.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 131

PARTICULAR SPECIFICATIONS (contd….)

9.0. INTERNAL ELECTRIFICATION

9.1 SCOPE OF WORK: The extent of work under this contract is as indicated in relevant Para/section of
Schedule ‘A’, particular specification and drawings. All references to clauses in succeeding paragraphs
pertain to MES Schedule. The layout of conductors/cable, route shall be as directed by the Engineer-in-
Charge.

9.2 GENERAL REQUIREMENT

9.2.1 The requirement pertaining to materials, conformity with Indian Electricity Act and rules, workmanship,
testing, record of installations, safety procedures and practices and fire safety, shall be all as specified in
MES Schedule clause 19.2.

9.2.2 The contractor is deemed to have included in rates, cost of making holes/ chases where required through
masonry or concrete work for taking in cables/conduits and conductors, etc and making good the same to
match with existing work.

9.3 TYPE OF WIRING


9.3.1 The type of wiring shall be as given in relevant section of schedule “A”, particular specification and as
directed by Engineer-in-Charge. Point wiring for light/power/fan point(s) includes all works comprising of:-
(a) Supplying and fixing/drawing of cables for carrying out wiring.

(b) Supplying and fixing of suitable size sunk steel terminal box covered with white hylam sheet
to accommodate requisite switches, fan regulator(s), sockets or switch socket combination.

9.4 LOCATION OF VARIOUS FITTINGS: Particular attention is drawn to the neatness in appearance, which is to
be achieved by judicious location of light fittings; switches socket outlets and main controls etc. Due regard
shall be given to doors, windows, opening, etc in fixing the run of cables, position of fittings, control switches
etc. The location of fittings etc. shall be marked in advance on walls etc. and approved by GE.

9.5 APPROVAL OF SAMPLES: Sample of all materials to be incorporated shall be approved by GE before
incorporation and shall conform to IS where ever applicable.

9.6 EARTHING AND TESTING:- Earthing shall be carried out as described in IS 3043 - 1987 and as per
Schedule ‘A’ / BOQ and as shown in drawings. It shall be conforming to the clause 19.137 of MES Schedule
Part –I (2009) Specifications and Chemical Earthing shall be carried out as per Manufacturers Instructions
and as specified in Schedule ‘A’ / BOQ.

9.7 SITING OF ELECTRICAL EQUIPMENT: The siting of cable conduit, controls, distribution boards, fittings and
accessories etc. shall be as laid down in IS 4648 “Guide for electrical layout in building” or as directed by
EIC/GE.

9.8 SYSTEM OF WIRING: Wiring shall be carried out with PVC insulated cable in concealed non metallic conduit
and shall run as far as possible near walls ceilings so as to be easily accessible and capable of being
inspected. Power wiring shall be kept apart at minimum distance of 2mm unless they are enclosed in earthed
metal conduit suitably marked to indicate the risk of dangerous shock due to the voltage in the conductor.

9.9 CONTROL AT POINT OF ENTRANCE OF SUPPLY: There shall be a linked main switch gear with MCB on
each live conductors of supply main at the point of entrance. No fuse shall be inserted in the neutral.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 132

PARTICULAR SPECIFICATIONS (contd….)

9.10 TYPE OF SWITCH BOARD: Standard Sheet metal enclosure for mounting MCB shall be of 16 gauge MS
Sheet supplied by the manufacturer.

9.11 The installation shall strictly comply with the provision contained in the latest edition of the Indian Electricity
Rules and IS-732 ‘Code of practice for electrical wiring and fittings in buildings’ as applicable to these works
except where such regulations and rules are modified by these specifications.

9.12 All electrical works shall be executed properly by skilled licensed electricians under the supervision of suitable
qualified electrical supervisors. The contractor on demand by Engineer-in-Charge shall produce such
evidence of qualifications of his workmen and supervisor(s) either at the time of commencement of the work
or any time there after during contract period.

9.13 The position of electrical fittings and fixtures shown on the drawings is tentative and may be changed by
Engineer-in-Charge at the time of execution if found necessary. Such change does not entail any price
adjustment.

9.14 The runs of the wires shall be marked on the walls and soffits of roof/ floor slabs for wiring. Approval of
Engineer-in-charge shall be obtained in writing before fixing plugs, boards, cables and fittings etc.

9.15 Looping back system of wiring shall invariably be used throughout the installation.

9.16 All electrical fittings and wiring shall be clear off doors and windows and other openings.

9.17 Danger boards shall be provided as per IS/IE Rules on all three phase switches and DBs.

9.18 No twisting, jointing in earth wire is allowed. All continuous earth wire shall be connected to main earth/switch
boxes/DB’s, socket plugs etc., by use crippling tools only

10.0 MOULDED CASE CIRCUIT BREAKER (MCCBs)

10.1 Moulded case circuit breaker shall be suitable for operational voltage of 415
V, AC 50 HZ, 3 phase 4 wire system for a rated current and ultimate breaking
capacity as specified in Schedule ‘A’ and conform to IS 13947 (Part 3, 1993)
and IEC – 60947 (Part 2). MCCBs shall be of adjustable thermal and
adjustable magnetic setting unless otherwise specified.

10.2 MCCBs shall be of compact and elegant design suitable for reversible load
and line terminations without affecting its performance. MCCBs shall be
suitable for fixing flush on the panels and shall be provided with handle
operating mechanism including Rotary Handle vari-depth type. The
insulating case and cover of MCCBs shall be made of high resistant and flame
retardant thermosetting insulating materials. The switching mechanism shall
be quick make, quick break and trip free. The position of the operating knob
/ handle shall clearly indicate ON, OFF and TRIP position.
10.3 Each pole shall be provided with a pair of contacts, which shall open at a
high speed over a large distance under short circuit faults. The special
designed arc chutes of insulating materials shall be provided to contain the
arc by providing effective are quenching device.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 133

PARTICULAR SPECIFICATIONS (contd….)


10.4 The tripping mechanism shall be hydraulic type of Electronic release or
thermal magnetic release for protection for over load and short circuit as per
the details given in Clause No.19.100.14.5 of MES Schedule Part – I. Under
voltage trip, mechanical interlocks etc shall be provided as per standard
practice and ISS. Under voltage trip shall be designed to operate when the
control voltage drops below a tripping threshold i.e., 20% to 70% of rated
voltage and shall be suitable for operation on 230 V/415 V AC. The
terminals shall be suitable for copper or aluminium terminations depending
on the type of cables specified in Schedule ‘A’.

11.0. HT UNDERGROUND CABLES


11.1 HT underground cables shall conform to IS-7098 XLPE cables of voltage grade 11000
Volts for electric supply 3 phase AC50 cycles/second all as specified in Schedule `A’.

11.2 LT CABLES
11.2.1 The LT underground cable shall be PVC insulated, sheathed heavy duty
armoured and working voltage unto and including 1100 volts. This shall
comply with IS-1554 (Part I of 1976).

11.3 CABLE, LAYING AND RECORD


11.3.1 The cable shall be laid all as specified in clause 19.75 to 19.81 of SSR Part I
(2009). The following essential data shall be furnished by the contractor as
cable record for all the buried cable insulation.
(a) Size, type and make of cable.
(b) Location of cable in relation to bench mark from any other permanent
structure.
(c) Cross section showing where cables are laid in pipes or trenches giving
their sizes, type and depth and position and type of all joints.
(d) Position and depth all pipes, ducts, etc., which are met and
obstruction to the cable route.
(e) Record of accurate lengths from joint to joint and phase sequence
between joint to joint of each cable run.
(f) The jointing of cables shall be inspected by Engineer-In-Charge and
approved by GE after testing including high voltage tests.
(g) The contractor shall provide LT Cable metal tags indicating sizes, each
run joints, length of cable between sub load centers, so that any spot
over cable can be identified.
(h) While laying LT cable under the roads, paths, etc., exact depth at which
the cable are to be laid shall be as per SSR and as directed by
Engineer-in-Charge.
(j) Cable shall not be bent to small radius while laying in trenches/ducts.
The minimum bending radius shall be taken as 12 dia.
(k) Before laying the cable, the trenches shall be provided with a layer of
sand to the thickness as directed by Engineer-in-Charge, for the
purpose of cushioning. Cable with exposed ends shall be provided with
cable ends.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 134

PARTICULAR SPECIFICATIONS (contd….)

(l) All joints of cable in joint boxes, etc, shall be done strictly as per the
manufacturer’s instructions. All joints shall conform to relevant IS.
Each joint will be inspected and passed by Engineer-in-Charge.
Random checks shall be exercised by GE also and findings recorded.
The PVC cables shall be terminated through a gland made of tinned
brass of suitable size. Before making joints in cables near substations
sufficient loops shall be provided for future maintenance all as
directed.
(m) As far as possible cable shall be laid in one length without joints.
However where not possible minimum number of joints only shall be
permitted.

12.0 CABLE TERMINATION, JOINT BOXES AND ACCESSORIES


12.1 Cable termination joints (epoxy joints) shall be in the form of "KITS" with
jointing instructions and literature for test certificate. Joints shall be provided
with utmost caution all as specified in Clause 19.22 of MES Schedule Part I
(2009).

12.2 TESTING
12.2.1 The testing shall be carried out by the contractor in the presence of the
Engineer-in-Charge, recorded and signed by both. The testing shall be carried
out all as per clause 19.93 to 19.95 of MES Schedule Part-I.
12.2.3 For cable laying, jointing and testing the relevant in pages 19-19 to 19-23 of
MES Schedule Part-I shall also be kept in view.
12.2.4 TESTING OF CABLE DURING LAYING

12.2.4.1 All new cables shall be megger tested before jointing. After jointing is completed all
low voltage (LV) cable shall be megger tested and high voltage (HV) cable pressure tested
before commissioning the cables shall be tested for :-
(a) Continuity (b) Absence of cross phasing (c) Insulation resistance to earth
(d) Insulation resistance between conductors.

13.0 SAND CUSHIONING

13.1 Sand for filling in trenches shall be free from foreign matter and it shall be river sand.
Before and after laying the cable the trenches shall be provided with sand cushioning
and well rammed as specified in clause No. 19.75 of MES Schedule Part-I.

14.0 CABLE COVERS (BRICKS)


14.1 The cable covers for laying along with the route of under ground cables shall be of sub
class ‘B’ bricks of size 230mm x 115 x 75 mm.

14.0 POINT WIRING / SUB MAIN WIRING

14.1 Cable and earthing lead for internal wiring, sub main wiring shall be as specified in
Schedule ‘A’. Cables and cords shall be from fresh stocks and shall be of approved make. The
capacity of current per circuit shall be as specified in Clause No. 19.24.2 of MES Schedule Part
– I.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 135

PARTICULAR SPECIFICATIONS (contd….)

14.2 Cable for internal wiring work shall be as specified in Schedule ‘A’. Unless otherwise
specified the cable shall be copper conductors and as specified in clause No. 19.25 of MES
Schedule Part –

15.0 DISTRIBUTION BOARD AND MCBs

15.1 Provide distribution board and MCBs as indicated in BOQ. Miniature circuit breaker shall
comply to the requirement of IS-8828-1996. The MCBs shall have rupturing capacity of 10 KA.
The terminals of MCBs should be brought out sufficiently to connect cable lugs directly. No
adopter should be used for terminating the cables. The MCBs should have quick-break-trip
free mechanism to ensure that contact cannot be closed against persistent fault. Bus bars
shall be electroplating copper tin plated and rated 200 Amps. Exposed faces of sheet steel
enclosures shall be painted with epoxy polyester powder coating at factory. Neutral has same
number of outgoing holds as the number of MCBs. Unit rate in Schedule ‘A’ shall also be
deemed to include for all internal connections in the distribution board and bus bar system is
completely insulated and fitted in PVC channel to avoid accidental toner, bus bar available in
single phase and 3 phase shall be colour coated suitable for both flush and surface mounting.

16.0 EARTHING

16.1 The earthing shall be in accordance with section 19 clause 19.137 of MES Schedule Part
– I and as per electrical plate No 3 of SSR Part-I. Earthing as described in BOQ shall be
executed in the presence of MES representative. Excavation for earth pit may be in any type of
soil, excavation shall be passed by Engineer-in-Charge before filling in. Surplus soil if any shall
be removed to a distance not exceeding 50 meters and the site left clean and tidy. Concrete in
earth pit shall be 1:3:6 type C1 using 20mm graded stone aggregate.

16.2 The maximum continuity resistance from any point of the installation including the earth
continuity conductor and earth lead to the earth pit shall not exceed 1 ohm.

16.3 All metal works associated with wiring system other than current carrying parts
including the cable sheathed and armoured conduit, ducts and box shall be connected to the
earth continuity conductor as required under Indian Electricity Rules 1965 and IEE wiring
regulations. The earth terminal of socket outlet etc. shall be connected to the earth continuity
conductor. The sizes of all the earth continuity shall be as specified in respective Schedule ‘A’
items. Testing of earthing shall be carried out as per clause No 19.146 of MES Sch Part –I.

17.0 DEMOLITION/DISMANTLING/ TAKING DOWN


17.1 Prior to commencement of work, inventory of all materials and fittings to be
dismantled/ demolished shall be prepared and signed by the Engineer-in-Charge
and the contractor.

17.2 Proper care shall be taken while dismantling without disturbing other existing
structures nearby which are not to be dismantled. Dismantling/ demolition shall be
carried out all as specified in the MES Schedule Part-I

17.3 The items obtained from dismantling shall be stored properly and the debris/
demolished materials shall be cleared off the site with prior written permission of the
Engineer-in-Charge. The serviceable/ un-used materials if any shall be returned
back to the stores. The decision of Engineer-in-Charge shall be final and binding.

17.4 The items obtained from dismantling for which credit has been offered vide Schedule
of credit, shall become the property of contractor and the same shall be removed
from site time to time with prior written permission of Engineer-in-Charge.
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 136

PARTICULAR SPECIFICATIONS (contd….)

18.0 MATERIAL AND SAMPLE BOARD

18.1 All materials unless otherwise specified shall possess ISI mark or conform to relevant
IS specification or to BSS if ISS is not available.

18.2 Approval of GE referred to in the clauses 19.2.1 and 19.2.2 on Page 19-4 of MES
Schedule Part I shall be in writing. Approved samples shall be labelled as such and
signed both by the contractor and Engineer-in-Charge. They shall remain in the
custody of Engineer-in-Charge till completion of the work.

18.3 The contractor is deemed to have included in rates, cost of making holes/chases
where required through masonry or concrete work for taking in cables/conduits and
conductors etc., and making good the same to match with existing work under
Schedule “A”.

19.0 PROTECTION OF EXISTING WORK

(a) All pipes, water mains, cables etc, met within the course of excavation shall be
carefully protected and supported without extra cost to the Government and shall be
deemed to include in the rates quoted for schedule ‘A’

(b) The rates quoted by the contractor for various items in Schedule ‘A’ shall be deemed
to include for all the contingencies referred above. No claim whatsoever will be
entertained by the department on this account.

20.0 GUARANTEE
20.1 The contractor shall give a guarantee for (24) Twenty Four Months from the date of
completion of mechanical laundry work for the materials, tools, plants provided on a
Non Judicial Stamp Paper. All rectifications/defects observed during this guarantee
period shall be repaired / replaced by the contractor at no extra cost to the Govt. The
contractor is also liable for replacement of materials/tools/plants incase the plants
failduring the testing and retest the plant at no extra cost to the Govt..
CA NO: CWE/AF(S)/AFA/ TOKEN No: 64 OF 2023-2024 SERIAL PAGE NO: 137

PARTICULAR SPECIFICATIONS (contd….)

21.0 LIST OF MANUFACTURERS


21.1 The make of various items of materials are as under. The contractor shall ensure
that the items of these makes only are incorporated in the work, which conforms
to the relevant specification / requirements / stipulation in the contract. Also
other products which are equivalent in the specification having IS certificate shall
be permitted in the work if approved by GE. The make of items which are not
covered in the list of manufacturers / Schedule ‘A’ shall be as approved by GE in
terms of Special Condition.

S/No Materials Make/Name of firm


1 2 3
1 Stone Aggregate Best locally available

2 Sand River Sand


3 Synthetic Enamel Paint Asian Paints / Nerolac Paints / Berger Paints /
Shalimar Paints
4. Aluminium Sections M/s HINDALCO / M/s INDAL (lndian
(Structural) Aluminium Company) / M/s JINDAL
M/s ASSOCIATED PROFILE & ALUMINIUM Co,
M/s AJIT INDIA
5. High Strength Tensile As Per Design and Manufacturers Instructions
Fabric Roof Covering
6. Copper Cables M/s HAVELLS / M/s FINOLEX
M/s NICCO / M/s LARSEN &TOUBRO
M/s ANCHOR / M/s KEI
7. MCB-DB’s / MCB’s M/s LARSEN & TOUBRO / M/s ABB
M/s SIEMENS / M/s SCHNEIDER
M/s HAVELLS / M/s LEGRAND
M/s C & S electric / BENLO
8. Switches / Sockets / Anchor / Crabtree / Leader / Legrand / Havells
Ceiling Rose etc
9. GI Pipes and Fittings Tata / Swastic / Jindal / Prakash Surya

10. LT XLPE Cables Cable Corporation of India / Asian Cable Co /


Aluminium Conductor Finolex Cable Ltd / Polycab / Gloster /
1100 Volts Grade Universal / Havells India Ltd

NOTE: - Any other makes approved by E-in-C's/CESC branch upto end date of
submission of bids shall also be deemed to be included in the above list. Validity
period of the manufacturer shall be verified by GE before approval of any make.

SIGNATURE OF CONTRACTOR) DCWE (CONTRACTS)


DATED _____________________ for ACCEPTING OFFICER
NO: CWE/AF(S)/AFA/ AFA/Token -64 OF 2023-2024 SERIAL PAGE NO: 138
1 2 3 4 5 6 7 8
1. BRICKS (i) IS-3495 AS PER IS-5454 AS GIVEN UNDER A Rs. 180/- CHECKS FOR VISUAL AND
COMPRESSIVE (PART-II) DIMENSIONAL CHARACTERI-
STRENGTH STICS SHALL ALSO BE CARRIED
OUT AS PER IS-5454
(ii) WATER -DO- LOT SIZE SAMPLE PERMISSIBLE A Rs. 150/-
ABSORPTION SIZE NOS OF
DEFECTIVE
(iii) EFFLORESCENCE -DO- BRICKS
(PART-I)
1001 TO 5 0 A Rs. 180/-
10000
10001 TO 10 0
35000
35001 TO 15 1
50000
2. COARSE (i) SIEVE ANALYSIS IS-2386 ONE TEST FOR EVERY 15 CUM OF A Rs. 120/- LEGEND
AGGREGATE (PART-I) AGGREGATES OR PART THEREOF A-SITE LAB, B-ZONAL LAB,
BROUGHT TO SITE C- NATIONAL TEST
HOUSE/SEMT WING/ENGG
COLLEGE
(ii) FLAKINESS -DO- -DO- A Rs.. 90/-
INDEX
(iii) ESTIMATION OF IS-2386 ONE TEST FOR EVERY 100 CUM OF A Rs. 120/-
DELETERIOUS (PART-I) AGGREGATE OR PART THEREOF
MATERIALS
(iv) ORGANIC -DO- ONE TEST PER SOURCE OF SUPPLY C Rs. 120/-
IMPURITIES
(v) MOISTURE -DO- REGULARLY AS REQUIRED A Rs. 120/-
CONTENT (PART-II)
(vi) SPECIFIC -DO- ONE TEST FOR EACH SOURCE OF SUPPLY B Rs. 120/-
GRAVITY
NO: CWE/AF(S)/AFA/ AFA/Token -64 OF 2023-2024 SERIAL PAGE NO: 139
PARTICULAR SPECIFICATIONS (contd….)
1 2 3 4 5 6 7 8
3. FINE (i) SIEVE IS-2386 (PART-I) ONE TEST FOR EVERY 15 CUM OF FA OR A Rs. 180/-
AGGREGATE ANALYSIS PART WHEN BROUGHT TO SITE
(ii) TEST FOR CLAY -DO- -DO- A Rs. 90/-
SILT AND
IMPURITIES
(iii) SPECIFIC -DO- (PART-II) ONE FOR EACH SOURCE OF SUPPLY B Rs. 180/-
GRAVITY
(iv) MOISTURE -DO- (PART-II) REGULARLY AS REQUIRED SUBJECT TO 2 A Rs. 180/-
CONTENT TESTS/DAY WHEN BEING USED
(v) REST FOR -DO- (PART-II) ONE TEST FOR EACH SOURCE OF SUPPLY C Rs. 180/-
ORGANIC
IMPURITIES
4. CEMENT (i) SETTING TIME IS-4031-63 ONE FOR EACH CONSIGNMENT AS AND B Rs. 200/-
REAFFIRMED WHEN REQUIRED
1980
(ii) SOUNDNESS -DO- -DO- C Rs. 200/-
(iii) COMPRESSIVE -DO- -DO- B Rs. 400/-
STRENGTH
(iv) FINENESS -DO- -DO- C Rs. 133/-
5. STRUCTURAL (i) SLUMP TEST OR IS-119 THE MINIMUM FREQUENCY OF SAMPLING A Rs. 180/- (i) RANDOM SAMPLING SHALL
CONCRETE COMPACTING OF CONCRETE OF EACH GRADE SHALL BE BE CARRIED OUT TO COVER
(M-15 GRADE AS UNDER :- MIXING UNITS
AND ABOVE)
(ii) COMPRESSIVE IS-516 QTY OF CONCRETE NO OF SAMPLES A Rs. 120/- (ii) REFER IS-456 CL 14.0 FOR
STRENGTH IN THE WORK (CUM) FREQUENCY OF SAMPLING
1–5 1
6 – 15 2
16 – 30 3
31 – 50 4
51 AND ABOVE 4+1
FOR EACH ADDL 50
CUM OR PART
THEREOF
CA NO: CWE/AF(S)/AFA/ AFA/Token -64 OF 2023-2024 SERIAL PAGE NO: 140

PARTICULAR SPECIFICATIONS (contd….)

1 2 3 4 5 6 7 8
6. CEMENT FLOORING (i) WATER ABSORPTION IS-1237-80 6 TILES OUT OF 18 B Rs. 180/- SAMPLE : 18 TILES FROM EACH
TILES/TERRAZZO TILES (APPX-D) SOUCE OF SUPPLY SELECTED AT
RANDOM
(ii) WET TRANSVERSE -DO- (APPX- -DO- B Rs. 144/-
STRENGTH E)
(iii) RESISTANCE TO -DO- (APPX- -DO- C Rs. 540/-
WEAR F)
7. BURNT CLAY ROOFING TILES (i) WATER IS-3495 6 TILES OUT OF 12 A Rs. 216/- SAMPLES : 12 TILES FROM EACH
(HANDMADE) AS PER IS-2690 ABSORPTION (PART-II) SOURCE OF SUPPLY SELECTED
(PART-II) (ii) COMPRESSIVE IS-3495 6 TILES OUT OF 12 B Rs. 180/- AT RANDOM
LENGTH : 150MM – 250MM STRENGTH (PART-I)
WIDTH : 100MM-200MM
THICKNESS : 35MM-250MM
8. WATER FOR CONSTRUCTION (i) TEST FOR ACIDITY IS-456 & 3015 ONCE AT THE B Rs. 240/- ALSO REFER CLAUSE 4.3 OF
PURPOSE (ii) TEST FOR - DO - STAGE OF B Rs. 240/- IS-456 AND ITS SUBSEQUENT
ALKALINITY - DO - APPROVAL OF C Rs. 300/- SUB CLAUSES REGARDING
(iii) TEST FOR SOLID SOURCE OF SUITABILITY OF WATER.
CONTENT WATER
9. WELDING OF STEEL WORK VISUAL INSPECTION IS-822-1970 100% BY VISUAL WORK Rs. 360/- SPECIFIED TESTS, THEIR
TEST CL 7.1 INSPECTION SITE METHOD & FREQUENCY TO BE
DECIDED ON CONSIDERATION
OF THEIR IMPORTANCE BY
THE ACCEPTING OFFICER
CA NO: CWE/AF(S)/AFA/ AFA/Token -64 OF 2023-2024 SERIAL PAGE NO: 141

PARTICULAR SPECIFICATIONS (contd….)

1 2 3 4 5 6 7 8
10. WOOD PARTICLE BOARD (i) DENSITY IS-2360-1977 THREE TEST A Rs. 60/- SAMPLE SHALL BE AS PER
(MEDIUM DENSITY IS-3097-1985) (PART-III) SPECIMENS FROM IS-3487-1983
EACH SAMPLE
(ii) MOISTURE CONTENT -DO- -DO- A&B Rs. 60/-
(iii) WATER ABSORPTION -DO- -DO- (Size A Rs. 60/-
(PART-16) 300mm X 300mm)
(iv) SWELLING DUE TO -DO- -DO- (Size A Rs. 60/-
SURFACE ABSORPTION (PART-17) 125mm X 100mm)
(v) SWELLING IN WATER -DO- -DO- (Size A Rs. 60/-
200mm X 100mm)
(vi) MODULUS OF -DO- THREE TEST B Rs. 90/-
RUPTURE (PART-IV) SPECIMENS AS
PER IS-2380-77
(vii) SCREW -DO- -DO- C Rs. 120/-
WITHDRAWAL (PART-IV) AS PER IS-2385
11. TILES (HP/CERAMIC) (a) WATER ABSORPTION AS PER AS PER IS B Rs. 216/- -
RELEVANT
IS
(b) FLEXURAL STRENGTH -DO- -DO- B Rs. 216/-
(c) WARPAGE -DO- -DO- B Rs. 216/-
(d) CRAZING TEST -DO- -DO- B Rs. 216/-
(e) CHEMICAL -DO- -DO- B Rs. 540/-
RESISTANCE

Signature of Contractor DCWE (Contracts)


Dated: for Accepting Officer

You might also like