You are on page 1of 33

CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 1

MILITARY ENGINEER SERVICES

NAME OF WORK: OUTSOURCING OF SERVICES FOR WATER SUPPLY AND


ELECTRICAL INSTALLATIONS IN 2N DET VELLACHI AND PTC KALPAKKAM AREA
UNDER AGE (I) NAVY CHENNAI

CONTENTS

Ser Description Page No


No From To
1 2 3 4
1 Contents sheet 1 --
2 Forwarding letter and instructions to tenderer (s) 2 9
3 Item rate tender & contracts for works required IAFW-1779A 10 17
(Revised 1955) including Schedule ‘A’ Notes & Tender page.

4 General conditions of contracts IAFW-2249 [1989 print] together 18


with amendments and errata thereto
5 Schedule of minimum Fair wages 19
6 Special conditions 20 26
7 Particular specifications 27 31
8 Notice of tender IAFW-2162 (Rev 1960) including Appendix ‘A’ 32 37
to Notice of tender and amendment / errata to NIT
9 Bid Documents
10 Sanction Order
11 Contract
12 Errata/amendments to the tender documents
13 Relevant correspondance
14 Acceptance letter
Total Number of pages
Total Number of drgs _______ sheets

Signature of Contractor ACWE (Contracts)


Dated: for Accepting Officer

Contd.,
CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 2

REGD POST WITH ACK DUE


Telephone: 25676055 Commander Works Engineers (Navy)
email: dcwecontnchni3-mes@nic.in Military Engineer Services
INS Adyar Old Building
Fort St George, Rajaji Salai
Chennai - 600 009

82545/ 03 /E8 30 Dec 2022

Shri / M/s___________________________
_________________________________
_________________________________
_________________________________

OUTSOURCING OF SERVICES FOR WATER SUPPLY AND ELECTRICAL INSTALLATIONS


IN 2N DET VELLACHI AND PTC KALPAKKAM AREA UNDER AGE (I) NAVY CHENNAI

Dear Sir(s),

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

2. Bids will be received online by ACCEPTING OFFICER upto the date and time mentioned
in the NOTICE INVITING TENDER (NIT). No tender/ bid will be received in physical form and
any tender/ bid received in such manner will be treated as non bonafide tender/ bid.

3. Bid will be opened on due date and time fixed for opening in www.gem.gov.in.

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 bid
submission start date.

5. Un-enlisted contractors are required to submit the scanned copies (in pdf file) of
documents required as per eligibility criteria mentioned in instructions for filling the tender
documents. Inadequacy/ deficiency of documents shall make the bid liable for rejection resulting
in disqualification for opening of finance bid.

6. 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 quotation/ offer received in any other
electronic or physical form like email/ fax/ by hand/ through post from tenderer/ bidder even if
they are received in time.

7. 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.

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

Contd.,
CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 3

9. 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) (V Sathya)


ACWE (Contracts)
for Accepting officer

Signature of Contractor
Date

Contd.,
CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 4

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S)

1. EARNEST MONEY
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 AGE (I) (Navy)
Chennai.

(b) Receipted Treasury challan, the amount being credited to the Revenue Deposit of
AGE(I) (Navy) Chennai.

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

Note:- Earnest Money Deposit ( EMD) in the form of Cheque/Bank Guarantee etc will not be
accepted. NON-SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (scanned copy
alongwith Technical bid & hard copy before the date & time fixed for opening ) WILL
RENDER THE BID DISQUALIFIED FOR OPENING OF COVER II (FINANCE BID).

2 PERFORMANCE SECURITY
2.1 The tenderers shall note that the successful bidder shall lodge performance
security of an amount equivalent to 5% of contract sum within 28 days from the
date of receipt of letter of Acceptance in the form of FDR or he may choose to
submit BGB or Govt. securities. However the tenderer will be allowed to avail
provision of reduced Performance Security of an amount equal to 3% of contract
amount by submitting a certificate as given in Para 2.3 below.

2.2 All bidders shall be required to sign the bid securing declaration as below :-

“I/We hereby understand and accept that if I/We withdraw or modify my /our
bids during the period of validity, or if I/We are awarded the contracts and on
being called upon to submit the performance security / security deposit fail to
submit the performance security / security deposit before the deadline defined
in the request for bid documents / Notice Inviting Tender, I/We shall be
debarred from exemption of submitting bid security for a period of 6 (Six)
months , from the date I/We are declared disqualified from exemption from
submitting of security deposits, for all tenders issued by MES during this
period”.
The above declaration shall be uploaded in .pdf format by the all bidders along
with technical bid (Cover-1) duly signed in their letter head.

2.3 Tenderers will be required to submit a certificate in regard of the following


points for availing reduced percentage of 3% performance security:

“(a) I/We declare that there are no outstanding recoveries against my/our firm.

Contd.,
CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 5

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S)

(b) I/We confirm that I/We do not intend to abandon the subject work after
availing relief of reduction of performance security from 5% to 3% of the value
of contract.

(c) In case, any of the declarations given above is not found correct/not
honoured by me/us, the said relief of 2% alongwith interest if any, may be
recovered from payments/deposits due to us from the Government of India.”

The above declaration/certificate shall be uploaded in .pdf format by the all bidders
along with technical bid (Cover-1) duly signed in their letter head.

2.4 If the performance Security is provided by the successful contractor in the form of a Bank
Guarantee, it shall be issued by Nationalized/Scheduled Indian Bank but its confirmation
shall be done only from the Head Office of the Bank.

2.5 Failure of the successful contractor to comply with the requirement of clause 2.1 here-in-
before shall constitute sufficient grounds for cancellation of the award of work and
forfeiture of the Earnest Money. In case of MES enlisted contractor, amount equal to the
Earnest Money stipulated in the Notice Inviting Tender, shall be notified to the tenderer
for depositing the amount through MRO. Issue of tender to such tenderers shall remain
suspended till the aforesaid amount equal to the Earnest Money is deposited in
Government Treasury.

2.6 (i) 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 of sums which may have been
deducted from or realized by the sale of his Performance Security or any part thereof.

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

2.7 In the event of contract being cancelled, under condition 52, 53 & 5 4 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 ‘www.gem.gov.in’ portal. Documents should be scanned and uploaded in ‘pdf’
form and ‘xls’ form as indicated.

3.2 Bids shall be uploaded on ‘www.gem.gov.in’ portal on or before the bid closing date
mentioned in the tender. No tender/ bid in any other electronic or physical form like email/ fax/
by hand/ through post will be considered.
Contd.,
CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 6

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S)

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 every
page of tender and shall sign all drawings (as applicable) 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
id on behalf of another partner(s) or on behalf of a firm or company using his DSC shall upload
with the tender/ bid a scanned copy (in ‘pdf’ form) of Power of Attorney duly executed in his
favour by such other or all of the Partner(s) or in accordance with constitution of the company in
case of company, stating that he has authority to bind such other person of the firm or the
Company, as the case may be , in all matters pertaining to the contract including the Arbitration
clause.

3.7 Even in case of Firms or Companies which have already given Power of Attorney to an
individual authorizing him to sign tender in pursuance of which bids are being uploaded by such
person as a routine, fresh Power of Attorney duly executed in his favour stating specifically that
the said person has authority to bind such partners of the Firm, or the Company as the case
may be, including the condition relating to Arbitration Clause, should be uploaded in ‘pdf’ form
with the tender/bid unless such authority has already been given to him by the Firm or the
Company. It shall be ensured that Power of Attorney shall be executed 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 (TIA) well in advance to be received before the date & time fixed for the same.

3.9 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to special conditions 24 & 25 of IAFW-2249 (General Conditions of
Contract).

Contd.,
CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 7

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S) (CONTD)

4. REVOKATION/ REVISION OF OFFER/ OFFERING VOLUNTARY REDUCTION,


AFTER OPENING OF FINANCIAL BIDS BY LOWEST BIDDER

4. 1 In the event of lowest tenderer/ bidder revoking his offer or revising his rates upward/
offering voluntary reduction, after closing of bid submission date & time, his offer will be treated
as revoked and the Earnest Money deposited by him shall be forfeited. In case of MES enlisted
Contractors, the amount equal to the Earnest Money stipulated in the Notice of tender, shall be
notified to the tenderer/ bidder for depositing the amount through MRO. Bids of such
contractors/ bidders shall not be opened till the aforesaid amount equal to the Earnest Money is
deposited by him in Govt Treasury. In addition, bids of such tenderer/ bidder and his related firm
shall not be opened in second call or subsequent calls. Reduction offered by the tenderer/
bidder on the freak high rates referred for review shall not be treated as voluntary reduction.

5. CPM (CRITICAL PATH METHOD)


5.1 The 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 literatures on the subject are widely available which the tenderer / bidder may make use
of.

5.3 The tenderer's attention is drawn to special conditions of the tender regarding
preparation of the detailed network analysis and time schedules for the work and his liability
for employing sufficient resources to adhere to this schedule. Any inability on the part of the
tenderer/ bidder in using the technique will be taken as his technical insufficiency and will
affect his class of enlistment and future prospect/ invitation to tenders for future works.
6. These instructions shall form part of the tender documents.
7. The tender for the works shall remain open for acceptance for a period of Sixty (60)
days from due date of submission of the bid excluding the date of submission of the bid.
8. In case any tampering/alteration is noticed between the documents as uploaded at the
time of the bid online and the original one as uploaded by the office of the Commander Works
Engineers (Navy) Chennai, then the bid submitted shall become invalid and the Government
shall, without prejudice to any other right or remedy, be at liberty to forefeit the said earnest
money as aforesaid
9. ELIGIBILTY CRITERIA FOR

(a) For MES enlisted contractors : Contractor shall be enlisted with MES in Class ‘D’ and
above and any category subject to satisfactory remarks wrt performance in respect of works in
hand as reflected in Work Load return (WLR) or any other report circulated by competent
Engineer Authority..

(b) For other Contractors (i) Contractor not enlisted with MES should meet the enlistment
criteria of Class & category contractor with regard to satisfactory completion of requisite value of
similar works with Central /State Government /Central/State PSUs/ AWHO/AFNHB/CGEWHO/
DGMAP, annual turnover, bank solvency, working capital another requirements given in Para

Contd.,
CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 8

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S) (CONTD)

1.4 & 1.5 of Section 1 of MES Manual of Contracts 2020 as available in all MES formations as
well as MES website (www.mes.gov.in)

(ii) Not carrying adverse remarks in Work Load Report (WLR) or any other similar report
circulated by any competent authority.

(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.

(iv) Police verification report.

10. Contracts should ensure that their original physical DDs as Earnest Money Deposit (EMD)
instruments (as applicable) reach the office of Accepting Officer within 5 days of bid submission
end date failing which following action shall be taken.

11. 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 enlist firm in MES
in their name as Proprietor/Partner/Director.

12. All bidders are requested to upload the documents as asked only. Uploading of
irrelevant documents which are not asked will be treated as willful negligence of the bidder and
his bid shall be rejected in Technical Evaluation.

13. Documents to be uploaded by the bidders in addition to documents mentioned here-in-


before for other Contractors :-

(a) Bid security declaration


(b) Documents related to qualifying criteria
(c) Working Capital & Solvency
(d) Police verification / Enlistment letter in case of MES enlisted contractors as
applicable
(e) Copy of PAN Card
(f) Copy of GSTIN
(g) Copy of cancelled cheque
(h) Copy of EFT mandate duly certified by the bank
(j) The documents evidence of registration of Office Establishment certificate located in
the state of the consignee alongwith local landline telephone Number.
(k) MSME certificate bearing class 7830 against the firm (Applicable for MSME Enlisted
Bidder & asking exemption from EMD)

Signature of Contractor ACWE (Contracts)


Date : _____________ for Accepting Officer

Contd.,
CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 9

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

TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACT


IAFW-2249 (1989 PRINT)

MILITARY ENGINEER SERVICES

Telephone: 25676055 Commander Works Engineers (Navy)


Military Engineer Services
INS Adyar Old Building
Fort St George, Rajaji Salai,
Chennai – 600 009

82545/ 03 /E8 30 Dec 2022

ITEM RATE TENDER AND CONTRACT FOR WORKS REQUIRED IN THE EXECUTION OF
WORK SERVICES FOR “OUTSOURCING OF SERVICES FOR WATER SUPPLY AND
ELECTRICAL INSTALLATIONS IN 2N DET VELLACHI AND PTC KALPAKKAM AREA
UNDER AGE (I) NAVY CHENNAI”

1. A tenderer/Bidder who is qualified as per the eligibility criteria mentioned in the tender
documents and has interalia sound past record is hereby authorized to quote the tender for the
above work.

2. The tender shall be published by this office on the MES portal of www.defproc.gov.in
dates can be referred in the web portal.

3. All correspondence must be returned to this office whether or not the tender has been
online submitted.

4. Any Correspondence concerning this tender should be addressed as indicated at the


top of this sheet, quoting the reference to the tender id mentioned in the www.gem.gov.in
portal.

THE PRESIDENT OF INDIA DOES NOT BIND


HIMSELF TO ACCEPT THE LOWEST OR ANY TENDER

Signature of officer issuing the


tender documents
Appointment : ACWE (Contracts)
(Signature of Contractor) For Accepting Officer
Dated: ______________ Dated :

Contd.,
CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 10

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

SCHEDULE ‘A’ NOTES


NAME OF WORK : OUTSOURCING OF SERVICES FOR WATER SUPPLY AND
ELECTRICAL INSTALLATIONS IN 2N DET VELLACHI AND PTC KALPAKKAM AREA
UNDER AGE (I) NAVY CHENNAI

NOTES:-

1. The entire works covered under this contract shall be completed within 11 (Eleven)
Months from the date of commencement as indicated in Work Order No 1 to be issued by
AGE(I) after acceptance of the tender on GeM portal.

2. Unit rates quoted by the bidder(s) in GeM/BOQ shall include for all necessary works
required for the entire completion of the items as described and shall cover supply of all
materials, labour, fixing, jointing, connecting up and testing etc. complete all as specified except
where specifically mentioned otherwise in the description of the respective item(s).

3. The contractor shall provide necessary notice boards to display precautions to be taken
by operational staff all as directed by Engineer-in-Charge.

4. The unit rate quoted shall include the following provisions: -

(a) The tradesmen engaged for the work shall be qualified and should have sufficient
practical experience in the trade referred in particular Specifications. The contractor
shall produce original qualification certificate of his manning and operation personnel,
including certificate of experience to Engineer-in-Charge. The AGE (I) may reject any
person if he is not satisfied with his performance of duty with or without assigning any
reasons. The contractor shall not be reimbursed or paid extra on this account.

(b) The Accepting Officer reserves the right to cancel the contract as a whole or
individual items of Schedule ‘A’ after expiry of 6 months of the contract period. However,
one-month prior notice will be given before cancellation.

(c) The running account receipt payment shall be made at an interval of 30 days from
the date of commencement all as per condition 64 of General conditions of contracts
(IAFW-2249). Final bill shall be made after completion of 11 months only. Following
documents will be checked by the AGE (I) before passing RAR for payment: -

(i) Attendance Register


(ii) Log sheets maintained
(iii) Maintenance register

(d) In case of any operating staff being absent in the installations and no substitute is
provided ,an amount @ Rs. 1000 per Shift per person shall be deducted from running
account receipts payment as penalty in addition to recovery of rates quoted under
respective items of Sch ‘A’ BoQ.

(e) The contractor shall reimburse the cost as decided by the Accepting Officer of
Contract due to damage/fire break down occurred due to negligence of his tradesmen.

Contd.,
CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 11

SCHEDULE ‘A’ NOTES (CONTD.,)


(f) In case of any break down occurring in the installation, payment will not be made
for the tradesmen employed towards manning and operation, after the admissible
maximum period of 24 hours, till the plant is made functional. The amount will be
calculated based on pro-rate to Sch “A” rates quoted by the contractor.
(h) The operation/maintenance personnel shall have through knowledge of safety
precautions during emergency cases and conversant with state electricity
rules/regulations.

(j) The contractor shall provide necessary notice board on local language, English &
Hindi as precautions aid medicines.

(k) The contractor shall provide first aid box at easily approachable place and stock
adequate first aid medicines.

(l). It is the responsibility of the contractor to intimate Engineer-in- charge the


breakdown of equipment’s installed in the pump house and water main ( within hour of its
happening ) So that speedy action can be taken to avoid delay in supply of water and
electricity. The breakdown shall be attended immediately and restore the water supply/
electric supply by the contractor.

(m). The Accepting officer reserves the right to run the water supply installations for
additional two months after the completion of contract period, if required due to
administrative reasons. The contractor will be given prior notice of 15 days for the
additional period and payment will be made as per Schedule ‘A’ items only. The
contractor will not be allowed for any extra claim at the later stage.

(n). The contractor shall provide 01 (one) mobile phone to the installation mentioned in
Schedule ‘A’ round the clock and cell phone No. shall be displayed in the installation.
Also the contractor shall make arrangements for cleaning of vegetation, bushes etc
surrounding the installation, throughout the contract period. The rates quoted by the
contractor in Schedule ‘A’ shall be inclusive of the above provision.

5. Description of items given in Schedule “A” are in brief. These are deemed to be amplified
and read in conjunction with latest IS, Special Conditions, Particular Specifications,
Specification of materials of workmanship and condition given in the relevant sections of the
SSR Part I 2009 (Specifications) and SSR Part II 2020 (Rates).

6. Bidders are required to get fully acquainted with the scope of work as catered for in the
tender documents and also the site of work. No claim shall be entertained for any
misunderstanding or any inaccuracy with regard to the site condition and provision made in the
tender documents

7. The contractor shall make all precautionary arrangements not to damage the existing
assets to the extent possible. It is becomes inevitable to execute the subject contract including
cutting etc, the disturbed/ damaged surfaces/assets shall be made good to the original
specifications without any extra cost to the govt.

Contd.,
CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 12

SCHEDULE ‘A’ NOTES (CONTD.,)

8. The tenderer shall satisfy himself by visiting the site with prior appointment of AGE (I)
regarding working conditions, local conditions, nature of site/ground, climatic conditions, nature
of work and means to access to site and other issues/circumstances which may affect the
execution of work at a later stage. No extra payment with regard to aforesaid reasons shall be
admissible under any circumstances.

9. As per Government of India, Ministry of Labour and Employment New Delhi Circular No
S.35025/02/2014 – SS II dated 15 July 2015, it is mandatory that , Contractor shall get
themselves registered with the Employees Provident Fund Organisation and deposit the
necessary contributions with the EPFO. Further, it is a mandatory requirement that all
construction workers should be provided Universal Account Number (UAN) by the
contractor by appropriately registering them on the EPFO Portal. The Contractor has to
upload Scanned Copy of Permanent or Temporary Provident Fund Code Number issued
by Concerned Authority. The contractor shall also ensure compliance of the EPF & MP
Act, 1952 by the sub-contractors, if any engaged by the contractor for the subject work.

10. It is mandatory on the part of the AGE (I) that while clearing the bills/ payments (RAR) of
Contractors, a certificate be obtained from the contractor that all workers employed by him
directly or indirectly are registered for EPF and the due contributions have been credited into
their accounts.

11. The rate quoted by the tenderer shall be inclusive of all types of taxes / cesses viz GST
and any other tax imposed / modified by the central / state govt during the currency of the
contract. Nothing extra shall be admissible on this account. Tenderers are advised to
independently ascertain the rate / percentage of goods & service tax, surcharge etc., and shall
quote their rates accordingly. No claim on account of any kind on misunderstanding on this
issue shall be entertained at a later date.

12. GST (GOODS AND SERVICE TAX ACT)

12.1 Contractor’s attention is drawn to effect that GST (Goods and Service Tax
Act) rolled out w.e.f 01st July 2017.

12.2 The contractor’s quoted rates shall be deemed to be inclusive of all taxes/
cesses viz GST, duties, royalties, octroi and other levies payable under respective
statues as applicable on the date of receipt of tender. It may be noted that any tender
imposing any condition in this regard or on any other account shall be treated as a
conditional tender and the same shall be liable to be rejected.

12.3 The Contractor is required to submit proof for payment of Service Tax and
cess to the Department as and when demanded by AGE for verification. In addition to
that it is mandatory that contractor shall upload the scanned copy of GST Registration
Number while submitting their Technical bid. Contractor not in possession of this number
will be disqualified in ‘T’ bid evaluation and his Finance bid will not be opened. Nothing
extra whatsoever shall be admissible on this account. The clauses pertaining to tax
liabilities wherever mentioned in the tender shall be deemed to be amended accordingly.

Contd.,
CA No: CWE/NAVY/CHN/ of 2022-23 Serial Page No: 13

SCHEDULE ‘A’ NOTES (CONTD.,)


13. The AGE (I) (as applicable) being Principal Employer is responsible to ensure that the
contractors fully comply with the Labour Laws. The contractor shall be primarily liable for all
payments to be made under and for observance of the regulations aforesaid without prejudice to
his right to claim indemnity from his sub-contractors. The Principal Employer shall have the right
to deduct from the payment due to the Contractor, any sum required or estimated to be required
for making good the loss suffered by a worker or workers by reason of non-fulfillment of the
Conditions of the Contract for the benefit of the workers, nonpayment of wages or of deductions
made from his or their wages which are not justified by the terms of the Contract or
nonobservance of the Regulations.

14. The Contractor shall keep registers, records, display Notices at the site to adhere the
labour regulations.

15. Submission of proof of crediting the wages in the Aadhaar linked bank account payment
made to the employees by the contractor shall be a pre-requisite to enable the contract
executing authority to release subsequent payments to contractors. The registered contractor
shall also provide the details of individual’s EPF and ESI account number to claim the payment
and the contract executing authority will ensure verification of the same from time to time.

16. No payments to the contractors / firms will be made unless proof of payment of wages
through Aadhaar linked bank accounts is submitted by the contractors / firms.

17. In case the rates quoted by any tenderer are less than minimum fair wages as
notified by Govt. of India/ State Govt./ Local body whichever is higher plus GST, the
Accepting Officer shall reserve their rights to reject the offer/ bid and his/their offer/bids
will be treated as non bonafide and will not be considered for Acceptance. In such case,
the lowest bid shall be determined by the lowest amount amongst valid bonafide bids
only.

Signature of Contractor ACWE (Contracts)


Dated: For Accepting Officer

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 18

GENERAL CONDITIONS OF CONTRACTS

[IAFW- 2249- 1989 PRINT]

FOR ITEM RATE CONTRACTS (IAFW-1779A)

A copy of the GENERAL CONDITIONS OF CONTRACTS [IAFW-2249 - 1989 PRINT] with


Errata 1 to 20 and amendments Nos 1 to 49 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 the 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 CONDITION OF
CONTRACTS [IAFW-2249 – 1989 PRINT ] including condition 70 there of pertaining to
settlement of disputes by Arbitration, with errata 1 to 20 and amendment Nos 1 to 49 form
part of these tender documents.

* Delete which is not applicable

ACWE (Contracts) Signature of Contractor


For Accepting Officer Dated:

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 19

SCHEDULE OF MINIMUM FAIR WAGES

1. It is hereby agreed that the ‘Schedule of Minimum fair wages’ [SMFW] Published
vide Govt of India Notification dated 14 June 1994 and as amended Subsequently from time to
time by the orders of the Competent Central/State Government/local authorities form part of the
tender documents.

2. 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 laborers
as legally effective on date of submission of tender, and his tendered rates shall be deemed to
have been based on this irrespective of the fact that Gazette Notification may not have been
published or that he was unaware of the increase in minimum wages.

3. The minimum wage legally effective referred to above are the minimum wages
Notified in Gazette/Governed by any local regulations/Central Govt. whichever is higher.

4. My/Our signature hereunder amounts to my/our having read and understood the
provisioning contained therein and I/We agree that the aforesaid documents form part of this
tender.

NOTE : ‘Schedule of Minimum fair wages’ referred to above is available for reference in
the Office of the CWE [Navy] Chennai, Fort St. George, Chennai – 09

ACWE (Contracts) Signature of Contractor


For Accepting Officer Dated:

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 20

SPECIAL CONDITIONS

1. GENERAL
1.1 The following special conditions shall be read in conjunction with the General Conditions
of Contracts. IAFW-2249 [1989 print] and IAFW-1779 ‘A’ [Revised 1955] / IAFW 2159
[Revised 1947] including Errata/Amendments thereto. If any provisions in these special
conditions are at variance with that of the aforesaid documents, the former shall be
deemed to take precedence there over.

2. ADMISSIONS TO SITE BY CONTRACTORS TO ASCERTAIN HIS OWN


INFORMATION
2.1 The tenderers shall contact the Asst Garrison Engineer (I) for the purpose of the
inspection of site[s] and relevant documents other than those sent herewith who will give
reasonable facilities for this purpose. The tenderers shall also make themselves with
working conditions, accessibility of site [s] availability of materials and other cogent
conditions etc which may affect the entire completion of work under this contract.

2.2 The tenderers shall be deemed to have visited the site[s] and made themselves familiar
with the working conditions, accessibility of site [s], availability of materials and other
cogent conditions, etc which may affect the entire completion of work under this contract,
whether they actually inspect the site[s] or not. No extra payment consequent on any
mistake or misunderstanding otherwise on this account will be allowed.

3 SECURITY AND PASSES


3.1 Contractors attention is invited to condition 25 of IAFW-2249. He shall employ only Indian
Nationals after verifying their antecedents and loyalty. The contractor shall on demand by
the Engineer-in-Charges, submit list of his agents, employees and working people
concerned and shall satisfy the Engineer-in-charge as to the bonafides of such people.

3.2 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, and employees and work people to the site of the work or any part thereof.
Passes should be returned at any time on demand by the Engineer-in-Charge of the
authorities concerned and in any case on completion of works.

3.3 The contractor and his agents, employees and work people shall observe all the rules
promulgated by the authority controlling installation/area in which the 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.

4. CONDITIONS OF WORKING IN RESTRICTED AREA

4.1 The work lies in restricted area. Permission to enter the restricted area at the time of
submission of tenders can be obtained through the AGE(I). Tenderers are advised to
send prior intimation of their agents, representatives, etc if any, dates and time of their
proposed visit so that necessary arrangements may be made by AGE(I) to ensure
admission.

4.1.1 Whether tenderer visits the site or not , he shall be deemed to have full knowledge of the
restriction of entering into/exit from and working within the restricted area.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 21

SPECIAL CONDITIONS (CONTD)

4.2 ENTRY/EXIT
4.2.1 The contractor, his agents, representative, workmen, etc and his materials carts, trucks
or other means of transport, etc, will be allowed to enter through and leave from only
such gate or gates and at such times as the AGE(I) or authorities in charge of the
restricted areas may at their sole discretion permit to be used. The contractor’s
authorized representative is required to be present at the place of entry and exit for the
purpose of identifying, his carts trucks, etc to the personnel in charge of the security of
restricted area.

4.3 IDENTITY CARDS OR PASSES


4.3.1 The contractor, his agents and representatives are required individually to be in
possession of an identity card or pass duly verified by the police department. The identity
card or pass will be examined by the security staff at the time of entry into or exit from the
restricted area and also any time or number of times inside the restricted area.

4.4 IDENTITY OF WORKMEN


4.4.1 Every workman shall be in possession of an identity entry card will be issued after
thorough investigation of the antecedents of the laborers by the contractors and attested
by the Office-in-Charge of the unit concerned in accordance with the standing rules and
regulations of the unit.

4.4.2 Contractor shall be responsible for the conduct and action of his workmen, agents or
representatives.
4.5 SEARCH
4.5.1 Thorough search of all persons and transport shall be carried out at each gate and for as
many times as a gate is used for entry or exit and may also be carried out at any time or
any number of times of the work site within the restricted area.

4.6 FEMALE SEARCHER


4.6.1 If the contractor desires to employ female labor on works to be carried out inside the area
of factory, depot, park, etc and female searcher is not borne on the authorized strength
of the Factory, Depot, park, etc at the time of submission of the tender, he shall be
deemed to have allowed in his tender for pay and allowances, etc for a female searcher
[Class IV/ Group ‘D’ servant] calculated for the period female labour is employed by him
inside that area. If more than one contractor employees female labour in addition to the
authorized strength of the Factory, Depot, park, etc, the salary and allowances paid to the
additional female searcher shall be distributed on an equitable basis between the
contractor employing female labour taking into consideration the value and period of
completion of their contracts. The AGE(I)’s decision in this regard as to the amount
recoverable on this account from the contractor shall be final and binding.

4.7 WORKING HOURS

4.7.1 The unit controlling restricted area, usually, work during six days in the week and remain
closed on the 7th day. The working hours available to contractor’s labour and staff are
however, appreciably reduced because of the time taken in security checks observed at
the time of entry, exit and during working hours. The labourers vehicle will not be allowed
inside and they are expected to reach by walk to the work site.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 22

SPECIAL CONDITIONS (CONTD)

4.7.2 The exact working hours, days and non working days observed for the restricted area,
where works are to be carried out shall be deemed to have been ascertained by the
contractor before submitting his tender. The tenderer’s attention is invited to the fact that
the total number of working hours for a unit is prescribed in regulations and they cannot
be increased by the Asst Garrison Engineer (I). Contractors materials transport, etc shall
normally be permitted to go out of the area between 8.30 A.M to 5.00 P.M. only.

4.8 WORK ON HOLIDAYS


4.8.1 The contractor shall not carry out any work on gazette holiday, weekly holidays and other
non working days except when he is specially authorized in writing to do so by the
AGE(I). The AGE(I) may at his sole discretion declare any day as holiday or non working
day without assigning any reasons for such declarations.

4.9 ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORKS


4.9.1 After the works are completed and surplus stores, etc removed by the contractor or his
agents, or 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
AGE(I).

5. FIRE PRECAUTIONS
5.1 The contractor his agents, representatives, workmen, etc, shall strictly observe the orders
pertaining to fire precautions prevailing within the restricted area. Motor transport
vehicles, any allowed by authorities to enter the restricted area, must be fitted with
serviceable fire extinguishers.

6. MINIMUM WAGES PAYABLE TO LABOUR


6.1 Refer condition 58 of IAFW-2249, the contractor shall not pay wages lower than minimum
wages for labour as fixed by the Government of India/State Government/ Union Territory
whichever is higher.

6.2 Schedule of minimum fair wages is not enclosed along with the tender but the contractor
is deemed to have full knowledge of the minimum fair wages payable to the labour as
legally effective on the day of submission of tender irrespective of the fact that the
gazette notification may not have been published or that he was un-aware of the increase
in the minimum wages/ For the purpose of special condition 16, the minimum wages
legally effective on the date of receipt of tender shall be the basis for reimbursement,
refund on the variation in prices. The minimum wages legally effective referred above
are the minimum wages notified in Gazette or any local regulations whichever is higher.

6.3 The contractor shall have no claim whatsoever, if on account of local factor and
regulations, he is required to pay the wages in excess of minimum wages as described
above during the execution of work.

7. BLANK.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 23

SPECIAL CONDITIONS (CONTD)


8. BLANK

9. CONTRACTOR’S REPRESENTATIVE AND WORKMEN


9.1 Refer condition 25 of IAFW-2249. The contractor shall employ only Indian Nationals as
his representatives, servants and workmen and verify their antecedents and loyalty
before employing them for the works. He shall ensure that no person of doubtful
antecedents and nationality is, in any way, associated with the work. If for reasons of
technical collaboration or other consideration, the employment of any foreign national is
unavoidable, the contractor shall furnish full particulars to this effect to the Accepting
Officer at the time of submission of his tender.

9.2 The AGE(I) shall order the contractor to cease to employ in connection with this contract
any representative, agents, servants and workmen or employer whose continued
employment in his opinion is undesirable. The contractor shall not be allowed any
compensation on this account.

10. INSURANCE
All the workmen deployed by the contractor shall be covered under insurance &
expenses shall be borne by the contractor. The contractor shall be solely responsible for
any type of mis-happening/ untoward incident with man power during the maintenance
and contractor shall have no claim of any insurance of such compensation from the
department.

11. PAYMENT OF RAR


The following documents shall be forwarded alongwith RAR and the payment shall be
released to the contractor only after these documents are received Photocopy of
attendance register alongwith original attendance register.
(a) Proof of payment of NEFT receipt.
(b) Proof of deposit of provident fund and ESIC contribution to the respective authority

12 LEGAL

12.1 The Contractor shall be responsible for compliance of all statutory provisions relating to
minimum wages, Provident Fund and Employees State Insurance other rules /
regulations framed by Govt time to time etc. in respect of the persons deployed by him.

12.2 The Contractor shall also liable for depositing all taxes, levies, Cess etc. on account of
service rendered by it to the Department to the concerned tax collection authorities from
time to time as per extant rules and regulations on the matter.

12.3 The Contractor shall maintain all statutory register under the applicable law. The contractor
shall produce the same on demand to the concerned authority of this Department or any
other authority under law.The Tax Deduction at Source (TDS) shall be deducted as per
the provisions of the Income Tax Department, as amended from time to time and a
certificate to this effect shall be provided to the contract by the Department.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 24

SPECIAL CONDITIONS (CONTD)

13. SECURITY OF CLASSIFIED DOCUMENTS


13.1 Contractor’s special attention is drawn to condition 2A and 3 of IAFW-2249 (General
conditions of Contracts). The Contractor shall not communicate any classified
information regarding the work either to contractor or sub contractors or others without
the prior approval of the Engineer-in-Charge.

13.2 The contractor shall also not make copies of the design/drawings and other documents
furnished to him in respect of the work, and shall return all documents on completion of
the work, or earlier on determination of the contract. The contractor shall along with the
final bill attach a receipt of his having returned the classified documents as per condition
3 of IAFW-2249 (General Conditions of Contracts).

14. DAMAGE TO THE EXISTING STRUCTURES/WORKS


14.1 Any damage to the existing structures, any existing road , underground cables, pipe lines,
drains, and fixtures etc., during the execution of work shall be made good by the
contractor at his own expense. Rectification, replacement, making good and touching up
etc. shall be carried out, conforming to the materials and workmanship originally provided
and to the satisfaction of the Engineer-in-Charge. In case of any dispute on this account,
the decision of the AGE(I) shall be final, binding and conclusive.

15. RETENTION MONEY/ COMPENSATION FOR DELAY


15.1 Refer condition 64 and 50 of IAFW-2249. For the purpose of calculating retention money
under condition 64 of IAFW-2249, and compensation for delay under condition 50 of
IAFW-2249, the value of contract as revised by price variation shall be taken into
account.

16. REIMBURSEMENT / REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO


CONTRACT VALUE ”
16.1 The rates quoted by the contractor shall be deemed to be inclusive of all taxes / cesses
viz GST, duties, Royalties, Octroi & Other levies payable under the respective statutes.
No reimbursement/refund for variation in rates of taxes, duties, Royalties, Octroi & other
levies, and /or imposition/abolition of any new/existing taxes/ cesses, duties, Royalties,
Octroi & other levies shall be made except as provided in Condition 21.2 herein below.

16.2 The taxes/ cesses which are levied by Government at certain percentage rates of
contract sum/ amount shall be termed as “ taxes directly related to contract value” such
as GST, Labour welfare cess/ tax and like as applicable but excluding Income Tax. The
tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract
value” with the last due date for receipt of tenders. Any increase in percentage rates
of “taxes directly related to Contract value” with reference to prevailing rates on last
due date for receipt of tenders shall be reimbursed to the Contractor and any decrease
in percentage rates of “taxes directly related to Contract value” with reference to
prevailing rates on last due date of receipt of tenders shall be refunded by the
Contractor to the Govt/deducted by the Government from any payments due to the
Contractor. Similarly imposition of any new “taxes directly related to Contract value”
after the last due date for receipt of tenders shall be reimbursed to the Contractor and
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
Government from the payments due to the Contractor.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 25

SPECIAL CONDITIONS (CONTD)


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

16.4 The contractor shall, for the purpose of this connection keep such books of account and
other documents as are necessary and shall allow inspection of the same by a
duly authorized representative of Government, and shall further at the request of the
AGE(I) furnish, verified in such a manner as the AGE(I) may require, any documents
so kept and such other informations as the AGE(I) may require.

16.5 Reimbursement for increase in percentage rates/ imposition of “taxes directly related
to Contract value” shall be made only if Contractors necessarily and properly pays
additional “taxes directly related to Contract value” to the Government, without getting
the same adjusted against any other tax liability or without getting the same refunded
from the concerned Government Authority and submits documentary proof for the same
as the AGE(I) may require”.

17. OFFICIAL SECRET ACT: Refer Condition 2-A of IAFW-2249 (General Conditions of
contracts). The contractor shall be bound by the Official Secret Act and particularly
section 5 thereof.

18. CONSTRUCTION WORKER WELFARE TAX


18.1 Consequent upon promulgation of ordnance by the President of India, contractor
shall be liable to pay an element for construction Labour Welfare Tax , if any and quoted
rates shall be deemed to be inclusive of this element and no extra payment shall be
admissible to the contractor

19. COVERAGE OF BUILDING AND CONSTRUCTION WORKERS ( BACW) IN THE


SCHEME FRAMED UNDER EMPLOYEES PROVIDENT FUNDS & MISCELLANEOUS
PROVISIONS (EPF & MP) ACT

19.1 Tenderer’s attention is invited to employee’s provident fund and miscellaneous provision
Act 1952. As per this Act, the contractor shall have provident fund code number. The
contractor who is not in possession of provident fund code number shall be disqualified
in ‘T’ bid evaluation and his financial bid shall not be opened. It is mandatory to upload
copy of EPF registration certificate along with application for tender.

19.2 It is the responsibility of the contractor to ensure that all the workers engaged by him/
them are having universal account number (UAN) duly allotted by Provident fund dept
and their contributions are properly credited into their account. A certificate to this effect
shall be furnished by the contractor while claiming Final bill. The contractor shall also
ensure compliance of the EPF & MP Act, 1952 by the sub-contractors, if any
engaged by the contractor for the subject work.

20. SIGNING OF TENDER


20.1 The person signing the tender on behalf of another partner 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 partners, stating that he has authority to bind such other
Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 26

SPECIAL CONDITIONS (CONTD)

person(s) or the firm as the case may be in all matters pertaining to the contract including
arbitration clause.

21. PERIOD OF KEEPING THE TENDER OPEN


21.1 The tender shall remain open for acceptance for a period of sixty (60) days from due
date of submission of the bid excluding the date of submission of the bid.

Signature of Contractor ACWE (Contracts)


Date: _____________ for Accepting Officer.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 27

PARTICULAR SPECIFICATIONS

1 SCOPE WORK

1.1 The work under the contract includes “OUTSOURCING OF SERVICES FOR
WATER SUPPLY AND ELECTRICAL INSTALLATIONS IN 2N DET VELLACHI
AND PTC KALPAKKAM AREA UNDER AGE (I) NAVY CHENNAI ” for full, final and
entire completion of items.

1.2 All Skilled operators shall be qualified, holding certificate in the trade from ITI or
equivalent institute and should be having minimum two year experience certificate
and the Semi-skilled operators/ mate should be having minimum two year experience
certificate in the respective field for which they are to be deployed and all certificates
shall be produced within 7 days for the issue of work order otherwise the operator
shall be removed from duty.

1.2 List of equipment/ Machinery and LT/ HT switch gears to be maintained at PTC
(Kalpakkam):-
(a) Pump set 3 HP - 04 Nos.
(b) Pump set 5 HP - 02 Nos.
(c) Pump set 10 HP - 04 Nos
(d) Feeder pillar boxes - 22 Nos.
(e) Post top lanterns - 48 Nos
(f) Flood lights - 62 Nos
(g) Street lights - 91 Nos.
(h) Internal electrification system of all buildings
(j) External electrification including UG cables
1.3 List of equipment/ Machinery and LT/ HT switch gears to be maintained at 2N DET
Vellachi:-

(a) HT VCB - 01 No
(b) Transformer 160 KVA - 01 No
(c) DG Set 63 KVA - 02 Nos.
(d) Maintenance of street lights/security lights - 150 Nos
(e) Maintenance of internal/external electrification system
(f) LT panel boards - 04 Nos
(g) Centrifugal pump set - 06 Nos
(h) Any other E/M equipment not mentioned above

Any other Water supply installations at plumbing in 2N DET Vellachi & PTC
Kalpakkam

1.4 Contractor shall be responsible to attend the complaints pertaining to the water
supply and Electric supply installations located and water supply installations at “2N
DET Vellachi & PTC Kalpakkam AGE (I) (Navy) Chennai as and when required, in
complaint register/complaint slip which will be kept in the service cell including
liaisoning with TNEB and water supply department to restore supply in case of break
down/ failure of supply.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 28

PARTICULAR SPECIFICATIONS

1.5 If any minor items viz., screws, nails, tapes, wooden plugs, electrical wires etc as and
when required shall be provided by the contractor without any extra cost. Also the
tradesmen provided by the contractor under schedule “A’ shall carry out the minor
repairs/renewals of items required for water supply and Electric supply installations
located and water supply installations at “2N DET Vellachi & PTC Kalpakkam under
AGE (I) (Navy) Chennai. No extra cost is admissible on this account.

1.6 The materials/items issued by the department for carrying out minor repairs /
renewals of electrical services shall be accounted in the registers maintained by the
department. The costs of labour for replacement of stores are deemed to be included
in the Schedule items itself.

1.7 The rate quoted is deemed to be inclusive of maintenance of the documents such as
log sheets of installation, complaint register, Earth test register, Attendance register,
Duty register, plant running record books and plant maintenance record book.

1.8 Necessary inventory of the items installed at site to be prepared jointly for handing
taking over of assets between Department and Contractor, any deficiencies in items
noticed during the period of contract, the contractor shall be liable to make good to
the items with the items of original specifications as received at the time of taking
over

1.9 The rate quoted is deemed to be inclusive of tools and safety equipment required for
running and maintenance of machineries, equipments and filtration plant.

1.12 The rate quoted is deemed to be inclusive of cost towards keeping the surrounding
areas of electrical and water supply installations including substations, pump houses
and filtration plants neat and tidy during the entire contract period.

1.10 Number of tradesmen catered in Schedule “A” in each shift shall be for regular
manning and operation of E/M installations. In case if any emergency/ breakdown of
service under AGE (I) (Navy) Chennai, the tradesman shall be provided on
requirement basis depending on the actual ground requirement irrespective of each
shift by the contractor. However requirement of tradesmen catered in Schedule ‘A’
per day overall shall not be reduced at any cost.

1.11 The rate quoted is deemed to include the cost towards uniform for the staff employed
for wearing during the working hours the uniform shall be pant, shirt & shoes and the
pattern of the uniform shall be decided by the Engineer- in -Charge.

1.12 The contractor shall be fully responsible for the insurance, accidental cover if any and
labour welfare for the tradesman engaged in this maintenance and operation contract
as per mentioned in Indian labour Act. No extra claim on this account is admissible
form the department.

1.13 Necessary Insurance for all the Employees Deployed for the M&O to be carried out
as per prevailing rules and copy of the same should be submitted to the Engineer-.in-
charge within one month of the commencement of the work.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 29

PARTICULAR SPECIFICATIONS

1.14 The contractor shall be fully responsible for making payment to the tradesman/
Helper as per the minimum wages act of the regional labour commissioner.

13.15 BLANK

1.16 It will be Contractors responsibility to submit all the documents as asked by the
Security Department of the concerned area to obtain Necessary Entry Passes to the
working area and copy of the same should be submitted to the Engineer-in-charge.

1.17 If any Person found absent from duty, recovery will be made at Rs 1000.00 per shift
per person.

1.18 Testing of water samples once in every five months as directed by Engineer-in-
Charge for chemical and bacteriological analysis from Govt Authorized Laboratory
and submit the report to this office.

1.19 Necessary DHPP (Diesel) for the running of equipments and Engine oil for toping up
shall be issued by department as free for running the installation. Contractor has to
collect the Diesel / Engine oil from the MES store yard. Necessary vehicle for shifting
for POL shall be arranged by Department. The rate quoted should be exclusive of
transportation charges.

1.20 All the Plants to be kept in serviceable condition with Minor Repairs and
Replacements (Not costing more than Rs 5000.00 during the contract Period) Any
Major Faults occurred to be intimated to concerned JE and Engr-in-Charge so that
the same can be rectified immediately.

1.21 The power Factor to be monitored regularly and to maintain proper record. In case
of any fault in the APFC Panel the same to be intimated to JE/Engineer in charge
within 1/2 hrs (30 minutes). In case of non intimation within 30 minutes due to
contractor's negligence, the penalty imposed by TNEB on this account shall be borne
by the contractor and the same will be recovered from contractors due. The decision
of Accepting officer in this regard is final and binding.

2.0 DAILY MAINTENANCE

2.1 To safe guard the E/M installations and materials/ items which is being manned/
operated.
2.2 Cleaning including surface dressing around substation area and cleaning switch
rooms.
2.3 Cleaning transformer switches near panels and keep clean fuse from dust and
foreign materials.
2.4 Check and record hourly reading of voltage, current power factor etc and neatly
maintain the log book.
2.5 Record the number of tripping off OCBs with reasons.
2.6 Maintain liaison along with department personal with supply / agency viz TNEB for
ensuring uninterrupted supply.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 30

PARTICULAR SPECIFICATIONS

2.7 Checking fuses, MCCBs, MCB and other controls.


2.8 Watering the earth pits.
2.9 Check and record transformer oil temperature and oil level for topping up.

2.10 Check sign of leakage through joints if leaks immediate action to be taken for
arresting the leak by replacing with necessary cork sheet/gaskets, welding brazing
etc.

2.11 Tightening the screws, bolts, nut and panels, switches, meters etc.,

2.12 Checking the photo electric cell for its functioning and cleaning the same.

2.13 Check relief diaphragm, replace if required.

2.14 Check dehydrating breather air passages and feed check crosier silicates which
should be replaced if required.

2.15 Check capacitor bank, controls and cables, if any repair and replacement required it
should be done immediately to avoid panel charges on account of low power
factor.

2.16 Checking of presence of chlorine on daily bases and PH testing as directed by


Engineer -in- Charge and to maintaining the record of the same is to be carried
out. Rate quoted is inclusive of items required for testing of water.

3.0 MONTHLY MAINTENANCE

3.1 Draw out the ACB /OCBs from the cubical clean thoroughly lubricates moving
wheels, parts etc for easy draw out and putting in the cubical.

3.2 Clean the cable ducts including removing dirt and foreign materials.

3.3 Check all terminal connections in switches, circuit breakers and transformer HV/L
terminals supply and replace keys if required.

3.4 Open front and rear door of HT/LT cubical and clean internally.

4.0 HALF YEARLY MAINTENANCE

4.1 Check LV/HV Bushes.

4.2 Check cube boxes and indoor terminals joints.

4.3 Half yearly measurement of earth resistance for all earthing station and records
maintained to include the resistance.

4.4 Testing of water samples once in every five months as directed by Engineer -in-
Charge for chemical and bacteriological analysis from Govt Authorised Laboratory
and submit the report to this office.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 31

PARTICULAR SPECIFICATIONS

5.0 YEARLY MAINTENANCE

5.1 Collect oil samples from each transformer and get them checked for acidity sludge
and flash point.

5.2 Check and record insulation resistance of transformer OCBs, HT/LT panels.

6.0 PENALTY : If the works as mentioned in Schedule of works (BOQ) are not executed
for any three working days or more of a month shall attract liquidated damages Rs.
1000/- per shift (per such case) on non execution of works subject to maximum limit
of Rs. 5000/- per month on the service providing Agency/contractor, this is in addition
to deduction in payment on pro-rata basis.

7.0 DEPLOYMENT OF PERSONNEL: Personnel deployed by the contractor shall be in


proper dress and shall have not consumed drugs/Alcohol. In case any personnel
found intoxicated (Drunk), contractor shall immediately remove concerned personnel
from site and a penalty for Rs `1000/- per each incident will be levied.

8. PENALTIES

8.1 If the works as mentioned are not executed for any three working days or more of a
month shall attract liquidated damages Rs. 1000/- per shift (per such case) on non
execution of works subject to maximum limit of Rs. 5000/- per month on the service
providing Agency/contractor, this is in addition to deduction in payment on pro-rata
basis.

9.2 DEPLOYMENT OF PERSONNEL: Personnel deployed by the contractor shall be in


proper dress and shall have not consumed drugs/Alcohol. In case any personnel
found intoxicated (Drunk), contractor shall immediately remove concerned personnel
from site and a penalty for Rs `1000/- per each incident will be levied.

10 SAFETY MEASURES

10.1 The Contractor shall take all possible safety measures to safe guard his workman.
The Contractor shall make sure that their employees are provided with all necessary
Personal Protective Equipments (PPE) such as safety helmets, protective footwear,
goggles and safety spectacles, gloves, reflective clothing, safety harness and as per
work specific equipments to ensure safety of working individuals. In case of any
accident/mis-happening, the contractor shall be liable to pay compensation if any to
the workmen. The Government will not have any liability on these matters and
Contractor is advised to quote the tender accordingly considering all these aspects.

Signature of Contractor ACWE (Contracts)


Date: _____________ for Accepting Officer.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 32

NOTICE INVITING TENDER

MILITARY ENGINEER SERVICES


APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)

Sl No Brief of Para Contents to be filled in


main
N.O.T
1 Name of Work OUTSOURCING OF SERVICES FOR WATER
SUPPLY AND ELECTRICAL INSTALLATIONS IN
2N DET VELLACHI AND PTC KALPAKKAM AREA
UNDER AGE (I) NAVY CHENNAI
3 Period of Completion 11 (Eleven) Months
5 Website/ portal address www.gem.gov.in
6 Type of contract The tender shall be based on Specifications IAFW-
2249 (General Conditions of Contracts), IAFW-
1779(A) (Revised 1955) and Schedule ‘A’ (List of
items) rates to be quoted by the tenderer
electronically (BOQ).

7 Timeline details
(a) Bid submission start date Refer critical dates on the website.
(b) Bid submission end date
(c) Date of bid opening
8 Eligibility Criteria
(a) For MES enlisted Contractor shall be enlisted with MES in Class ‘D’
Contractors and above and d(v) category subject to satisfactory
remarks wrt performance in respect of works in hand
as reflected in Work Load return (WLR) or any other
report circulated by competent engineer authority.
(b) For contractors not enlisted (i) Contractor not enlisted with MES should meet the
with MES enlistment criteria of 'D’ & d(v) category contractor
with regard to satisfactorily completion of requisite
value works with Central/State Government Central/
State PSUs/ AWHO/ AFNHB/ CGEWHO I 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 and document as
mentioned in serial page No. 7& 8 of tender
document

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 33

NOTICE INVITING TENDER

Sl No Brief of Para Contents to be filled in


main
N.O.T

(ii) Not carrying adverse remarks in Work Load


Report (WLR) or any other similar report circulated
by any competent authority. If already working in
MES.
(iii) Not suspended/debarred/blacklisted (either
permanently or temporarily) from participating in any
bid or for business dealing by any Central/State
Government Department or any Central/State
Government PSU or any Autonomous Body under
Central/State Government or any Local Body as on
the bid submission end date.

(c) Technical PQC criteria BLANK

9 Tender issuing and Accepting Commander Works Engineer,


Officer CWE(Navy) Chennai, INS Adyar Old Building,
Fort St George, Rajaji Salai, Chennai-09

10 Executing Agency Asst Garrison Engineer (I) (Navy) Chennai

NOTES :
1. 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 less than 7(Seven), applications in respect of MES contractors one class below the
eligible class shall also be considered subject to fulfillment of other eligibility criteria given in the
NIT. Therefore MES contractors’ one class below may also bid for this tender. Such contractors
shall not be considered in case their present residual work 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 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 of works
in hand showing names of work, names of Accepting Officers. Contract amounts, dates of
commencement and completion (stipulated) and progress as on bid submission date. 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.

2. In case after opening of Cover 1, the number of MES enlisted contractors of eligible class
as well as un-enlisted contractors, if any, fulfilling the other eligibility criteria given in NIT, are 7
(Seven) or more, applications of only those one class below the eligible class bidders shall be
considered, who have previously completed similar works satisfactorily and are meeting the
Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 34

NOTICE INVITING TENDER

criteria of upgradation in respect of past experience of completed works (individual work


experience and/or average annual turnover (solvency/financial soundness and working capital)
as per details given in Manual on Contracts. Therefore such contractors shall upload the
requisite information/documents in the Cover-1.

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

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

(a) Application for tender on Firms letterhead.


(b) Enlistment letter issued by the registering Authority duly renewed for the cycle period
in vogue.
(c) Scanned copy of DD/Bankers Cheque toward EMD instrument incase SSD bond is
not signed at the time of registration.
(d) Any other document required as described in this Appendix
(e) The documents evidence of registration of Office Establishment certificate located in
the state of the consignee alongwith local landline telephone Number.
(f) Copy of GSTIN,EPF& ESIC

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

(a) Application for tender Firm's letter head.


(b) Scanned copy of DD/Banker cheque toward 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 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 Appx to NIT & all documents as per Para1.5 of Section of MES Manual on
Contracts 2020.
(e) Details of works being executed in MES, if any.
(f) Any other document required as described in this Appendix.
(g) Working Capital & Solvency
(h) Turn Over certificate

6. All bidders are requested to upload the documents as asked only. Uploading of irrelevant
documents which are not asked will be treated as willful negligence of the bidder and his bid
shall be rejected in Technical Evaluation.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 35

NOTICE INVITING TENDER

7. Documents to be uploaded by the bidders in addition to documents mentioned in GTC fro


other contractor:-
(a) Bid security declaration
(b) Documents related to qualifying criteria
(c) Working Capital & Solvency
(d) Police verification / Enlistment letter in case of MES enlisted contractors as applicable
(e) Copy of PAN Card
(f) Copy of GSTIN,EPF& ESIC
(g) Copy of cancelled cheque
(h) Copy of EFT mandate duly certified by the bank
(j) The documents evidence of registration of Office Establishment certificate located in
the state of the consignee alongwith local landline telephone Number.
(k) MSME certificate bearing class 7830 against the firm (Applicable for MSME Enlisted
Bidder)

8. Tenders not accompanied by scanned copies of requisite DD/Bankers Cheque towards


cost tender and earnest money (as applicable) in Cover I shall not be considered for validation
of ‘T’ bid and their Financial Bids will not be opened.

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

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

(b) In case of tenders from unenlisted contractor, where scanned copies of requisite
DI/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
of be opened. Name of such contractors along with complete address shall be circulated
for not opening of their bids for a period of six months commencing from the date of
opening of Financial bid (Cover 2).

(c) In case of tenders from enlisted and un-enlisted contractors, where scanned copies of
instruments for Earnest Money Deposit (as applicable) have been uploaded in Cover but the
same are not received in physical form within stipulated period, such tenders shall not
qualify for opening of financial bid (Cover 2).

10. 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 their name as Proprietor/Partner/Director.

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 36

NOTICE INVITING TENDER

11. After opening of Cover / and during its technical evaluation, in case any deficiency
is in the documents required to be uploaded by the tenderers as per NIT, a communication in
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 II ) -
shall not be opened and contractor shall not have any claim on the same.

12. Invitation for e-tender does not constitute any guarantee for validation of Technical bid
and 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 thereof through tender valuation
report which shall be uploaded on the website. Such tenderer, if desires, may appeal to next
higher Engineer Authority (NHEA) viz HQ CE(Navy) Vizag Zone email id dircontceznv2-
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.

13. In case an un-enlisted contractor is already executing works in MES, he shall not be
considered eligible for the subject tender if the total value of such works is more than twice the
tendering limit of the MES Class of contractor for which it is eligible. For this purpose, details of
the works being executed by such a contractor shall be uploaded in the Cover -1 of the bid and
all be checked/verified by the Accepting Officer.

14. 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 all 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.

15. Revoking the offer or revising the rates upward or offering voluntary reduction by the
lowest tenderer after opening of Cover 2 shall be considered as a willful default. For this default
a penalty of an amount equal to Earnest Money shall be levied. In case of an unenlisted
tenderer, Earnest Money deposited by him shall be forfeited. In case of MES enlisted tenderer
having deposited the standing security bond, an amount equal to the earnest money stipulated
in the NIT, shall be notified to the tenderer for depositing through MRO and consideration of
such tenderer in tender evaluation for future works shall remain suspended till the afore-
mentioned 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.

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

Contd.,
CA No. CWE/NAVY/CHN/ of 2022- 23 Serial Page No. 37

NOTICE INVITING TENDER

17. Contractor shall ensure compliance of the EPF and MP Act 1952, in case the work is
awarded to him.

18. In case of rejection of technical / prequalification bid, contractor may appeal to next higher
Engineer Authority i.e HQ CE(Navy) Vizag Zone on email id against rejection, whose decision
shall be final and binding. However contractor / bidder shall not be entitled to any compensation
whatsoever for rejection of technical / prequalification bid.

19. 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 Courts of IAFW-2249 (1989 Print) shall be applicable.

Signature of Contractor ACWE (Contracts)


Dated: for Accepting Officer

Contd.,

You might also like