MES Solar Tender Document

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 228

NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES


CHIEF ENGINEER BAREILLY ZONE
NAME OF WORK: - PROVISION OF 0.5 MW SOLAR POWER PLANT AT EBS BABUGARH

CONTENTS
Sl. PARTICULARS PAGES
No. FROM TO

1. Index Sheet.

2. Forwarding Letter To

3. Instructions to Tenderers To

4. Notice of Tender IAFW-2162 including Appendix ‘A’ to Notice To


of Tender alongwith errata / amendment thereof

5. Lump sum tender and Contract for Works required IAFW- To


2159 (Revised 1947)

6. * General Conditions of Contracts IAFW-2249 (1989-Print) To

7. * Errata and Amendments to General Conditions of To


Contracts IAFW-2249 (1989-Print)

8. * Schedule of Minimum Wages

9. Special Conditions To

10. Particular Specifications including Appendix ‘A’, Annexure-I To


to IV to Particular Specifications and List of Drawings

11. Errata / Amendments to Tender Documents To

12. Relevant Correspondence To

13. Acceptance Letter. To


Total Nos. of pages

Drawings : Sheets

* These documents are not attached with tender documents and can be seen in the office of CEBZ
BAREILLY, CWE MEERUT and GE (U) E/M Meerut during working hours.

(Signature of Contractor) Asst Dir (Contracts)


Dated………………………… For Accepting Officer

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 2
BY REGISTERED POST
Tele Mil : 6055 Headquarters
Chief Engineer Bareilly Zone
Military Engineer Services
Sarvatra Bhawan, Station Road
Bareilly Cantt
Bareilly -243001

884316 / / E-8 Dec 2020

Shri / M/S ………………………………………...


………………………………………………………..
………………………………………………………..

TENDER FOR PROVISION OF 0.5 MW SOLAR POWER PLANT AT EBS BABUGARH

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 1 & Cover II are specified
in NOTICE OF TENDER.

2. Bids will be received online by ACCEPTING OFFICER (Chief Engineer, Bareilly Zone, Bareilly) up
to the date and time mentioned in the 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 the presence of tenderers/bidders
or their authorized representatives, who have uploaded their quotation bid and who wish to be present
at the time of opening the bids.

4. Your attention is also drawn to instruction on filling and submission of tender attached herewith.
You may forward your points on tender documents and/or depute your technical representative for
discussion on tender/drawings and to clarify doubts, if any, on or before 19 Jan 2021. You are
requested not to write piece meal points and forward your points duly consolidated before due date ie
19 Jan 2021.

5. Un-enlisted contractors are required to submit the scanned copies (in pdf file) of documents
required as per eligibility criteria mentioned in instructions for filling the tender documents and Appendix
‘A’ to NIT alongwith EARNEST MONEY DEPOSIT (EMD) and tender fee on e-procurement portal and
submit the physical documents in the office of Chief Engineer Bareilly Zone, Bareilly 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) Contractors 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 and time fixed for this purpose. In case of failure to abide by any of these two requirements, the
finance bid will not be opened.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 3
(b) Contractor having not executed standing security bond and standing security deposit in
any MES formation would be required to deposit individual security deposit on acceptance of
tender which will be calculated with reference to the tendered cost as per scales laid down by
MES for calculation of “EARNEST MONEY” enhanced by 25% subject to maximum of Rs
18,75,000.00 (Rupees eighteen lakh seventy five thousand only).

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 Chief Engineer Bareilly Zone, Bareilly before date and time fixed for
this purpose.

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

9. In view of delays due to system failure or other communication related failures, it is suggested
that the tender/bid be uploaded, if necessary, sufficiently in advance of the last due date and time fixed.

10. General Conditions of Contracts (IAFW-2249) (1989 print) and errata and amendments thereto,
Schedule of minimum fair wages and MES SSR (Part-I and Part – II) are not enclosed with these
documents. These documents 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.

12. (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 (NIT) and shall ensure receipt of hard copy of EMD in the office of Chief Engineer, Bareilly
Zone, Bareilly before date and time fixed for this purpose. In case of failure to abide by any of these two
requirements, the finance bid will not be opened.

(b) Contractor having not executed standing security bond and standing security deposit in
any MES formation would be required to deposit individual security deposit on acceptance of tender
which will be calculated with reference to the tendered cost as per scales laid down by MES for
calculation of “EARNEST MONEY” enhanced by 25% subject to maximum of Rs 1875000.00 (Rupees
eighteen lakh seventy five thousand only).
13. The work lies in UNRESTRICTED AREA.
14. This letter alongwith ‘Instructions to tenderers’ shall form part of tender documents.
15. Your attention is invited to ‘Instruction to tenderers’ attached herewith for strict compliance.

Yours faithfully,

______________________________ Asst Dir (Contracts)


SIGNATURE OF CONTRACTOR for Accepting Officer
DATED : _____________________

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 4

INSTRUCTIONS TO THE TENDERER (S)


(INSTRUCTIONS FOR COMPLETION 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, alongwith their tender/bid :-
(a) Deposit at Call Receipt from a Scheduled Bank in favour of Garrison Engineer concerned.
(b) Receipted Treasury challan, the amount being credited to the Revenue Deposit in favour
of Garrison Engineer.
Note :- Earnest Money in the form of Cheque/Bank Guarantee etc. will not be accepted.

NON-SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (SCANNED COPY ALONGWITH


TECHNICAL BID & HARDCOPY BEFORE THE DATE AND TIME FIXED FOR OPENING OF BOQ)
WILL RENDER THE BID DISQUALIFIED FOR OPENING OF COVER II (FINANCE BID).

2. SECURITY DEPOSIT

In case the tender/bid submitted by such contractor who is not enlisted with MES is accepted,
the contractor will be required to lodge with the Controller of Defence Accounts "INDIVIDUAL SECURITY
DEPOSIT" calculated with reference to "TENDERED COST" as notified by the Accepting Officer subject to
a maximum of Rs. 18,75,000/-. The amount is required to be lodged within 30 (Thirty) days of the
receipt by the contractor of notification of acceptance of tender/bid, failing which the sum shall be
recovered from the 1st RAR payment or from the Final Bill (See condition 22 of GCC (IAFW-2249)).

3. CONTRACTORS ENLISTED WITH CHIEF ENGINEER CENTRAL COMMAND AND WHO


HAVE EXECUTED STANDING SECURITY BOND AND DEPOSITED STANDING SECURITY
DEPOSIT BUT OF LOWER CLASS

In case the tender/bid is accepted, the amount of 'Additional Security Deposit' will be as notified
by the Accepting Officer. The amount will be the difference between the 'Individual Security Deposit'
calculated with reference to the 'TENDERED COST' and 'Standing Security Deposit' lodged. The
amount is required to be lodged within 30 (Thirty) days of the receipt by the contractor of notification of
acceptance of tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from
the Final Bill (refer condition 22 of IAFW-2249).

4. CONTRACTOR(S) ENLISTED IN MES FORMATIONS OTHER THAN CE CENTRAL COMMAND

Contractors whose names are on the approved list of any MES formations i.e. other than CE
Central Command and who have deposited standing security and have executed standing security bond
may tender/bid without depositing earnest money with the tender/bid and if the Accepting Officer
decides to accept the tender/bid, such tenderers will be required to lodge security deposit as notified by
the Accepting Officer. The amount is required to be lodged within 30 (Thirty) days of the receipt by the
contractor of notification of acceptance of tender/bid, failing which the sum shall be recovered from the
1st RAR payment or from the Final Bill.

5. GENERAL INSTRUCTIONS FOR COMPLIANCE

5.1. The bids received only in the electronic form will be considered. All bids shall be submitted on
‘eprocuremes.gov.in’ portal. Documents should be scanned and forwarded in ‘pdf’ form and ‘xls’ form as
indicated.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 5

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS


TO BE COMPLIED WITH BY THE TENDERER(S) (Contd…)

5.2 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 email / fax / by hand / through
post will be considered.

5.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents, corrections/
alterations shall be signed/ initialled by the lowest bidder after acceptance.

5.4 Drawings, if issued in physical form, must be returned duly initialled by the tenderer/bidder in
separate envelope indicating his name and address.

5.5 The tender shall be signed, dated and witnessed at all places provided for in the documents after
acceptance. All corrections shall be initialled. The contractor shall initial every page of tender and shall
sign all drawings forming part of the tender. Any tender/bid, which proposes alterations to any of the
conditions whatsoever, is liable to be rejected.

5.6 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 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) 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 or the firm or the
company as the case may be, in all matters pertaining to the contract including the Arbitration Clause.

5.7 Even in case of firms or companies which have already given Power of Attorney to an individual
authorizing him to sign tender and in pursuance of which tenders/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.

5.8 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.

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

5.10 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).

5.11 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.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 6

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS


TO BE COMPLIED WITH BY THE TENDERER(S) (Contd…)

5.12 The tenderer/bidder shall quote his rate on the BOQ file only. The amount shall be filled against
the items in green column provided to quote the rates only and schedule of credit if any shall be
deducted manually at the time of acceptance of tender. No alteration to the format will be accepted;
else the bid will be disqualified and summarily rejected.

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

5.14 Site visit by the contractor before quoting the tender is compulsory. The department, in this
regard, will entertain no claim subsequently.

5.15 Uploading of documents related to Provident Fund Code number and GST number is
essential for eligibility of quoting of bids, failing which the bid shall not be opened.

6. 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 bid submission date and 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, failing which the amount shall be recovered from payment due
to such Contractor or shall be adjusted from his Standing Security Deposit. In addition, such tenderer
and his related firm shall not be issued the tender in second call or subsequent calls. Issue of further
tenders to such tenderer shall also remain suspended till the aforesaid Earnest Money is deposited in the
Govt. Treasury. Reduction offered by the tenderer/bidder on the freak high rates referred for review
shall not be treated as voluntary reduction.

7. CPM (Critical Path Method)

7.1 The project planning for work covered in the scope of tender is based on CPM.

7.2 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.

7.3 The tenderer’s/bidder’s attention is drawn to special condition of the tender regarding
preparation of the detailed network analysis and the time schedule for the work and his liability for
employing sufficient resources to adhere to this schedule. Any inability on the part of the tenderer/
bidder 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.

7.4 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
wilt all the errata/amendments / corrigendum, if any, issued by the department.

8. These instructions shall form part of the contract documents and shall be signed and returned
alongwith the tender documents.

___________________________ Asst Dir (Contracts)


SIGNATURE OF CONTRACTOR for Accepting Officer
DATED : _____________________

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 7

MILITARY ENGINEER SERVICES

NOTICE OF TENDER

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

2. The work is estimated to cost as indicated in aforesaid Appendix 'A'. This estimate, however, is
not a guarantee and is merely given as a rough guide and if the work cost more or less, a
tenderer/bidder will have no claim on that account even. 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 names are on the MES approved list for the area in which the work
lies and within whose financial category the estimated amount would fall, may tender/bid but in case of
term contracts, contractors of categories SS to E may tender/bid. In case, where the tender amount is
in excess of the financial limit of the contractor and the Accepting Officer decides to accept the
tender/bid in which event the tenderer/bidder would be required to lodged additional security deposit as
notified by the accepting officer in term of conditions of contract. 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 alongwith the tender/bid
and if the tender /bid submitted by such a tenderer/bidder is accepted, the contractor will be required to
lodged with the Controller of Defence Account concerned the amount of ‘Individual security deposit’
within the thirty days of the receipt by him of notification of acceptance of his tender/bid, failing which
this sum will be recovered from 1st RAR payment or from the first final bill. In the case of term/running
contracts, remaining sum shall be recovered from subsequent bill(s) of the contractor. Not more than
one tender/bid shall be submitted/uploaded by one contractor or one firm of contractors. Under no
circumstances will a father and his son(s) or other close relations who have business dealing with one
another be allowed to tender/bid for the same contract as separate competitors. A breach of this
condition will render the tenders/bids of both the parties liable for rejection.

5. The office of Chief Engineer, Bareilly Zone, Bareilly-243001 will be the Accepting Officer
hereinafter 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 if T bid is not accepted resulting in non-opening of ‘Q’ bid. The applicant
contractor shall bear the cost of bank charges for procuring and encashing the DD and shall not have
any claim from Government whatsoever on this account.

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

6.2. In case of contractor who has not executed the "STANDING SECURITY BOND", the Cover-1 shall
be accompanied with by "Earnest Money" of amount as mentioned in Appendix 'A' in the form of deposit
at call receipt in favour of concerned GE (see Appendix 'A') by a Nationalized Bank / Scheduled Bank/or
in receipted treasury challan, the amount being credited to the revenue deposit of the concerned GE
(see Appendix 'A').

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 8

NOTICE OF TENDER (Contd…)

6.3. A contractor who is not enlisted for the area in which the work lies, but whose name is in the
MES approved list of any MES formation and who has deposited Standing Security and executed
Standing security bond, may bid/tender without depositing earnest money alongwith the tender, but if
the Accepting Officer accepts the tender/bid, the contractor will be required to lodged with the
Controller of Defence Account concerned the amount of ‘Individual security deposit’ within the thirty
days of the receipt by him of notification of acceptance of his tender/bid, failing which this sum will be
recovered from 1st RAR payment or from the first final bill. In the case of term/running contracts,
remaining sum shall be recovered from subsequent bill(s) of the contractor.

6.4. A contractor who has executed the standing security bond but not corresponding to the
appropriate class as mentioned above, shall lodge with the Accepting Officer, Additional Security Deposit
as notified by the Accepting Officer within thirty days of receipt of his notification of acceptance of his
tender/bid, failing which this sum will be recovered from first RAR payment or from the first final bill. In
the case of term/running contracts, remaining sum shall be recovered from subsequent bill(s) of the
contractor. However, in case where any payment is made to the contractor within thirty days of receipt
by him of notification of acceptance of tender/bid, the amount of additional security deposit shall be
recovered from such payment.

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

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

6.7. Copies of the drawings and other documents 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 concerned GE during office working hours.

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

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 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 heaving
bearing on the execution of the work.

10. Tenderers/bidders must be in possession of copy of MES Standard Schedule of Rates Part I-2009
& Part II-2010 including errata/ amendments 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
financial bid of any applicant/bidder. ‘T’ bid validation shall be decided by the Accepting Officer based

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 9

NOTICE OF TENDER (Contd…)

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, Central Command Lucknow on email id ceengrll-
mes@nic.in with copy to the Accepting Officer on email 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.

12. The Accepting Officer reserves the right to accept the tender submitted by a Public Undertaking,
giving a price preference over other. Tender(s)/bid(s) which may as 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.

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

15. Court of the place from where tender has been issued shall alone have jurisdiction to decide any
dispute out of or in respect of this tender. After acceptance of tender, Condition 72 – Jurisdiction of
Courts of IAFW-2249 shall be applicable.

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

(Signature of Contractor) Asst Dir (Contracts)


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

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 10

APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION


MILITARY ENGINEER SERVICES

1 Name of Work : PROVISION OF 0.5 MW SOLAR POWER PLANT AT


EBS BABUGARH
2 Estimated Cost : Rs. 340.00 Lakhs (At Par Market)
3. Period of completion : 180 days
4. Cost of tender documents : Rs 2000.00 in the shape of DD/Bankers cheque from
any schedule Bank in favour of GE (U) E/M Meerut and
payable at Meerut.
5. Website/portal address : www.defproc.gov.in and www.mes.gov.in
6. Type of contract : The Item rate tender shall be based on BOQ, Drawings,
Specifications, IAFW-1779A and GCC (IAFW-2249) with
BOQ to be priced by tenderer. The tenderers are
required to quote their rates against each item of BOQ.
7. Information & Details :

(a) Bid submission start date : As per critical dates

(b) Last date of bid submission : As per critical dates

(c) Date of bid opening : As per critical dates

8. Eligibility Criteria
(A) For MES enlisted contractors : (i) Contractors of Class “A” (and below eligible class
as per existing policy) shall be considered eligible.

(ii) Contractor should have MoU with Solar Power


Firm of rating 1A / 1B / 1C / 2A / 2B / 2C given by
CRISIL / CARE / FITCH / ICRA / BRICKWORK / SMERA
and having experience as given in para 8(C)(i).

(iii) They should not have any adverse remarks in


WLR of competent engineer authority.
NOTE: Enlisted contractors who are either having above
mentioned solar rating themselves fulfilling the criteria
laid down here-in-below or meeting the criteria laid
down for un-enlisted contractors shall also be
considered eligible.
(B) For Un-enlisted contractors (i) Contractors meeting the criteria of annual turnover,
financial criteria, solvency, working capital, fixed assets
commensurate with enlistment criteria of class “A”
contractor in MES.

(ii) Contractor should have MoU with Solar Power


Firm of rating 1A / 1B / 1C / 2A / 2B / 2C given by
CRISIL / CARE / FITCH / ICRA / BRICKWORK / SMERA
and having experience as given in para 8(C)(i). However
requirement of MoU is exempted for contractors who
themselves are having requisite rating by rating agency
mentioned here-in-before.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 11
APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION (Contd…)
(B) For Un-enlisted contractors (iii) No recovery outstanding in any Government
Department.

(iv) They should not have any adverse remarks in


WLR/or any other similar report of any authority.

Note:- 1. Meeting engineering establishment criteria of


Class “A” contractor of MES is not required.
2. MOU will be permitted between only one eligible solar
power firm and one MES enlisted/ unenlisted contractor,
bidding for the same tender.
(C) For All Contractors (i) Experience of having successfully completed
Solar Power Plants in Government Department / PSU
during last seven years ending last day of the month
previous to the one in which applications are invited
should be any of the following:-

One work of capacity ≥ 400 KWp


OR
Two works of capacity ≥ 250 KWp
OR
Three works of capacity ≥ 200 KWp

(ii) Contractor will not be allowed to execute the


work by subletting or through power of attorney holder
on his behalf to a third party/ another firm except sons/
daughters of proprietor/ partner/ Director, Project
Manager as per contract conditions.

9. Tender issuing and Accepting : Chief Engineer, Bareilly Zone, Bareilly-243001


Officer
10. Executing agency : GE (U) E/M Meerut
11. Earnest Money : Rs. 4, 15,000/- in the form of FDR/TDR in favour of
GE (U) E/M Meerut.
12. Date of handing over of site : Within 15 days from the date of acceptance.

13. Tenderers must be in possession : MES standard schedule of rates Part-I (2009)
of (Specifications) and MES standard schedule of Rates
Part-II (2010) (Rates) including amendments thereto.

14. Performance Security Deposit An amount equal to 5% of the contract sum shall be
deposited by the Contractor (Either enlisted or un-
enlisted) within 28 days of receipt of the letter of
Acceptance in prescribed form as specified in condition
19 of IAFW-2249. Failing which the contract shall be
cancelled and EMD be forfeited. In case of enlisted
contractor the amount equal to Earnest money as
mentioned under para 11 above shall be deposited by
contractor through MRO in Govt treasury. Issue of
tender to such tenderer shall remain suspended till the
aforesaid amount equal to Earnest money is deposited
in Govt treasury. In case contractor fails to deposit the
money through MRO, it shall be deducted from his
standing security held with the govt.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 12
APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION (Contd…)
Refer “Para 7, Critical Dates”.
(i) Publishing date and time of tender On or after 16 Dec 2020, 1200 hrs
document
(ii) Starting date of time of tender documents On or after 16 Dec 2020, 1200 hrs
download
(iii) Starting date and time of bid submission On or after 13 Jan 2021, 1200 hrs
(Cover 1 & 2)
(iv) Bid documents download end date and On or after 19 Jan 2021, 1800 hrs
time
(v) Closing date and time of bid submission On or after 19 Jan 2021, 1800 hrs
(cover No 1 & 2)
(vi) Date and time of bid opening On or after 23 Jan 2021, 1200 hrs
(Cover No 1)
(vii) Date and time of bid opening (Cover No. Will be intimated after completion
2) of evaluation of tech bid (Cover
No.1)

NOTES :
(a) Contractor one class below may also bid for this tender. Their application shall be considered
subject to fulfillment of other eligibility criteria given in NIT when number of applicants of eligible class
qualifying for the tender are less: than 7(seven).
(b) In case number of eligible class contractors satisfying the eligibility criteria given in NIT are 7 or
more than 7, application of one class below the eligible class shall not be considered except those who
have previously completed similar works satisfactorily and are meeting the criteria of upgradation in
respect of past experience and/or average annual turnover as applicable and financial
soundness (solvency/financial soundness and working capital) provided the value of work is less than
twice the tendering limit of such contractors. Contractors one class below the eligible class may upload
necessary documents wrt works experience and financial soundness in cover 1 of tender (T bid).

(C) (i) Applications/bids not accompanied by scanned copies of requisite DD/Bankers Cheque
towards cost of tender and earnest money (as applicable) shall not be considered for validation
of ‘T’ bid and their finance bids will not be opened.
(ii) Contractors should ensure that their original DDs and earnest money (as applicable)
are received within 05 days of bid submission end date.
(iii) In case of applications/bids from enlisted contractors of MES, where scanned copies of
requisite DD/Bankers Cheque towards cost of tender has been uploaded but physical copies are
not received by the stipulated date, their finance bids will be opened. However non-
submission of physical copies of cost of tender shall be considered as willful negligence of the
bidder with ulterior motives and such bidder shall be banned from bidding for a period of six
months commencing from the date of opening of finance bid (cover 2.)

(iv) In case of applications/bids from un-enlisted contractors, where scanned capes of


requisite DD/Bankers Cheque towards cost of tender has been uploaded but physical copies
are not received by the stipulated date, finance bids 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 finance bid (cover 2).
(v) In case of applications/bids (enlisted contractor as well as un-enlisted contractor)
where scanned copes of requisite Earnest money (as applicable) were uploaded but the same
are not received in physical form within stipulated time, such bids shall not qualify for opening of
finance bid (cover 2).

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 13
APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION (Contd…)
(d) Contractors may note that they shall not be loaded beyond their tendering limit as under:-
(aa) In case contractors of eligible class are selected for issues of tender : 4 to 5 times the tendering
limit .
(bb) In case of one class below contractors are selected for issue of tender: 6 to 7 times.
(cc) In case of un-enlisted contractors: 2 times the upper tendering limit of class for which contractor
meets the criteria for enlistment.

(e) In case any deficiency is noticed, in the documents required to be uploaded by the tenderers as
per NIT, after opening of cover 1 (T bid) and during technical evaluation, a communication in the form
of e-mail/whatsapp/sms/speed post etc. shall be sent to the contractor to rectify the deficiency within a
period of 7 days from date of communication failing which Financial bid (cover-2) shall not be Opened
and contractor shall not have any claim on the same.
(f) Contractors enlisted with MES will upload following documents for checking eligibility:

(i) Application for the tender on Tenderer’s Letter Head.

(ii) Enlistment letter.

(iii) DD toward cost of tender.

(iv) Copy of Provident Fund Code Number to be uploaded. In case of non availability of
aforesaid certificate, financial bid will not be opened.

(v) Copy of GST registration number to be uploaded. In case of non availability of


aforesaid certificate, financial bid will not be opened.

(vi) Integrity Pact duly signed on each page by the bidder shall be uploaded as a part of tech
bid cover I. Hard copies of these documents will be submitted within 5 days of last date and time of
opening of T-bid. Hard copy of original integrity pact duly signed on each page and authenticated by
the witnesses shall be fwd by post alongwith above mentioned documents. Bid of all the bidders
who do not upload signed copy of Integrity pact alongwith Tech Bid cover I shall be rejected.

(vii) Scanned copy of MoU with Solar Power firm of rating 1A/1B/1C/2A/ 2B/2C given by
CRISIL / CARE / FITCH / ICRA / BRICKWORK / SMERA.

(g) Contractors not enlisted with MES will be required to upload the following :-

(i) Application for the tender on Tenderer’s Letter Head.

(ii) Necessary documents to provide their eligibility for enlistment in eligible class & category of work,
including Affidavit for no recovery outstanding. List of documents required for enlistment in MES has been
given in para 1.5 of section 1 of Part I of MES Manual on Contracts 2007 (Reprint 2012). The work
experience shall include details of similar nature of works executed during last five years, financial year wise
in tabular form giving name of work, Accepting Officer’s details, viz, Address, Telephone, Fax No, e-mail ID
etc, date of acceptance of tender and actual date of completion. This shall be duly signed by proprietor / all
partners / authorized Director of Pvt / Public Ltd, as applicable. It should indicate whether extension was
granted or compensation was levied. Attested copy of acceptance letter and completion certificate shall be
enclosed of each work. In case performance report has been given by the client same shall also be
submitted duly attested.

The documents will also include the following amongst others :-


(aa) Solvency certificate and working capital certificate issued by scheduled bank.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 14
APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION (Contd…)
(ab) Affidavits for possession of movable & immovable properties by proprietor / partner owing the
immovable property alongwith Valuation Certificate from Regd Valuer in support of movable & immovable
properties. In case of Limited company, the immovable property is required to be in the name of the
company.

In case of Limited Company, the immovable property is required to be in the name of the Company.

(iii) Scanned copy of DD toward cost of tender and earnest money.

(iv) Copy of Provident Fund Code Number to be uploaded. In case of non availability of aforesaid
certificate, financial bid will not be opened.

(v) Copy of GST registration No to be uploaded. In case of non availability of aforesaid certificate,
financial bid will not be opened.

(vi) Integrity Pact duly signed on each page by the bidder shall be uploaded as a part of tech bid cover
I. Hard copies of these documents will be submitted within 5 days of last date and time of opening of T-bid.
Hard copy of original integrity pact duly signed on each page and authenticated by the witnesses shall be fwd
by post alongwith above mentioned documents. Bid of all the bidders who do not upload signed copy of
Integrity pact alongwith Tech Bid cover I shall be rejected.

(vii) Copy of turn over certificate from CA for last 5 (five) years (FY), notarized copy of relevant pages of
balance sheet of those FY’s showing the turn over (gross receipts).

(viii) List of works in hand for contracts with Government department and private works, completed value
thereof and residual work to be completed during completion period of subject work in a self explanatory
tabular form. This shall be submitted duly signed by proprietor / all partners / authorized Director of Pvt /
Public Ltd as applicable.

(ix) Affidavit on non judicial stamp paper of Rs 100/- (minimum) in the form of hard copy declaring their
turnover for last 5 (five) years and value of contracts in hand in Government department & private and
details of works completed and residual work to be completed. Hard copy of these documents will be
submitted within 07 days of the last date and time of opening of ‘T’ bid.

(x) Scanned copy of MoU with Solar Power firm of rating 1A/1B/1C/2A/ 2B/2C given by CRISIL / CARE /
FITCH / ICRA /BRICKWORK / SMERA.

(xviii) Though adequate care has been taken while preparing the Bidding documents, the
Bidders/Applicants shall satisfy themselves that the document is complete in all respects. Intimation of
any discrepancy shall be given to this office immediately. If no intimation is received from any Bidder
within twenty (20) days from the date of publication of tender, it shall be considered that the tender
documents are complete in all respects has been received by the Bidder.
(aa) Military Engineer Services (MES), Chief Engineer Bareilly Zone, Bareilly, the Employer,
reserves the right to modify, amend or supplement this NIT documents including all formats and
Annexures.
(ab) While this bidding documents have been prepared in good faith, neither Employer or its
authorized representatives nor their employees or advisors make any representation or warranty,
express or implied, or accept any responsibility or liability, whatsoever, in respect of any
statements or omissions herein, or the accuracy, completeness or reliability of information, and
shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or
completeness of this bidding documents, even if any loss or damage is caused by any act or
omission on their part.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 15
APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION (Contd…)

(ac) The specification mentioned for all the equipment which include Solar modules, PCU,
combiner boxes, DC cables, module mounting structures, transformer, CT, PT, LT/ HT cables,
interfacing panels, switch gears & other associated equipment etc., to complete the power
generation and interconnection at designated substation, in the present bidding documents is for
the reference only. It is subject to revise/ alters as per the design/ planning/Good engineering
practices etc., to be carried out by the selected bidder, to the satisfaction of the Employer or its
authorized representatives. It is advised that the bidders must satisfy himself with the prevailing
site conditions before design/ plan.

The design must be optimized for the site conditions and directed to achieve the maximum output
from the installed capacity at all times. Moreover, the components not separately mentioned, but
are required to complete the Plant for successful operation is also included in the scope of bidder
and shall be vetted by the Employer or its authorized representatives.

Asst Dir (Contracts)


884316 / / E8 for Accepting Officer

Dated : Dec 2020


Headquarters
Chief Engineer Bareilly Zone
Military Engineer Services
Sarvatra Bhawan, Station Road
Bareilly Cantt
Bareilly – 243 001
PH- 0581-2426819

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 16

Copy to :-

1. CE Central Command, Lucknow 28. GE (P) Bareilly


2. CE Jabalpur Zone, Jabalpur 29. GE AF Izatnagar
3. CE Lucknow Zone, Lucknow 30. GE Lansdowne
4. CE (AF) Allahabad Zone, Allahabad 31. AGE (I) Raiwala
5. CWE Bareilly 32. Builders Association of India, G-1/G-20, Commerce
Centre, 7th floor Tradeo, Mumbai-400034
6. CWE Dehradun 33. MES BAI, 807, Sahyog, 58, Nehru Place, New Delhi-
110019
7. CWE (Hills) Dehradun 34. Hony Secy, MES BAI, Bareilly Branch, C/O M/S
Nijhon Constructions, M-1,
Neel Kanth Flats, Stadium Road, Bareilly-243005
8. CWE Meerut Cantt 35. Hony Secy, MES BAI, 119-D, Race Course, Dehradun
- 248001
9. CWE (P) Meerut Cantt 36. Hony Secy, MES BAI Kanpur Branch, C/O M/s Kali
Charan Pandey & Co., P.O Building, Ganga Ghat
Unnao (U.P)
10. CWE (Hills) Pithoragarh 37. Hony Secy, MES BAI, Agra Branch, B-103, New Agra
Colony, Agra – 282005
11. CWE (AF) Bareilly 38. MES BAI, Lucknow Branch, C/O M/S Pratap Builders,
210-Ram Das Ka Hata, Lucknow Cantt
12. GE Premnagar Dehradun 39. MES BAI, Meerut Branch, 10, Rajan Kunj, Roorkee
Road, Meerut
13. GE Dehradun 40. MES BAI, Roorkee Branch, “SHALABH HOUSE”, 490,
Purani Tehsil, Roorkee (U.A.)
14. GE (P) Dehradun 41. State Bank of India, Main Branch, Bareilly
15. GE Clement Town 42. Muncipal Corporation, Bareilly
16. GE (P) IMA Dehradun 43. Executive Engineer, CPWD, Bareilly
17. GE (MES) Roorkee 44. Executive Engineer, UPPWD, Bareilly
18. GE (N) Meerut 45. Station Master, Bareilly Junction
19. GE (S) Meerut 46. Construction Industry Development Council, 801 (8th
floor), Hemkunt Chambers, 89, Nehru Place, New
Delhi-110019
20. GE (U) E/M Meerut 47. Employment Exchange, Bareilly
21. GE(P) No 1 Meerut 48. Employment Exchange., Dehradun
22. GE(P) No 2 Meerut 49. Head Post Office Bareilly
23. GE Pithoragarh 50. Commercial Supdt., N E Railway, Izatnagar Bareilly
24. GE Ranikhet 51. Cantonment Board, Bareilly
25. GE 871 EWS, C/O 56 APO 52. Notice Board
26. GE (East) Bareilly
27. GE (West) Bareilly

Internal

E-2 (Plg)/ E-2(Wks)/ E-3/ E-4/ E-2(D)/ E-6 and C-884316/E8

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 17

In lieu of IAFW-1779A

(TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACT IAFW-2249


(1989 PRINT)

BY REGISTERED POST
Tele Mile : 6055 Headquarters
Chief Engineer Bareilly Zone
Military Engineer Services
Sarvatra Bhawan, Station Road
Bareilly Cantt-243 001

Case No. 884316 / / E8 Dec 2020

LUMP SUM TENDER AND CONTRACT FOR PROVISION OF 0.5 MW SOLAR POWER PLANT AT
EBS BABUGARH

Shri / M/s ____________________________________________________________________


of __________________________________ is / are hereby authorised to tender for the above work.
The tender (Quoted Financial Bid) is to be uploaded by the tenderer on MES website
www.defproc.gov.in by 1800 HOURs on the DAY of 2020.

All documents must be returned whether or not a tender has been submitted.

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

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF


TO ACCEPT THE LOWEST OR ANY TENDER

(Signature of Officer issuing the Documents)

(Signature of Contractor) Appointment: Asst Dir (Contracts)


Dated………………………….

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 18

SCHEDULE 'A' NOTES


(LIST OF WORKS AND PRICES)
NAME OF WORK : PROVISION OF 0.5 MW SOLAR POWER PLANT AT EBS BABUGARH
NOTES :-

(A). GENERAL (APPLICABLE TO ALL PARTS OF SCHEDULE ‘A’ EXCEPT SOLAR POWER
PLANT)
1. The quantities shown in column 3 are approximate and are inserted as a guide only. They shall,
however, not be varied beyond the limits laid down in condition 7 of IAFW-2249 (general conditions of
contracts).
2 This schedule contains Twelve schedules as detailed below:-
(i) Schedule ‘A’ Part-I A : Solar Power Plant (To be quoted by contractor)

(ii) Schedule ‘A’ Part-II : Building Work (To be quoted by contractor)

(iii) Schedule ‘A’ Part-III : Internal Water Supply

(iv) Schedule ‘A’ Part-IV A : Internal Electrification

(v) Schedule ‘A’ Part-IV B : Internal Electrification (To be quoted by contractor)

(vi) Schedule ‘A’ Part-V : Site Clearance & Earthwork

(vii) Schedule ‘A’ Part-VI A : External Water Supply

(viiii) Schedule ‘A’ Part-VI B : External Water Supply (To be quoted by contractor)

(ix) Schedule ‘A’ Part-VII A : External Electrification

(x) Schedule ‘A’ Part-VII B : External Electrification (To be quoted by contractor)

(xi) Schedule ‘A’ Part-VIII A : Sewage Disposal

(xii) Schedule ‘A’ Part-VIII B : Sewage Disposal (To be quoted by contractor)

(xiii) Schedule ‘A’ Part-IX : Fencing, Gate and Compound


Wall
(xiv) Schedule ‘A’ Part-X : Road & Path

(xv) Schedule ‘A’ Part-XI : Air Conditioning (To be quoted by contractor)

(xvi) Schedule ‘A’ Part-XII : Maintenance and Operation of (To be quoted by contractor)
Solar Power Plant
3. Entire work under this contract shall be completed in two Phase:-

(a) Phase-I:- 12 Months from the date of commencement of work shown in work order
No.1 ( All works except mentioned in Phase-II). Completion for Phase I of the contract shall be
issued once solar plant is Commissioned and tested to achieve a minimum Performance Ratio
of 0.78 or above.
(b) Phase-II:- The work of Maintenance & Operation of Solar Power Plant for a period
of 36 months as mentioned under Schedule ‘A’ Part-XII shall be covered under phase-II and will
commence only after the expiry of Defect Liability Period of 24 months after satisfactory
completion of Phase-I.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 19

SCHEDULE 'A' NOTES (Contd….)


(LIST OF WORKS AND PRICES)

Notes:- Separate completion certificate shall be issued for all phases. Maintenance
period as per Condition No. 46 of IAFW -2249 shall start only after completion of Phase-I Work.
The whole work shall be deemed completed only after completion of Phase-II Work. Two final
bills shall be progressed separately (One Final Bill for Phase-I and one Final Bill for Phase-II
Work). Preparatory works, collection of materials, and all such preliminary works and site
clearance after completion shall be deemed to be included in the period of completion stated
above.

4. Site for execution of entire work will be made available on the date of commencement of work
as per W.O. No. 01. In case, however, it is not possible for the department to make the entire site
available on the date of commencement of work, the contractor will have to arrange his working
programme accordingly. No claim whatsoever, for not handing over the entire site on the date of
commencement of the work & handing over balance site for execution gradually will be tenable.

5. Pre-priced rates inserted under column 5 of Schedule ‘A’ Part-III, IV A, V, VI A, VII A, VIII A, IX
and X shall deemed to be at par with the rates contained in the MES standard schedule of rates or
analogous rates thereto. Contractor’s attention is invited to condition 6A (B) of IAFW-2249.
Accordingly, the lump sum price shall be worked out by contractor independently of the prices or rates
inserted by MES in the tender and irrespective of any errors or inaccuracies therein. The percentage to
be inserted by the contractor above or below the prices inserted by MES against a particular part of
schedule ‘A’ shall be as derived by him from the amount tendered by him against that particular part
of Schedule ‘A’ as compared to the amount inserted by MES against it.

6. In respect of Schedule ‘A’ Part-I, II, IV B, VI B, VII B, VIII B, XI and XII, the tenderer is
required to insert his rates under column 6 of BOQ for entire completion of concerned items of work as
described and specified inclusive of his all overhead and profit complete.

7. Descriptions of building works and services given in various parts of schedule ‘A' are in brief.
These are deemed to be amplified and read in conjunction with Special Conditions, Particular
specifications, specifications for materials and workmanship and conditions in relevant trade sections
of the MES Standard Schedule of Rates (Part-I 2009 Print & Part-II 2010 Print) and contract drawings,
including notes thereon.

7.1 Any drawing mentioned in the contract drawings / Particular specifications if inadvertently not
included in the list of drawings, shall also be deemed to form part of the contract. Tenderer shall see
such drawing in the office of Accepting Officer / concerned CWE / concerned Garrison Engineer.

7.2 Any drawing that is mentioned on the drawings forming part of the tender but not specifically
mentioned in the list of drawings shall be deemed to form part of the tender. Tenderer shall see such
drawings / details in the office of Accepting Officer / concerned CWE / concerned GE.

8. Probable distribution of various items of internal / external services are indicated on drawings.
These are tentative and may be varied as per site requirement where necessary at the discretion of
the GARRISON ENGINEER within the limits laid down in Condition 7 of IAFW-2249. The contractor
shall not be entitled for any claim on account of such varied alignment and consequent variation in
quantities.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 20

SCHEDULE 'A' NOTES (Contd….)


(LIST OF WORKS AND PRICES)

9. The lump sum amount quoted by contractor shall be deemed to include for all minor details /
items of work / extra constructional details which are obviously and fairly intended and which may not
have been specifically shown on drawings or given in Particular Specifications but are essential for the
execution of works and services in the workman like manner, sound construction and established
engineering practice. The details of such items not specifically shown on drawings / specified shall be
furnished during execution of work. In case of difference in opinion between contractor and the
Garrison Engineer as to whether or not certain items of work constitute minor details / items of
work / extra construction details which are deemed to have been included in the contractor’s lump
sum, the decision of the Accepting Officer shall be final, conclusive and binding. Some of the details /
items which are deemed to be essential for execution and entire completion of work are given
hereunder for guidance:

(a) Reinforcement for any RCC member not indicated in the drawings but which is
structural or codal requirement.
(b) Dwarf wall in situations like verandah, passage etc. not indicated in drawings.
(c) Lintels over doors, windows and openings not shown in drawings
(d) Builders hardware for doors / windows etc. though not indicated on drawings but
essential for usage.

In all the above and other similar cases, the details indicated elsewhere in the drawings that
are similar or near similar to the missed out items of work shall be followed. In the absence of any
other similar or near similar details, minimum essential requirement for completion of the work from
structural and utility point of view shall deemed to be included in the lump sum quoted.

10. The layout of buildings indicated in site plan / layout plan is tentative and may be varied where
necessary at the discretion of the Garrison Engineer. The contractor shall not be entitled for any
claim on account of any such variation.

10.1. Before commencement of excavation or earth filling, the Engr-in-Charge and the contractor will
be required to take the levels jointly of the existing ground surfaces at intervals as decided by the GE
(the decision of the GE being final and binding in this respect) but not greater than 3m x 3m grid.

11. Unless specifically mentioned otherwise such as labour only / fixing only / laying only, the unit
rates for all items of works shall be deemed to include cost of all materials, labour, tools and plants,
testing and commissioning work in position complete as required for entire completion of works.

12. The rates quoted by contractor shall include all taxes / duties i.e. GST and any other taxes /
duties as applicable. Form 3D, 31 & 32 or any other form shall not be issued by MES. This is an
express condition of this contract that no claim of the contractor shall be entertained by MES on this
account.

13. The whole work under this contract lies in UNRESTRICTED AREA.

14. In laying out building, the centre line dimensions, mentioned in drawings or derived there from,
shall be strictly followed.

15. In case of varying provisions between drawings(s) for schedule of finishes and other drawings
with regard to finishes, the drawing(s) for schedule of finishes shall take precedence over other
drawings. However, in case there are varying provisions with regard to height of skirting / dado in
drawings for schedule of finishes and other drawings, provisions in other drawings shall be followed.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 21

SCHEDULE 'A' NOTES (Contd….)


(LIST OF WORKS AND PRICES)

16. The contractor shall take the minimum 15 photographs of all important stages for each building
as directed by Engineer-in-Charge and shall submit to GE (U) E/M MEERUT on completion of work. The
minimum size of photograph shall be 4” x 6”.

17. Wherever only one make has been specified in Schedule ‘A’ and / or make(s) are specified with
equivalent make, the makes for the same item given in Appendix ‘B’ of Particular specifications shall
also be applicable to be incorporated in the work.

18. It is an express condition that for crumple joints wherever shown in drawings or specified in
tender documents, only one drawing No. STD-158 R sheet No. 1/3 to 3/3 shall be followed. Wherever
reference to any other drawing for crumple joints is given (whether in the tender documents or in any
drawings) the same shall deemed to be deleted.

19. OLD SIZE FLY ASH BRICKS.


19.1 Irrespective of whatever is mentioned in the drawings, particular specification, Sch ‘A’ or
elsewhere in tender documents, fly ash bricks shall be used conforming to IS 12894-2002 for all works
involved in this work for schedule ‘A’ Part I (Building Work).
19.2 In case of fly ash bricks conforming to IS specification are not readily available in nearby
station, contractor shall procure /produce fly ash bricks under his own arrangement conforming to IS
specifications from anywhere without any extra cost of the Govt. after getting proper approval for the
same from Accepting Officer.

(B) NOTES APPLICABLE TO SCHEDULE ‘A' PART-I A

Scope: The scope of Solar Power Plant is as described in BOQ item No. 1 to 24.01 and as specified in
Particular Specifications.

I. PAYMENT TERMS FOR SOLAR PORTION OF PROJECT :-

(AA) Proportion of the components for solar portion of work as given in sub para (BB) (a to c) here-
in- below shall be approved by CWE.

(AAA) The amount payable against Sch’ A Part- I (solar power plant) shall be the cost / amount of
purchase vouchers or Cost of the plant and equipments as given in the breakup details of rate of
solar power plant ( supplied at the time of submission of design), whichever is less.

(BB) Payments shall be released against each component of Price Bid in the following manner after
signing of Agreement as per provisions of bidding document as decided by GE:-
(a) For supply of Plant and Equipment including PV Modules, Inverter and
BOS up to site including transportation and insurance along with
mandatory spares

(i) 70% of the total price of supplies of Plant and Equipment shall be paid
against delivery of supplies on submission of purchase voucher as verified by
Engineer-in-Charge against receipt of material at site under the Contract.

(ii) 20% of the total price of supplies of Plant and Equipment shall be paid on
operational Acceptance of the Facility pursuant to successful Guarantee Tests and
demonstration of PR and submission of all as - build documentation.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 22

SCHEDULE ‘A’ NOTES (Contd…)


(LIST OF WORKS AND PRICES

(iii) 10% of the total price of supplies of Plant and Equipment shall be paid on
demonstration of CUF for the successful first year operation from actual date of
operational acceptance.

(b) For Erection, Testing and Commissioning

(i) 80% of the total price of Erection, Testing and Commissioning shall be paid on
pro-rata basis on completion of installation of equipment on certification by the
Engineer–In-Charge for the quantum of work completed and by the
certification of Engineer-In-Charge’s field quality assurance & surveillance
representative for the successful completion of quality check points involved in the
quantum of work billed.

(ii) 10% of the total price of Erection, Testing and Commissioning shall be paid on
operational acceptance of the plant.

(iii) 10% of the total price of Erection, Testing and Commissioning shall be paid on
demonstration of CUF for the successful first year operation.

(c) For Civil Works

(i) 80% of the total price of Civil Works shall be paid progressively on
certification by the Engineer-in-Charge for the quantum of work completed / mile
stone achieved and by Engineer-In-Charge’s field quality surveillance representative
for the successful completion of quality check points involved in the quantum of work /
milestones billed.

(ii) 10% of the total price of Civil Works shall be paid on completion of all the
civil works including finishing and debris removal.

(iii) 10% of the total price of Civil Works shall be paid on demonstration of
CUF for the successful first year operation.

II. PERFORMANCE GUARANTEE :-

(a) 5% of the amount of Sch ‘A’ Part-I, solar power plant shall be retained from
contractor’s dues as PERFORMANCE GUARANTEE for 5 years from actual date of
completion of phase-I works. Alternatively the contractor may also submit the security
deposit in the shape of FDR from a scheduled bank in favour of GE for equal amount of
performance guarantee. For this, GE shall ensure that at the time of completion of Phase-I,
5% of the amount of Solar Power Plant is retained from contractor’s dues on this account apart
from other recoveries till the contractor submit the Performance Guarantee amount.

(b) During Operation & Maintenance Period, in case of any breakdown/occurrence of fault/
failure in Energy Generation/Penalty etc and encashment shall take place in line with as per
para II (c) as applicable.

(c) Whenever a fault / failure / breakdown / malfunctioning occurs, the Contractor has to
attend to rectify the fault & the fault must be rectified within the 48 hours from the time of
occurrence of fault, failing which penalty will be applicable in line with para II (d) or para II (e)

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 23

SCHEDULE ‘A’ NOTES (Contd…)


(LIST OF WORKS AND PRICES

depending upon nature of fault / failure / defect / breakdown / malfunctioning. The


contractor must maintain all the records pertaining to such faults / failure / breakdown /
malfunctioning and necessary measures taken. The date of Comprehensive Operation &
Maintenance Contract period shall begin on the date of Successful demonstration of
guaranteed PR i.e., Operational acceptance. However, operation of the Power Plant means
operation of system as per bid and workmanship in order to keep the project trouble free
covering the guarantee period. The contractor must demonstrate the committed CUF at the
end of every year in accordance with commitment made in the Techno-Commercial
Enclosures of the Bid.

(d) In case of any defect in the system after commissioning & before Operational Acceptance,
the Contractor shall repair it within 48 hours. Otherwise penalty shall be charged for shortfall in
generated units beyond 48 hours as per Tariff of Rs. 5.5/unit, with the cumulative maximum of
5% of the total contract value, and the same shall be deducted from their payments due / Bank
guarantee / FD available with the Employer. If the breakdown/defect is there with respect to
associated infrastructure where direct correlation with generation of Power from Solar PV Plant
cannot be established, the penalty shall be calculated with reference to para II (f).

(e) Penalty during O&M period against breakdown of other Infrastructure of Solar Power
Plant which doesn’t affect the generation of power, directly such as but not limited to Roads,
water supply system/network, SCADA & other Infrastructure developed by the Contractor as
a Scope of Work for the Project shall be in as per para II (f).

(f) Any complaint related to unserviceability /improper functioning of any & all component
of the plant including but not limited to roads, drainage, water supply lighting system, office
Infrastructure which is not attended & rectified within 48 hours, shall attract a penalty of Rs.
1000 per 24 hours. If such complaint is not rectified within 48 hours from logging of
complaint, Employer may choose to rectify the same through any other agency at the risk and
cost of Contractor and Employer shall recover 110% of such cost incurred from subsequent
payment to the contractor. Cumulative value of such penalty shall be limited to 50% of yearly
O&M Cost.

(g) Penalty for PR and CUF deviations

(i) While testing the Plant for Operational Acceptance, any shortfall in the
Performance Ratio (PR) as determined through the PR Test Procedure, will attract
imposition of penalty. For every 0.01 shortfall in PR below 0.78 by the tenderer, a
penalty of 0.5% of the total Contract Value shall be levied. In case the Plant PR result is
0.05 below 0.78, i.e., 0.73 or lower, the total performance bank guarantee submitted by
the tenderer will be encashed. In case the Performance guarantee has already been
encashed on account of delays, the due amount will be recovered from the Final Bill of
the EPC payable at the end of the first year.

(ii) In case of any defect in the system after commissioning & before Operational
Acceptance, the Contractor shall repair it within 48 hours. Otherwise penalty shall be
charged for shortfall in generated units beyond 48 hours as per Tariff of Rs. 5.5 /unit,
with the cumulative maximum of 5% of the total contract value, and the same shall be
deducted from their payments due / Bank guarantee available with the Employer. If the
breakdown/defect is there with respect to associated infrastructure where direct
correlation with generation of Power from Solar PV Plant cannot be established, the
penalty shall be calculated with reference to para II (f).

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 24

SCHEDULE ‘A’ NOTES (Contd…)


(LIST OF WORKS AND PRICES

(iii) Penalty for during O&M period shall be charged at a rate of difference in units
derived from committed and achieved CUF x Rs. 5.5 per unit.
Penalty applicable shall be on annual basis. The CUF shall be evaluated as per the
formula mentioned in tender document. During the O&M period, at any point of time,
the Contractor has to ensure the availability of BG / FD of requisite value with
Employer.

(iv) Penalty during O&M period against breakdown of other Infrastructure of Solar
Power Plant which doesn’t affect the generation of power, directly such as but not
limited to Roads, water supply system/network, SCADA & other Infrastructure
developed by the Contractor as a Scope of Work for the Project shall be in accordance
with para II (f).

(v) In case the Project fails to generate any power continuously for 1 month any
time during the O&M period, apart from the force majeure and grid outages as certified
by competent authority from STU/ CTU, it shall be considered as “an event of default”.
In the case of default the entire Performance Bank Guarantee will be encashed.

(vi) The penalties specified on account of delays, as specified in Condition – 50 of


IAFW-2249 (General conditions of contracts) and penalty specified on account of
deviations in Functional Guarantees as specified above shall be assessed independent
of each other. Even penalties specified above are also independent of each other.

III. (a) Detailed design and other parameters of Solar Power Plant are given in detailed
Particular Specifications in the tender documents.

(b) Lowest Bidder (Contractor) shall prepare the detailed project report & design basis
report including detailed cost breakups and submit a copy to Chief Engineer Bareilly Zone,
Bareilly for evaluation within 4 weeks from the date of acceptance based on detailed
specifications, design parameters and scope of work given in Particular Specifications for Solar
Power Plant. Chief Engineer shall give approval within reasonable period after taking into
consideration the recommendation of his authorized consultant. Contractor shall be liable to
carryout changes on no cost basis irrespective of cost effect as notified to him by CE or his
authorized representative before approval of scheme within 07 (Seven) days of being notified
such changes.

(c) Procurement action and commencement of work for Solar Power Plant shall be
undertaken only after approval of scheme as well as other details by CE.

(d) Design of modules/ Array mounting steel structure with concrete foundation/ grouting
work shall be duly vetted from Govt. Engg College/ IIT/ NIT.

IV. The contractor shall be liable to obtain an undertaking from the Channel Partner with regard to
carrying out comprehensive maintenance for five year after completion of installation of solar plant.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 25

SCHEDULE ‘A’ NOTES (Contd…)


(LIST OF WORKS AND PRICES

(C) NOTES APPLICABLE TO SCHEDULE ‘A' PART-II

1. The lump sum quoted by the tenderer for works under Schedule ‘A’ Part-II shall be deemed to
include all relevant items of works shown on drawings, notes therein and as specified in Particular
Specifications complete for entire completion of work except services and other works covered under
Schedule `A' Part-III to XII.

2. The lump sum quoted by the tenderer for works under Schedule ‘A’ Part-II shall also be
deemed to include the cost of following items of works amongst others :-

(a) Service water tanks as specified and shown on drawings including PVC ball cock of 25
mm bore of make Symet Prayag with epoxy coated aluminium rod and HD ball, over flow pipe
and wash out pipe. Over flow GI pipe 25 mm nominal bore medium grade shall be extended
upto 150 mm above top of plinth protection from each water tank. All inlet and outlet pipe (for
supply) shall be measured and paid separately.

(b) Sanitary and toilet fittings and appliances.

(c) Fittings and fixtures shown on drawings.

(d) Cost of 1st Manhole deemed to be included in cost of building. CI soil waste and vent
pipe including its fixing arrangement and accessories for sanitation work upto 1st manhole i.e.
upto 3.0 m beyond the face of external wall including necessary earth work, bedding,
haunching of pipes, nahani trap and Gully trap with chamber .

NOTE: However, gully trap shall be connected to nearby drain with SGSW pipes of suitable dia
& 50 mm CI vent pipe shall be extended minimum 15 cm above the top level of water tank.

(e) Gully / Nahani traps.

(f) Seismic strengthening measures and crumple joint to be provided to the extent shown
on drawing.

(g) Anti-termite treatment shall be carried out in the building covered under item No. 26
of Schedule ‘A’ Part-II.

(h) Fan hooks/fan boxes, curtain rods including necessary clamps/ brackets etc, pelmet
boxes, drapery rods including all fittings, nitches, peg sets, towel rails, MS rungs, cupboards,
ward robes, electric meter boxes, water meter boxes, main switch boxes, paper holder etc.

(j) Leaving / Forming / Cutting necessary chases, holes, openings, nitches etc. in walls,
floors and ceilings wherever required for embedding pipes, conduits, sunken boxes, electric
metre boxes and making good to match the adjoining surfaces. No price adjustment shall be
made for variation in the quantities of chases, holes, nitches etc consequent to the variation in
provisional quantities of items given in other schedules. Nitches shall be provided with frame
and shutters all as specified here-in-after and shown in drawings.

(k) Format / plaster plate for numbering to building after completion of work to be made as
directed at site during execution of work.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 26

SCHEDULE ‘A’ NOTES (Contd…)


(LIST OF WORKS AND PRICES

(l) Format / plaster plate for recording details of anti termite treatment.

(m) Furniture item whether built in or otherwise shown in main plan of building such as
show case, mirror, bin soiled linen, notice board, writing table, lockers, cupboard, steel wash
hand basin ,chalk board etc. In case specification of any built-in-furniture shown on main
drawings are not given, the specifications for the same shall be intimated by GE.

(n) All other items which are not covered in notes but indicated in drgs and/or specified in
Particular Specifications

(o) PCC drains along with plinth protection as shown in drawings.

(p) Angle iron to be provided in each window for fitting of desert cooler as shown
in drawing or as directed by Engineer-in-Charge.

(r) All other items which are not covered in notes but indicated in drgs and / or specified in PS.

(s) The plinth height of all buildings shall be as shown in respective drawings after surface
dressing and filling under floor with approved earth.

(t) Any other components left out here-in-before and covered in drawing, BOQ and other
notes as given here-in-before and after shall also be followed and are deemed to be included in
the rates quoted by the contractor.

3. Buildings under Sch ‘A’ Part-II shall have the foundation for soil bearing capacity of soil as
shown in respective structural drawings or schedule of RCC beam / slab / column footing drawings.
Variation in SBC of soil if found at site requiring redesigning of the foundation, the same shall be
regularized through proper deviation order.

4. Rates quoted by the contractor for Schedule ‘A’ Part-II shall be for excavation and earth work
in any type of soil. Any type of soil mentioned in Schedule ‘A’ shall be soft/ loose / hard/ dense soil.
Irrespective of whatever strata is met with during excavation i.e. soft/loose/hard/dense soil, the same
shall be considered as any type of soil. Soft/hard rock met with during excavation shall be measured
and paid separately as a deviation. Hard rock shall become the property of contractor and recovery at
the rate of Rs 300.00 per cubic metre (solid contents) shall be made for hard rock.

5. Details/fittings/fixtures/furniture items/finishes shown in one part of building shall also be


provided in other similar parts of buildings, though the same may have not been repeated in the
drawings.

6. DEVIATIONS :- For the purpose of pricing deviation orders against Sch ‘A’ Part-II (i.e. Building
Works), a deviation percentage of PLUS 20% (TWENTY PERCENT) shall be applied at par rates
contained in MES Standard Schedule of Rates 2010 Part-II.

(D) NOTES APPLICABLE TO SCHEDULE `A' PART-III TO XII

1. The quantities given under column 3 are provisional.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 27

SCHEDULE ‘A’ NOTES (Contd…)


(LIST OF WORKS AND PRICES

2. Special Conditions in MES schedule Part-II and preamble for items given in MES schedule 2009
Part-I under respective trades shall be applicable. If any provision in the description of item of
schedule 'A' and or Particular Specifications is at variance with the provisions given in special
conditions in MES schedule 2010 Part-II and preamble to MES schedule, provision in Schedule ‘A’ and
or Particular specifications shall take precedence there over.

(E) NOTES APPLICABLE TO SCHEDULE ‘A’ PART-III AND VI

1. CPVC / GI pipes and fittings, when fixed above ground shall run on surface of the walls or
ceilings unless specified to be concealed. Where unavoidable, pipes may be buried for short distance
provided adequate protection is given against damage. A GI tube light grade sleeve shall be fixed
where the pipe is passing through a wall or floor for protection of the pipe and to allow freedom for
expansion and contraction and other movements. Pipes, which are embedded in walls, ceiling or floors
shall be painted with bituminous paint of approved quality.

(F) NOTES APPLICABLE TO SCHEDULE ‘A’ PART-IV AND VII

1. Recessed terminal boxes for housing switches, socket, outlets, power plug, regulator/electronic
speed controller etc shall be provided flush with the walls. In case of half brick walls boxes may be
fixed on surface of walls. The covers of these boxes shall be modular with inner and outer sheets.

2. The wiring for points, outside the building shall run on internal face of wall as far as
practicable. Only at terminal points it shall be taken out by puncturing the walls to fix and connect light
fittings/switches.

3. Conduit pipes embedded in RCC members shall be PVC conduit medium grade of appropriate
size and the cost of the same shall deemed to be included in the unit rate inserted by MES. The
contractor shall quote his lump sum accordingly.

4. Wherever in description of Sch ‘A’ 5 Amps, 15 Amps, 30 Amps, 60 Amps have been mentioned,
the same shall be amended to read as 5/6 Amps, 15/16 Amps, 30/32 Amps, 60/63 Amps respectively.

5. Opening of fan boxes shall be covered with laminated sheet 3 mm thick. The cost of these
provisions shall deemed to be included in the lump sum cost of Schedule ‘A’ Part-I (Building work).

6. Cost of flexible PVC insulated copper wire from connecting block to ceiling rose of suitable size is
inclusive in the S&F/fixing only cost of fittings/fixtures/luminaries

7. Unless otherwise specifically mentioned, the unit rates for various items shall be deemed to
include the cost of materials & labour complete including fixing in position & testing as required.

8. The rates for point wiring include any length of wiring.

9. The maximum No. of point wiring / fan points / light points / socket 5 amp points on an
independent circuit from DB shall not exceed 8 No. in any case and for power points maximum number
of points on an independent circuit from DB shall not exceed 2 power points.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 28

SCHEDULE ‘A’ NOTES (Contd…)


(LIST OF WORKS AND PRICES

(G) NOTES APPLICABLE TO SCHEDULE ‘A' PART-XII

1. Once the completion certificate has been issued by the Garrison Engineer for the Phase-I of the
project, the work under Phase-II i.e., Maintenance and operation of Solar Power Plant for the period of
5 (Five) years shall commence all as shown in Schedule ‘A’ of BOQ from the date of issue of
completion certificate for the Phase-I of the project.

2. A compensation with double the wages of the persons with respective trade as per the
prevailing labour rates shall be charged on the contractor for the persons absented themselves from
the duty. A shift of 08.00 hrs shall be considered as one unit for the compensation charged on the
contractor. An attendance register duly bound shall be maintained by the concerned JE on daily basis
endorsing the initials of contractor and Engineer-in-Charge. The attendance register shall form a part
of payment of RAR and final bill.

(H) NOTES APPLICABLE TO SCHEDULE ‘A' PART-III TO XII

1. The following description may please be inserted under the appropriate columns:-
Column 3 : Refer list of drawing for all items .
Column 7 : Refer schedule 'A' Note (A) 2 here-in-before for all items.
Column 8 : Refer schedule 'A' Notes here-in-before for all items.

2. Unit RM, Cum or CUM, Sqm or SQM, 10 SQM and Quintal or Qtl, Kg or KG wherever mentioned
in the tender documents denotes the unit, Running metre, cubic metre, square metre, ten square
metre, Quintal and Kilogram respectively.

(J) COMPLETION DRAWINGS


Before one week of completion of work, a completion drawing set showing plan, sections and other
details as directed by GE shall be submitted by the contractor on tracing cloth to GE for his approval.
These drawings shall be got approved by the contractor from Garrison Engineer. The cost of the
same shall be borne by the contractor and the lump sum quoted by contractor shall deem to be
included for this provision.

(i). Solar Power Plant documents. The contractor shall submit all solar power plant related
documents before issuance of completion certificate.”

(K) MODEL
Contractor shall provide a model made of plastic material showing all the buildings and external
services in different colour codes as directed by GE and shall be displayed at site highlighting its salient
/ special features. The scale of model shall be 1:400. The cost of the same shall be borne by the
contractor and the lump sum quoted by the contractor shall be deemed to included for this provision.

(L) After completion of the work, the contractor shall submit the PSMB of entire completed
building. The cost of the same shall be borne by the contractor and the Lump sum quoted by the
contractor shall deemed to be included for the same.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 29

SCHEDULE ‘A’ NOTES (Contd…)


(LIST OF WORKS AND PRICES

(M) All the site material testing record shall be maintained by the contractor with initials of
concerned JE, Contractor, Engineer-in-Charge and countersigned by GE with date of testing. The
same shall be produced at the time of submission of final bill. The cost of the material testing
including material required for testing as per latest IS, transportation and maintaining record shall be
borne by the contractor and the Lump sum quoted by the contractor shall be deemed to be included
for the same.

(N) EMPLOYMENT OF ENGINEERS BY THE CONTRACTOR.

The contractor at his own expense shall employ three graduate engineers from a Government
recognized institution with minimum experience of 5 years and five diploma engineers from
Government recognized institution with minimum experience of 8 years and one of the engineer shall
have capability to use project management software like MS Project / Primavera in the project which is
deemed to be included in the quoted rate. For all other notes condition No 25 of IAFW-2249 (GCC)
shall be followed.

(Signature of Contractor) Asst Dir (Contracts)


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

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 83

SCHEDULE 'A' PART-III


(LIST OF WORKS AND PRICES - INTERNAL WATER SUPPLY
NAME OF WORK :- PROVISION OF 0.5 MW SOLAR POWER PLANT AT EBS BABUGARH

NOTES: - All quantities are provisional.


S. Description of item of work Drg Rate Nos. of Amount Period of

Remarks
No. No. per unit unit completion
(in Rs.) required of
individual
item from
date of
handing
over site
1 2 3 4 5 6 7 8
1 Supplying, fixing, laying, jointing and testing Refer Refer
galvanised steel water tubing 'medium grade' Schedule Sch 'A'
with all fittings such as bend, elbow, socket 'A' Notes. Notes.
reducer etc fixed to walls and ceilings or laid in
floors complete all as specified and directed for
following sizes:-

(a) 20 mm Nominal Bore 116.60 10.00 1166.00


RM
(b) 15 mm Nominal Bore 153.80 20.00 3076.00
RM
2 S & F of 20 mm bore gunmetal globe or gate 252.20 2.00 504.40
valve, with iron wheel head, screwed both ends Each
for iron pipe omplete all as specified and
directed.

3 S & F ball valves 20mm dia , high presure of 168.60 1.00 168.60
PTMT with epoxy coated aluminium road & high Each
density plastic size (Minimum weight 210 grams)
complete all specified and directed.

4 Supply only 15 mm dia pillar tap brass chromium 214.40 1.00 214.40
plated with capstan heads down high pressure Each
with capstan heads, screwed down high pressure
with or without lettered 'hot' or 'cold' with long
scewed shank and fly nuts complete all as
specified and directed.

5 S & F brass chromium plated angle cock 15mm 169.00 4.00 676.00
dia screwed for iron pipe or brass ferrule Each
complete all as specified and directed.

TOTAL AMOUNT CARRIED OVER TO BOQ = Rs. 5805.40

(Signature of Contractor) Asst Dir (Contracts)


Date............................. For Accepting Officer

Contd...
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 84

SCHEDULE 'A' PART-IV A


LIST OF WORKS AND PRICES - INTERNAL ELECTRIFICATION
NAME OF WORK :- PROVISION OF 0.5 MW SOLAR POWER PLANT AT EBS BABUGARH

NOTES: - All quantities are provisional.


S. Description of item of work Drg Rate Nos. of Amount Period of

Remarks
No. No. per unit unit completion
(in Rs.) required of
individual
item from
date of
handing
over site
1 2 3 4 5 6 7 8
1 Supply and fixing Switch piano; flush type, single 34.30 21.00 720.30 Refer Refer
pole, one way, and 5/6 Amps IS: 3854 marked Per Point Schedule Sch 'A'
with valid CML No. complete all as specified. 'A' Notes. Notes.

2 Supply and fixing Switch piano; flush type, single 86.50 4.00 346.00
pole, one way, and 15/16 Amps IS: 3854 marked Each
with valid CML No. complete all as specified.

3 Supply and fixing Socket outlet multipurpose 51.50 8.00 412.00


having provision for 3 pin, 5 Amp and 2 pin, 5 Each
Amp, piano flush type IS: 1239-1988 marked
with valid CML No complete all as specified.

4 Supply and fixing Socket outlet multipurpose 95.20 4.00 380.80


having provision for 3 pin, 15/16 Amp and 3 pin, Each
5/6 Amp, piano flush type IS: 1239-1988 marked
with valid CML No complete all as specified.

5 Supply and fixing Ceiling rose, Three terminal 22.80 6.00 136.80
ISI marked surface bakelite suitable for batten Each
fitting complete all as specified

6 Supply and fixing stepped type electronic fan 219.80 2.00 439.60
regulator flush type on the existing phenolic Each
laminated sheet etc.

TOTAL AMOUNT CARRIED OVER TO BOQ = Rs. 2435.50

(Signature of Contractor) Asst Dir (Contracts)


Date............................. For Accepting Officer

Contd...
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 85

SCHEDULE 'A' PART-V


(LIST OF WORKS AND PRICES - SITE CLEARANCE & EARTHWORK)
NAME OF WORK :- PROVISION OF 0.5 MW SOLAR POWER PLANT AT EBS BABUGARH

NOTES: - All quantities are provisional.


S. Description of item of work Drg Rate Nos. of Amount Period of

Remarks
No. No. per unit unit completion
(in Rs.) required of individual
item from
date of
handing
over site

1 2 3 4 5 6 7 8
1 Excavation in Post holes (or similar holes) each 77.80 210.00 16338.00 Refer Refer
exc 0.5 cum getting out returning filling in and Cum Schedule Sch 'A'
ramming earth or broken rubble mixed with earth 'A' Notes. Notes.
around in layers not exc 25 cm in soft / loose soil
complete all as specified and directed.
2 Excavation in trenches not exc. 1.50 m wide and 115.20 441.19 50825.09
not exc. 1.50 m depth for shafts, well, cesspits, Cum
manholes, laying of pipeline not exc. 10 Sqm on
plan and getting out in soft / loose soil complete
all as specified and directed.
3 Excavation in trenches not exc. 1.50 m wide and 162.90 1.00 162.90
not exc. 3.00 m depth for shafts, well, cesspits, Cum
manholes, laying of pipeline not exc. 10 Sqm on
plan and getting out in soft / loose soil complete
all as specified and directed.
4 Returning, filling in, including spreading, 41.70 266.98 11133.07
levelling, watering and well ramming in layers Cum
not exc. 25 cm thick in each layer as in soil
complete all as specified and directed.
5 Removing surplus excavated material (SOIL) to 96.10 174.21 16741.58
distance n.exc. 50 m and depositing where Cum
directed at a level not exc. 1.50 m above the
starting point complete all as specified and
directed.
6 Removing surplus excavated material (SOIL) to 109.20 519.90 56773.08
distance exc. 50 m and n exc 100 m and Cum
depositing where directed at a level not exc. 1.50
m above the starting point complete all as
specified and directed.
7 Surface excavation not exc 30 cm deep avg 15.90 400.00 6360.00
15cm deep and getting out in soft loose soil SQM
complete all as specified and directed.

8 Surface excavation not exc 30 cm deep avg 20.30 2190.00 44457.00


21cm deep and getting out in soft loose soil SQM
complete all as specified and directed.

TOTAL AMOUNT CARRIED OVER TO BOQ = Rs. 202790.72

(Signature of Contractor) Asst Dir (Contracts)


Date............................. For Accepting Officer
Contd...
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 86
SCHEDULE 'A' PART-VI A
LIST OF WORKS AND PRICES : EXTERNAL WATER SUPPLY
NAME OF WORK :- PROVISION OF 0.5 MW SOLAR POWER PLANT AT EBS BABUGARH

NOTE :- ALL QUANTITIES ARE PROVISIONAL

S. Description of items of works Drg Rate per Nos of Amount Period of


No. . unit unit reqd (Rs.) completion

Remarks
No. (Rs.) of individual
items from
date of
handing
over site
1 2 3 4 5 6 7 8
1 Supply, fixing, laying and testing of galvanised mild 330.40 100.00 33040.00 Refer Refer
steel medium grade water tubing with 40 mm RM Schedule 'A' Sch 'A'
and including all GI fittings as required at site, laid Notes. Notes.
in trenches or laid in floors, fixed on walls complete
all as specified and directed of following sizes
complete all as specified and directed.

2 Supply, fixing, laying and testing of galvanised mild 214.90 300.00 64470.00
steel medium grade water tubing with 25 mm RM
and including all GI fittings as required at site, laid
in trenches or laid in floors, fixed on walls complete
all as specified and directed of following sizes
complete all as specified and directed.

3 Supply, fixing, laying and testing of galvanised mild 142.90 50.00 7145.00
steel medium grade water tubing with 20 mm RM
and including all GI fittings as required at site, laid
in trenches or laid in floors, fixed on walls complete
all as specified and directed of following sizes
complete all as specified and directed.

4 S & F of 40 mm bore ISI marked gun metal globe 568.50 4.00 2274.00
or gate valve, with iron wheel head, screwed both Each
ends for iron pipe complete all as specified and
directed.

5 S & F of 25 mm bore ISI marked gun metal globe 413.80 8.00 3310.40
or gate valve, with iron wheel head, screwed both Each
ends for iron pipe complete all as specified and
directed.

6 S & F of 20 mm bore ISI marked gun metal globe 252.20 2.00 504.40
or gate valve, with iron wheel head, screwed both Each
ends for iron pipe complete all as specified and
directed.

TOTAL AMOUNT CARRIED OVER TO NEXT PAGE = Rs. 110743.80

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 87
TOTAL AMOUNT BROUGHT FORWARD FROM PREVIOUS PAGE = Rs. 110743.80
7 Supply, fixing, and testing of Ductile / Cast iron 43.00 50.00 2150.00
fittings (specials) heavy duty for spigot and KG
socketed pipes such as bends (any type radius and
angle) tapers any type straight bend, increasing,
decreasing, or double socket etc Tee pieces, ring
branch, Y Junction, double branch, Cross (all
socket or socket and spigot) , collars, caps and
plugs, adopters etc of any size radius and length
confirming to IS specifications up to 150 mm bore
complete all as specified and directed.

8 Supply & Fix rotational moulded polyethylene water 4401.90 10.00 44019.00
storage tank of capacity 1000 Ltr (cylindrical Each
vertical with closed top) hoisted and fixed in
position all as specified in SSR part-I complete all
as specified and directed.

NOTE: - All excavation and Earthwork


involved in this schedule shall be measured
and paid separately under schedule 'A' Part-
IV.
TOTAL AMOUNT CARRIED OVER TO BOQ = Rs. 156912.80

(Signature of Contractor) Asst Dir (Contracts)


Date............................. For Accepting Officer

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 88
SCHEDULE 'A' PART-VII A
LIST OF WORKS AND PRICES : EXTERNAL ELECTRIFICATION
NAME OF WORK :- PROVISION OF 0.5 MW SOLAR POWER PLANT AT EBS BABUGARH

NOTE :- ALL QUANTITIES ARE PROVISIONAL

S. Description of items of works Drg Rate per Nos of Amount Period of


No. . unit unit reqd (Rs.) completion

Remarks
No. (Rs.) of individual
items from
date of
handing
over site
1 2 3 4 5 6 7 8
1 M & L GI Tubing "light grade" galvanized for 566.10 12.00 6793.20 Refer Refer
protection HT / LT Cable all as specified of RM Schedule 'A' Sch 'A'
size 80 mm bore complete all as specified Notes. Notes.
and directed .

2 M & L GI Tubing "light grade" galvanized for 411.60 24.00 9878.40


protection HT / LT Cable all as specified of RM
size 50 mm bore complete all as specified
and directed .

3 M & L for coping for poles type C1 PCC 1:3:6 4325.60 8.00 34604.80
using 20 mm graded aggregate for steel CUM
tubular poles including necessary frame work
and finishing the exposed surface even and
smooth with out using extra cement complete
all as specified and directed at site by Engr-in-
Charge.

4 M & L PCC 1:4:8 Type D-2 using 40 mm 2303.30 0.50 1151.65


graded aggregate for bottom of Pit for bed CUM
concrete below base plat of steel tubular poles
including necessary frame work and finishing
the exposed surface even and smooth with out
using extra cement complete all as specified
and directed at site by Engr-in-Charge.

5 M & L Supply and laying Sand cushioning for 646.30 90.00 58167.00
the purpose of floors and laying of cables CUM
including watering and consolidation, complete
all as specified and directed .

NOTE: - All excavation and Earthwork


involved in this schedule shall be measured
and paid separately under schedule 'A' Part-
IV.
TOTAL AMOUNT CARRIED OVER TO BOQ = Rs. 110595.05

(Signature of Contractor) Asst Dir (Contracts)


Date............................. For Accepting Officer

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 89
SCHEDULE 'A' PART-VIII A
LIST OF WORKS AND PRICES : SEWAGE DISPOSAL
NAME OF WORK :- PROVISION OF 0.5 MW SOLAR POWER PLANT AT EBS BABUGARH

NOTE :- ALL QUANTITIES ARE PROVISIONAL

S. Description of items of works Drg Rate per Nos of Amount Period of


No. . unit unit reqd (Rs.) completion

Remarks
No. (Rs.) of individual
items from
date of
handing
over site
1 2 3 4 5 6 7 8
1 M & L for 150mm internal dia, SGSW drain pipe 'A' 209.00 20.00 4180.00 Refer Refer
in any length with cement mortar 1:1 laid in RM Schedule 'A' Sch 'A'
trenches complete all as speceifed and directed. Notes. Notes.

2 M&L for PCC 1:4:8 type D-2 (using 40mm graded 177.20 20.00 3544.00
aggregates) concrete bed to 150mm bore drain RM
pipes including packing under & haunching against
the sides of pipes etc complete all as specified and
directed.

3 M & L for PCC 1:4:8 type D-2 (using 40 mm graded 2303.30 0.10 230.33
stone aggaregate) as in foundation, filling and CUM
mass concrete complete all as specified and
directed.

4 M & L for PCC 1:2:4 type B-2 (using 40 mm graded 4144.40 0.05 207.22
stone aggaregate) as in surface channel and drains Cum
complete all as specified and directed.

5 M & L for brickwork with fly ash bricks straight or 2551.90 0.50 1275.95
curved on plan exc 6 m mean radius built in Cum
cement mortar 1:4 complete all as specified and
directed.

6 M & L for PCC B-1 Type 1:2:4 (using 20mm graded 4144.40 0.10 414.44
stone aggregate as in copings etc incl weatheing, Cum
slightly chamfered angles and throating, use of
form work straight or curved complete all as
specified and directed.

TOTAL AMOUNT CARRIED OVER TO NEXT PAGE = Rs. 9851.94

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 90
TOTAL AMOUNT BROUGHT FORWARD FROM PREVIOUS PAGE = Rs. 9851.94

7 M & L rendering 15mm thick in CM 1:4 with using 127.40 1.68 214.03
WPC @ 3% by weight of cement on fair faces of Sqm
bricks wall including finishing the surfaces even and
smooth complete all as specified and directed.

8 Supply only water proofing compound complete all 35.30 1.68 59.30
as specified and directed. KG

9 M & L RCC 1:2:4 type B1 (using 20mm graded 4817.60 0.10 481.76
stone aggregate) as in precast RCC manholes Cum
covers including formwork and set in cement
mortar 1:4 complete all as specified and directed.

10 Mild Steel TMT bars 6 to 8 mm dia cut to length, 49.10 7.00 343.70
bent to shape required, including cranking, bending Kg
spirally for hooping for columns, hooking ends and
binding with and including mild steel wire
(annealed) not less than 0.9 mm dia or securing
with clips complete all as specified and directed.

NOTE: - All excavation and Earthwork


involved in this schedule shall be measured
and paid separately under schedule 'A' Part-
IV.

TOTAL AMOUNT CARRIED OVER TO BOQ = Rs. 10950.74

(Signature of Contractor) Asst Dir (Contracts)


Date............................. For Accepting Officer

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 91
SCHEDULE 'A' PART-IX
LIST OF WORKS AND PRICES : FENCING, GATE AND COMPOUND WALL
NAME OF WORK :- PROVISION OF 0.5 MW SOLAR POWER PLANT AT EBS BABUGARH

NOTE :- ALL QUANTITIES ARE PROVISIONAL

S. Description of items of works Drg Rate per Nos of Amount Period of


No. . unit unit reqd (Rs.) completion

Remarks
No. (Rs.) of individual
items from
date of
handing
over site
1 2 3 4 5 6 7 8
1 M & L for providing plain cement concrete type D- 2303.30 27.00 62189.10 Refer Refer
2, 1:4:8 (using 40mm garded stone aggregate) as CUM Schedule 'A' Sch 'A'
in foundation, filling, and mass concrete complete Notes. Notes.
all as speceifed and directed.
2 S&F Galvanised. 2 strand, steel barbed wire 810.00 21.00 17010.00
2.24mm dia barbed with 2mm dia barbs at 75mm CUM
spacings and straining and fixing to any type of
standard rails straining bolts, including, securing or
tying at crossings with and provision of galvanised
mild steel wire, staples or steel pins, etc. complete
all as specified and directed.

3 S & F for posts and struts in fencing including 70.30 5000.00 351500.00
cutting tops to shape as directed, drilling holes, KG
notching for wire, etc.; flat iron fillets (for securing
wire mesh etc.) fixed independently as in fencing
post and struts but to shape as directed including
all necessary drilling, bolting or riveting, etc., and
similar work conforming to Fe-290 Gde E-165
complete all as specified and directed.
4 M&L for mild steel TMT bars 10 mm dia and over 48.60 2000.00 97200.00
cut to length , bent to shape required including KG
cranking bending spirally for hooping for columns
and binding with and including mild steel wire (
annealed) not less than 0.9 mm dia or securing
with clips complete all as specified and directed.

5 Supply only Chain link MS galvanised fencing 67.00 2900.00 194300.00


including line wire with galvanised hot dipped (IS- KG
2721) of 4mm dia and mesh size 100 x 100 mm
complete all as speciifed and directed.
6 Fixing only Chain link fencing including line wire 4.20 1092.00 4586.40
any mesh size and type, to any of standards rails, SQM
straining bolts, etc including provision of binding
wire complete all as speciifed and directed.
7 M & L for preparation of new or previously 62.20 196.00 12191.20
untreated surfaces over not exc 10cm width or 10RM
girth and applying two coats of synthetic enaml
paints over one coat of red oxide primer complete
all as specified and directed.
TOTAL AMOUNT CARRIED OVER TO NEXT PAGE = Rs. 738976.70

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 92
TOTAL AMOUNT BROUGHT FORWARD FROM PREVIOUS PAGE = Rs. 738976.70

8 M & L for preparation of new or previously 58.20 230.00 13386.00


untreated surfaces over 10cm width or girth and SQM
applying two coats of synthetic enaml paints over
one coat of red oxide primer complete all as
specified and directed.
9 M & L for brickwork with fly ash old size bricks 2249.50 3.00 6748.50
straight or curved on plan exc 6.00 m mean radius Cum
built in cement mortar 1:6 complete all as specified
and directed.

10 M & L rendering 15mm thick in CM 1:6 on fair 110.20 30.00 3306.00


faces of bricks walls or concrete surfaces including SQM
finishing the surfaces even and smooth without
using extra cement complete all as specified and
directed.

11 M & L for mild steel TMT bars 6mm to 8mm dia, 49.70 34.00 1689.80
cut to length bent to shape required including KG
cranking, bending spirally for hooping for columns
and binding with and including milld steel wire
(annealed) not less than 0.9mm dia or securing
with clips complete all as specified and directed.
12 S & F framed mild steel work as in doors or gates 58.00 1300.00 75400.00
of ornamental type confirming to Fe-290 gde E-165 KG
with gusset plates, rails, braces, etc complete,
drilled for fixing of steel sheeting or other covering
doors etc to be prepared for hanging or sliding with
and including either hooks, pintle and hinges, hand
made sliding bolts etc or steel hanging door fittings
and hanging also fastening and fixing complete all
as specified and directed.
HQ CEBZ TD Drawing 120 Sheet 1/4 to 4/4

13 M & L for reinforced cement concrete type M-25 4159.00 0.65 2703.35
grade design mix (using 20mm graded stone CUM
aggregate) as in column complete all as specified
and directed.
14 M & L reinforced cement concrete type M-25 as in 3482.00 0.85 2959.70
foundation footing bases for column foundation Cum
beam plinth beam, basement slabs under reamed
piles and mass concrete etc of grade M-25 design
mix complete all as specified and directed.

15 Use and waste of formwork of sides of pillars, 241.10 10.60 2555.66


posts, struts, piers, columns, etc square or SQM
rectangular or polygonal rough surfaces of concrete
complete all as specified and directed.

TOTAL AMOUNT CARRIED OVER TO NEXT PAGE = Rs. 88614.51

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 93
TOTAL AMOUNT BROUGHT FORWARD FROM PREVIOUS PAGE = Rs. 88614.51

16 M & L formwork to sides of concrete foundations, 134.20 15.00 2013.00


footings, bases of columns, raft, and raft beams, SQM
sides and soffits (if any) of foundation and plinth
beams and similar work vertical or to batter flat
and rought surface complete all as specified and
directed.
17 M & L 20mm thick granite (of any type) tiles 2135.90 32.00 68348.80
machine cut in skirting dado laid over cement SQM
screed and jointed with grey cement slurry and
pointed with white cement with admixture of
pigment to match the shade of granite stone
including grinding and polishing complete all as
specified and directed.
NOTE: - All excavation and Earthwork
involved in this schedule shall be measured
and paid separately under schedule 'A' Part-
IV.

TOTAL AMOUNT CARRIED OVER TO BOQ = Rs. 158976.31

(Signature of Contractor) Asst Dir (Contracts)


Date............................. For Accepting Officer

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 94
SCHEDULE 'A' PART-X
LIST OF WORKS AND PRICES : ROAD PATH
NAME OF WORK :- PROVISION OF 0.5 MW SOLAR POWER PLANT AT EBS BABUGARH

NOTE :- ALL QUANTITIES ARE PROVISIONAL

S. Description of items of works Drg Rate per Nos of Amount Period of


No. . unit unit reqd (Rs.) completion

Remarks
No. (Rs.) of individual
items from
date of
handing
over site
1 2 3 4 5 6 7 8
1 M & L for Soling (or sub base) 150mm with broken 1203.60 219.00 263588.40 Refer Refer
stone boulders or quarried stone, interstices filled, TEN SQM Schedule 'A' Sch 'A'
surface formed and rolled and consolidated to Notes. Notes.
required gradient and camber complete all as
specified and directed.

2 M & L for 75 mm thick (compacted thickness) WBM 822.50 219.00 180127.50


with coarse aggregate (Granite trap or basalt) TEN SQM
of grading 2 (63 to 40mm size) or of grading 3 (50
to 20mm size) soread rolled and consolidated to
required gradient and camber complete all as
specified and directed.

3 M & L for preparing unsurfaced water bound 109.20 219.00 23914.80


macadam top surface by brushing with wire TEN SQM
brushes for removing caked mud etc sweeping with
brooms and finally fanning the cleared surface with
gunny bags to remove all loose dirt etc complete all
as specified and directed.

4 M & L for applying evenly a tack coat of paving 429.50 219.00 94060.50
bitumen @ 10 Kg / 10 Sqm using paving bitumen TEN SQM
of 80/100 etc complete all as specified and
directed.

5 M & L for bituminous (paving bitumen any 2361.40 219.00 517146.60


penetration) premix asphaltic dense concrete TEN SQM
40mm consolidated thickness with 5.5% binder
content by weight of total mix rolled and
compacted torequired camber and gradient
complete all as speciifed and directed.
6 M & L continous old size fly ash brick edging with 14.00 1200.00 16800.00
width equal to the depth of the brick laid dry on RM
edge complete all as specified and directed.

7 M & L painting lines, dashes, arrows, letters, etc on 37.10 120.00 4452.00
roads, pavements and the like exc 10cm wide with SQM
road marking paint, white or golden yellow
complete all as specified and directed.

TOTAL AMOUNT CARRIED OVER TO NEXT PAGE = Rs. 1100089.80

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 95
TOTAL AMOUNT BROUGHT FORWARD FROM PREVIOUS PAGE = Rs. 1100089.80

8 M & L froming berms etc with old size fly ash bricks 273.30 108.00 29516.40
laid dry and pointed in cement mortar 1:3 one layer TEN SQM
laid on edge soiling bricks including filing of
interstices and rolled and consolidated to required
gradient and camber complete all as specified and
directed.
9 M & L hardcore of broken stones or boilders gauge 895.10 30.00 26853.00
n. exc 63mm deposited spread and levelled in Cum
layers n exc 15 cm thick watered and rammed to a
true surface complete all as specified and directed.

10 M & L for providing 75mm thick plain cement 233.20 400.00 93280.00
concrete type D2 (1:4:8) using 40mm graded stone CUM
aggregate complete all as specified and directed.

11 M & L for sand filling under floors or in foundations 678.20 10.00 6782.00
including watering and consolidation concrete CUM
complete all as specified and directed.

12 M & L for Machine pressed precast concrete 578.10 400.00 231240.00


interlocking paver block any shape and size KG
confirming to IS-15658-2006 of 80mm thickness M-
40 grade with sides are sealed with PCC 1:2:4 type
B-1 (using 20mm graded stone aggaregate)
complete all as specified and directed.

NOTE: - All excavation and Earthwork


involved in this schedule shall be measured
and paid separately under schedule 'A' Part-
IV.

TOTAL AMOUNT CARRIED OVER TO BOQ = Rs. 1487761.20

(Signature of Contractor) Asst Dir (Contracts)


Date............................. For Accepting Officer

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 96

SCHEDULE 'B'
LIST OF MATERIAL TO BE ISSUED BY THE DEPARTMENT
(SEE CONDITION 10 OF IAFW – 2249)

S. PARTICULARS RATE AT WHICH PLACE OF REMARKS


NO. MATERIALS WILL BE ISSUE BY
ISSUED TO THE NAME
CONTRACTOR
UNIT RATE
1 2 3 4 5 6

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

SCHEDULE 'C'
LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL BE ISSUED
TO THE CONTRACTOR (SEE CONDITIONS 15, 34 & 35 OF IAFW-2249)

S. Particulars Details of Hire charges Stand by Place Remarks


No. MES crew per unit per charges per of
supplied working day unit per Off issue
Rs. days Rs.
1 2 3 4 5 6 7

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

SCHEDULE 'D'
TRANSPORT TO BE HIRED TO THE CONTRACTOR
(SEE CONDITIONS 16 & 35 OF IAFW-2249)

S. No. Quantity Particulars Rate per unit Place of issue Remarks


per working day (by name)
1 2 3 4 5 6

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

(Signature of Contractor) Astt Dir (Contracts)


Dated…………………………… For Accepting Officer

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 97

TENDER
To,

The president of India,

Having examined and perused the following documents: -

1. Specifications signed by AAD / AD / DD / Director (Contracts).

2. Drawings as detailed in the specifications or list of drawings.

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

4. MES Standard Schedule of rates Part-I (Specifications) 2009 Print and Part-II (Rates) 2010 Print
(here-in-after and in IAFW – 2249 referred to as the ‘MES Schedule’) together with amendments Nos. 1
To 3 for SSR Part-I (2009) Print and amendments Nos. 1 To 56 for SSR Part-II (2010) Print.

5. General Conditions of Contracts IAFW – 2249 (1989 Print) together with errata No 1 To 20 and
amendment No 1 To 40.

6. WATER: CONDITION 31 OF IAFW – 2249 (GENERAL CONDITIONS OF CONTRACTS): -

Water will not be supplied by MES and contractor shall make his own arrangement for water supply
required for construction of work and drinking water for his employees.

7. Should this tender to be accepted, I / we agree: -

* (a) That the sum of Rs. ……………… (RUPEES ………………………………………………… ONLY)


forwarded as earnest money shall either be retained as part of the security deposits or be refunded by
the Government on receipt of the appropriate amount of security deposit all as per condition 22 of
IAFW-2249.

(b) To execute all the works referred to in the said documents upon the terms and conditions
contained / referred to therein and at the item rates contained in the aforesaid Schedule ‘A’ (BOQ) or at
such other rates as may be fixed under the provision of condition 62 of IAFW – 2249 and to carry out
such deviations as may be ordered vide conditions 7 of IAFW-2249 up to maximum
10% (TEN PERCENT) and further agree to refer all disputes as required by condition 70 of IAFW-
2249 to the Sole Arbitrator who shall be serving officer having degree in Engineering or equivalent or
having passed final / direct final examinations of Sub-divisions – II of Institution of Surveyors (India)
recognized by Govt. of India to be appointed by Engineer-in-Chief, Army Head Quarters, New Delhi-
110011 or in his absence the officer officiating as Engineer-in-Chief, or Director General of works, if
powers specifically delegated in writing by Engineer-in-Chief's, Army Head Quarters, New Delhi-110011,
whose decision shall be final, conclusive and binding.

* To be deleted where not applicable.

Contd…

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 98

T E N D E R (CONTD....)
Brought forward Rs. ………………………………
For the lump sum of Rs. …………………………………………… (Rupees ………………………………………………………
……………………………………………………………………………………………………………………………………………………)
Signature …………………………………………………… in the capacity of………………………………………………………
Name of signatory………………………………………………………………………………………… (IN BLOCK LETTERS)
duly authorised to sign the tender for and on behalf of
M/S……………………………………………………………………………………………………………… (IN BLOCK LETTERS)

Postal Address…………………………………………
Witness…………………………………………… ………………………………………………………………
M/S………………………………………………… ………………………………………………………………
Address…………………………………………… Telephone No …………………………………………
……………………………………………………… Telegraphic Address ……………………………….
Telephone No…………………………………

ACCEPTANCE
1. ………… Alterations have been made to the documents and as evidence that these alterations
were made before execution of the Contract Agreement; they have been initialed by the contractor and
Shri____________________________________________________________. The said officer is
hereby authorised to sign and initial on my behalf the documents forming part of this contract.

2. The above tender was accepted by me on the ……………… day of ………………… 2020 on behalf of
the President of India for the lump sum of Rs. …………………………………………………… (Rupees
…………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………only).

Signed on…………………Day of…………………2020.

Appointment: CHIEF ENGINEER


BAREILLY ZONE, BAREILLY
ACCEPTING OFFICER
(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 99 TO 131
AND 132 TO 138

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


FOR

*LUMP SUM CONTRACTS (IAFW-2159)

*MEASUREMENT CONTRACTS (IAFW – 1779 OR 1779 A)

*TERM CONTRACTS (IAFW-1821)

A copy of GENERAL CONDITIONS OF CONTRACTS (IAFW-2249 PRINT-1989) with errata


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

It is hereby further agreed and declared by me / us that the GENERAL CONDITIONS OF


CONTRACTS (IAFW-2249 PRINT-1989) including condition 70 thereof pertaining to settlement of
disputes by Arbitration containing 33 pages (SERIAL PAGE NO. 99 TO 131) with errata 01 to 20 and
amendment No. 01 to 40 (SERIAL PAGE NO. 132 TO 138) shall form part of these tender
documents.

* Delete whichever is not applicable.

NOTE: - In case of difference in interpretation, due to wording in English and Hindi


version, the English version will prevail.

Astt Dir (Contracts) (Signature of Contractor)


For Accepting Officer Dated…………………………
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 139

SCHEDULE OF MINIMUM WAGES

It is hereby agreed that the “Schedule of Minimum Wages” as published vide Government of
India / State Govt. / Govt. Local authorities, whichever is highest and which specifics minimum rates of
wages for various categories of workmen as applicable on the last due date of receipt of this tender
shall form part of these tender.

My / Our signature here under amounts to my / our having signed the aforesaid documents
forming part of these tender documents.

Astt Dir (Contracts) (Signature of Contractor)


For Accepting Officer Dated…………………………
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 140

SPECIAL CONDITIONS (Contd…)

1. GENERAL

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

2. ADMISSION TO SITE BY CONTRACTOR AND RESPONSIBILITY TO ASCERTAIN HIS


OWN INFORMATION.

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

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

3. CONDITIONS FOR WORKING

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

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

4. ACCEPTABLE QUALITY OF WORK AND FINISHES

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

(ii) Approval of the stages and workmanship of sample finishes and fittings shall be
separately entered and approved in stage passing register giving reference for easy identification
even at a later date.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 141

SPECIAL CONDITIONS (Contd…)

5. WORK ON HOLIDAY

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

6. RECORD OF CONSUMPTION OF CEMENT

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

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

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

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

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

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

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

9. LAND FOR TEMPORARY WORKSHOP, STORES ETC.


Delete the following from lines 5 to 9 of sub para 1 of condition 24 0f IAFW-2249 reading “in the event
of area of land..... land allotted to him” and insert as under : -

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

10. WATER

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

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 142

SPECIAL CONDITIONS (Contd…)

10.2 Water will not be supplied by MES. Contractor shall make his own arrangement for supply of
water required for the work and his labour/workmen employed on the work. However, if he so desired,
the contractor will be allowed to dig / bore tube well or hand pump on defence land at the site(s) of
works at his own expense and without any extra cost to Govt. The pump and other connected items
such as pipes etc. required for the same shall be procured by the contractor under his own
arrangements in such case. No charges will be levied for allowing the contractor to dig tube well/hand
pump on defence land.

10.3 Where the contractor arranges water under his own resources by way of digging/boring tube
well or hand pump or otherwise, it will be ensured by him that the water is free from injurious quantities
of acids, alcohol, silt, oil, organic matters or other impurities specified in the relevant IS and water is
clean, potable and suitable for mixing mortar, for washing aggregate, for curing concrete and plaster
etc. In such cases water shall be got tested under contractor's own arrangements from Govt approved
test laboratories and the test report shall be kept on record.

10.4 Contractor may drill the bore well(s) of appropriate size and depth on Govt. land at the point
approved by the GE. It is the express condition of the contract that after completion of the work such
drilled bore well(s) at site shall become Government property without any cost to contractor and
contractor shall not destroy / dismantle the same and shall not remove the casing pipes from bore
well(s)

11. CO-OPERATION WITH OTHER AGENCIES

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

12. ELECTRIC SUPPLY

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

(a) At Rs. 9.50 (Rupees Nine and Paise Fifty only) per unit for lighting and power.

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

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

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 143

SPECIAL CONDITIONS (Contd…)

13. NET WORK ANALYSIS

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

13.2. During currency of the work, the contractor is expected to adhere to the time Schedule and this
adherence will be a part of his/their performance under the contract. During the execution of the work,
the contractor is expected to participate in the reviews and updating of the net work undertaken by the
GE, either as a periodical appraisal measure or when the quantum of work ordered on the contractor is
substantially changed through deviation orders or amendments. Any revision of the time Schedule as
result of the review will be submitted by the contractor to the GE within a week for his approval after
due scrutiny.

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

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

14. SAMPLE OF MATERIALS

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

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

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

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 144

SPECIAL CONDITIONS (Contd…)

14.3.1 For obtaining sample approval, Contractor shall download list of BIS marked manufacturers from
BIS site www.bis.org.in. They shall select manufacturer(s) meeting contract specifications criteria and
handover the report with a request letter to Engineer-in-Charge with his signatures. The Engineer-in-
Charge shall verify its correctness by visiting the BIS site and process it to GE with his
recommendations. AE / JE (QS&C) of GE shall recheck the same from internet, endorse his
recommendation and put up for approval of GE.

14.3.2 The printout having signature of all concerned including GE shall be kept on record and
approval shall be conveyed within 7 days of Contractor’s request.

14.3.3 After sample approval GE shall send an e-mail to manufacturer (not the authorised dealer).
Intimating him name of firm, approx quantity of materials being procured by the Contractor and request
the manufacturer to ensure that his product only is purchased by the Contractor from proper authorised
source. A printout of the e-mail sent to manufacturer shall be kept on record duly signed by GE and a
copy thereof shall be sent by post to the manufacturer.

14.3.4 In cases involving suspected procurement of spurious material purchase vouchers shall be
verified through the manufacturer and proof of payment shall be obtained from the Contractor. The
payment of such doubtful material shall be allowed only after GE satisfies himself about the genuineness
of materials.

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

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

15. PERIOD FOR KEEPING THE TENDER OPEN

The tender shall remain open for acceptance for a period of 90 (NINETY) days from the date on which
the tenders are due to be submitted.

16. ADVANCE ON ACCOUNT OF MATERIALS WHICH DO NOT LOOSE IDENTITY


(APPLICABLE TO CONTRACTS OF VALUE Rs.50 LAKHS AND ABOVE)

The contractor may be paid advance on account of the full value of the under mentioned
materials only, brought on the site, on his furnishing guarantee Bonds from a Scheduled Bank for the
amount of retention money which should otherwise be recoverable from him under the contract.

(a) Poles
(b) Transformers
(c) ACSR Conductor
(d) Cables
(e) Factory made panelled shutters
(f) Factory made pressed steel door frame
(g) Factory made steel windows and ventilators
(h) Sanitary, toilet fittings and appliances
(j) All other equipments/accessories and fittings included in Schedule ‘A’
(k) Structural Steel
(l) Solar modules
(m) Inverters
(n) VCB

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 145

SPECIAL CONDITIONS (Contd…)

The Bank Guarantee Bonds shall be executed for a period of twelve months on a form as
directed by the Accepting Officer. The contractor shall further arrange to extend the period of Guarantee
Bond if and when necessary, as directed by the Accepting Officer or shall furnish fresh guarantee bond
of similar value. It shall be noted that advance on account to the full value of materials brought on the
site is permissible only in respect of fittings and fixtures and other manufactured items which do not
lose their identity. Materials like bricks, aggregate precast concrete and similar items shall not be taken
in the list.

17. SECURITY OF CLASSIFIED DOCUMENTS

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

18. OFFICIAL SECRETS ACT

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

19. RECORD OF MATERIALS

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

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

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

19.4 Contractor shall produce vouchers/invoices from the manufacturers and/or their authorised
agents for the full quantity of the material, as a pre-requisite before submitting claims for payment for
advances on account of the work done and/or materials collected in accordance with condition 64 of
General Conditions of Contracts IAFW-2249.

20. RELEASE OF PERFORMANCE SECURITY DEPOSIT

20.1 Refer conditions 22 and 68 of IAFW-2249 amended vide amendment No 45 of IAFW-2249.

20.2 The contractor has to deposit performance security for the contract as mentioned in Condition 19
vide amendment No 47 of IAFW-2249. The performance security shall be released in accordance with
amendment No 45 of IAFW-2249 of condition 68 of IAFW-2249 after expiry of defect liability period of
contract i.e, 02 years from the actual date of completion.
CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 146

SPECIAL CONDITIONS (Contd…)

21. CLEANING DOWN


Refer Condition 49 of IAFW-2249, General Condition of Contracts: -

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

22. SAFETY PRECAUTION

22.1 The contractor shall take every/precaution to control traffic on road keeping danger boards,
necessary lighting arrangements, fencing and watchman to avoid any damage. In case due to
excavation or others the road is to be blocked the contractor shall, without any extra cost to the Govt,
provide separate by pass so that normal traffic is not disturbed.

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

23. ADVANCES ON ACCOUNT

23.1 Refer condition 64 of IAFW-2249 (General Conditions of Contract).

23.2. Para 1 of condition 64 of IAFW-2249 shall be amended to read as under :-

“The contractor may at intervals of not less than 15 days submit claims on IAFW-2263 for
payment of advances on account of work done and of materials delivered in connection with
Measurement and Lump Sum contracts.”

All other provisions of condition 64 of IAFW-2249 as amended up to date shall remain


unchanged.

24. CONTRACTOR’S SITE LABORATORY AND TESTING OF MATERIALS

24.1 Tests to be carried out in the Contract are listed in Appx ‘D’ to Particular Specification for the
material to be incorporated in the contract. Any other tests mentioned in particular specification shall be
in addition to the tests mentioned in Appx ‘D’ and shall be carried as per terms & condition stipulated
there under. A site laboratory shall be set up by the Contractor for carrying out the tests as required
under the Contract. The laboratory shall be fully equipped and shall be approved in writing by the GE.
The calibration of equipment shall be periodically checked by the GE.

24.2 The types of tests and frequency of tests to be carried are given in Appendix ‘D’ to particular
specification. However keeping in view nature of work, Garrison Engineer may add additional tests
checks to this list or modify the list as required.

24.3 The Contractor shall be responsible for tests to be carried out. For carrying out the tests in site
lab he shall employ a competent technical representative as approved by the Garrison Engineer and all
such tests shall be carried out in the presence of Engineer-in-Charge.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 147

SPECIAL CONDITIONS (Contd…)

24.4 The charges for the tests carried out in site laboratory of the contractor shall not be recovered,
as the tests shall be carried out by the contractor at his own cost in his site laboratory. However, the
charges for tests shall be recovered from the contractor only if does not carryout tests catered for in the
contest and are got done in MES laboratory.

24.5 Where testing of contractor’s materials (level ‘B’ & ‘C’ test) is carried out in MES Zonal Lab /
SEMT wing Pune, the contractor shall be liable to pay the testing charges as stated in Appx ‘D’ to the
specifications and shall be recovered from the contractors running payment/final bill as the case may
be. When tests (level ‘B’ & ‘C’) are carried out in Govt approved lab/National tests house/Engineering
colleges, the testing charges as charged by the lab/institute shall be borne by the contractor irrespective
of the testing charges mentioned in Appx ‘D’. However no recovery shall be made for those tests which
are carried out in Govt approved lab/National test house/Engg Colleges by the contractor and he has
paid the charges thereof.

24.6 A percentage/ selected checks as decided by the Accepting Officer, shall be got done
independently in the Zonal/ Govt laboratory and charges for such tests shall be borne by the contractor
only if the tests disclose that the said materials are not in accordance with the provision of the contract.
The cost of materials consumed in tests and cartage to the testing laboratory shall however be borne by
the contractor in all cases.

24.7 In case requisite number of applicable tests catered in Appendix ‘D’ are not carried out by the
Contractor and GE is satisfied about the quality of material that same is in accordance with the Contract
specification he may dispense with the test and in that event the contractor shall be liable to bear the
recovery for not carrying out the tests at the penal rate which will be three times the rate given in
Appendix ‘D’. In case GE is not satisfied about the quality of material, he will get the tests done in the
MES Zonal Lab / SEMT Wing Pune / National test house / Govt approved lab / Engg colleges and in that
event Contractor shall bear the recovery for such tests carried out at penal rate of three times, the rate
given in Appendix ‘D’ or twice the actual expenditure incurred whichever is higher.

25. to 26.2. BLANK.

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


CONTRACT VALUE’ :-

26.3.1. The rates quoted by the Contractor shall be deemed to be inclusive of all taxes (including
Sales Tax/ VAT on materials, Sales Tax/ VAT on Works Contracts, Turnover Tax, Service Tax, Labour
Welfare Cess/ Tax etc.), duties, Royalties, Octroi & other levies payable under the respective Statutes.
No re-imbursement/ refund for variation in rates of taxes, duties, Royalties, Octroi & other levies, and/or
imposition/ abolition of any new/ existing taxes, duties Royalties, Octroi & other levies shall be made
except as provided in sub para 26.3.2 here-in-below.

26.3.2. (i) The taxes which are levied by Govt at certain percentage rates of Contract Sum/ Amount
shall be termed as ‘taxes directly related to Contract value’ such as Sales Tax/ VAT on Works
Contracts, Turnover Tax, , Service Tax, Labour Welfare Cess/ tax and like but excluding Income
Tax. The tendered rates shall be deemed to be inclusive of all ‘taxes directly related to Contract
value’ with existing percentage rates as prevailing on last due date for receipt of tenders. Any
increase in percentage rates of ‘taxes directly related to Contract value’ with reference to
prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor and
any decrease in percentage rates of ‘taxes directly related to Contract value’ with reference to

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 148

SPECIAL CONDITIONS (Contd…)

prevailing rates on last due date for receipt of tenders shall be refunded by the Contractor to the
Govt/ deducted by the Govt from any payments due to the Contractor. Similarly imposition of
any new ‘taxes directly related to Contract value’ after the last due date for receipt of tenders
shall be reimbursed to the Contractor and abolition of any ‘taxes directly related to Contract
value’ prevailing on last due date for receipt of tenders shall be refunded by the Contractor to
the Govt/ deducted by the Govt from the payments due to the Contractor.

(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 there to which he may be in a position to supply. The
Contractors shall submit the other documentary proof/ informations as the GE may require.

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

(iv) Re-imbursement for increase in percentage rates imposition of ‘taxes directly related to
Contract value’ shall be made only if the Contractor necessary & properly pays additional ‘taxes
directly related to Contract value’ to the Govt, without getting the same adjusted against any
other tax liability or without getting the same refunded from the concerned Govt authority and
submits documentary proof for the same as the GE may require.

27. OUTPUT OF ROAD ROLLER (REFER CONDITION 15 OF IAFW-2249)

27.1 Where road rollers are hired by the Department to contractors, a log book for each road roller
shall be maintained by the Department for recording hours of working of the road roller. However, when
the contractor procures road rollers from sources other than the Department a log book for each road
roller shall be maintained by him for recording hours of working of the road roller. Entries in the log
book shall be signed by the contractor or his authorised representative and by the EIC.

27.2 To ensure proper consolidation roller must work for at least the number of days assessed, on the
basis of output given hereinafter. If the roller has not worked for the number of days so assessed,
recovery shall be effected from the contractor for the number of days falling short of the days assessed
on the basis of output stipulated, the recovery shall be affected as under :-

(a) Where road roller is hired out only by the department to the contractor at rates given in
Schedule ‘C’.

(b) Where road roller is hired by the contractor only from sources other than the department,
Rs 1400/- per working day of hours for 8 to 12 ton roller.

(c) Where road roller is hired by the contractor from the department and also from sources
other than the department at higher of the two rates given in Schedule ‘C’ of contract and para
27.2 (b) above.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 149

SPECIAL CONDITIONS (Contd…)

27.3 The above provision shall not however, absolve the contractor of his responsibility of properly
consolidating surfaces as required under the provisions of the contract.

27.4 Output of Road Roller per day of Eight hours.


(i) Consolidation of formation. Surfaces/Sub grade : 1850 Sqm
(ii) Consolidation of stone soling 23 cm thick with 8 to 10 : 518 Sqm
tonne roller.
(iii) -do- but 15 cm thick. : 800 Sqm
(iv) Consolidation of water bound macadam(stone metal) 10 : 248 Sqm
cm compacted thickness including spreading and
consolidation with binding material.
(v) -do- but 7.5 cm –do- : 372 Sqm
(vi) Consolidation of 2 cm thick premixed carpet including : 744 Sqm
seal coat
(vii) Consolidation of 2.5 cm thick premixed carpet including : 600 Sqm
seal coat.
(viii) Consolidation of 3.0 cm thick closed graded premixed : 456 Sqm
surfacing/ mix seal surfacing (MSS)

28. QUALIFIED TRADESMEN (Applicable For Works Costing Rupees One Crore Or More)

In compliance with the condition 26 of IAFW-2249 (General Conditions of Contracts), the contractor
shall employ skilled/semi skilled tradesmen who are qualified and possessing certificate in particular
trade from Industrial Training Institute (ITI)/ National Institute of Construction Management and
Research (NICMAR)/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 tradesman alongwith requisite certificates to GE 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 unsatisfactory 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 tradesman 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.

29. CONCILIATION

29.1. SCOPE OF CONCILIATION (APPLICABLE TO CONTRACTS CONCLUDED BY


ZONAL/PROJECT CHIEF ENGINEERS)

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.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 150

SPECIAL CONDITIONS (Contd…)

(b) Disputes relating to technical examination of works.

(c) Disputes relating to interpretation of the provisions or 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 referred to 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.

29.2. Commencement of Conciliation Proceedings

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

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

29.2.3 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.

29.3 Number of Conciliators: - There shall be a Sole Conciliator.

29.4 Appointment of Conciliator :- All disputes brought out in para 29.1(a) to (e) above shall be
referred to the Sole Conciliator viz. Serving Officer not below the rank of Superintending
Engineer/Superintending Engineering (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 Engineer-in-Chief, Army Headquarters, New Delhi or in his absence the Officer
officiating as Engineer-in-Chief or Director General of works specifically delegated by the Engineer-in-
Chief in writing.

29.5 Status of effect of Settlement Agreement: 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.

30. Dispute Resolution Board:

30.1 During execution of the works or after completion or after determination/cancellation/


termination of the contract all disputes between the parties to contract arising out of the contract
(except those for which decision of Accepting Officer or any other officer (CWE and/or GE) is expressed
to be final and binding). including any disagreement by either party with any action, inaction, opinion,
instruction. certificate or valuation by the Accepting Officer or his nominee. the matter in dispute shall,
in the first place be referred to the Dispute Resolution Board (DRE). In case of disagreement with the
decision of such DRB. any party may invoke arbitration clause.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 151

SPECIAL CONDITIONS (Contd…)

30.2 The Constitution of the DRB shall be a three member body as under:

(i) Chairman: Joint DG (Contracts) of the concerned Command Chief Engineer. Where Jt
DG (C) is not posted in the Comd, any other Chief Engineer/Brig level Offr
posted in CE Comd shall be nominated by Comd CE at his sole discretion.

(ii) Member 1
Col/Director rank officers of Comd CE or of any other Zonal CE to
be nominated by Comd CE
(iii) Member 2

30.3. The name of chairman and members shall be notified by the Accepting officer within one month
of the date of acceptance of contract

30.4. Once the DRB is constituted the members and Chairman shall disclose in writing their neutrality
and impartiality about any personal interest in the work.

30.5. The dispute shall be referred to the chairman of the DRB by the concerned party alter giving
notice to the other party for invoking of this clause.

30.6. The DRB shall decide the dispute in accordance with the terms of the contract, principle of
natural justice, equity and fair play.

30.7. The DRB may fix oral hearing at a place, date and time as decided by the Chairman.

30.8. The requisite administrative support to the DRB shall be provided by the Accepting Officer.

30.9. All the contract documents pertaining to the case shall be provided by the Accepting Officer for
reference by the DRB.

30.10. DRB shall give its decision on the disputes within three months of notice from any party
invoking the DRB clause. This period can be extended by one month with the consent of the parties.

30.11. All the decisions given by the DRB shall be by majority and such decisions shall be
communicated in writing by Chairman to the parties.

30.12. If the decision of the DRB is not to the satisfaction of either party or if the DRB fails to give
decision within the laid down time either party shall indicate his reservations on the decision to
Accepting Officer within 30 days of such decision and to refer that dispute for arbitration within the
provisions of Condition 70 of lAFW- 2249 General Conditions of Contract.

30.l3. It shall be mandatory for the party invoking arbitration on any particular dispute to have first
exhausted the remedy provided under the DRB clause for that particular dispute.

30.14. The mandate of the DRB shall terminate on completion of one year from the date of completion/
determination/cancellation/termination of the contract.

30.15. If any member or Chairman of the DRB is unable to function due to any reason whatsoever, or
he resigns his appointment, Chief Engineer Command as the case may be, shall fill the vacancy so
caused within 15 days of happening of such vacancy.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 152

SPECIAL CONDITIONS (Contd…)

30.16. Any dispute referred to the DRB and having been decided by the DRB and not objected to by
either party within 30 days shall attain finality and shall not be referable to arbitration.

30.l7. Accepting officer shall ensure implementation of the decisions of the DRB which attain finality,
i.e. except those which are objected by him or by contractor within 30 days as per Para l2 above.

30.18. Findings and decision of DRB shall be admissible as evidence to the extent permissible as per
law, in the subsequent Arbitration and/or litigation.

30.19. DRB Chairman/members shall not, in any case, be liable to be called as witness or to produce
any evidence in any Arbitration or departmental proceedings of any kind.

30.20. During execution of work the disputes may be referred to the DRB as per the requirement of
each party after having exhausted the decision making process provided in the contracts. In case of
completion of work or after determination/cancellation/termination of the contract all the disputes
including payment/nonpayment/delay in final bill shall be simultaneously referred to the DRB within six
months of completion/determination/cancellation/termination of the contract.

30.21. The department case before the DRB shall be presented by Accepting Officer himself and/0r Dir
(Contract) of CE Zone assisted by CWE and his DCWE. (Contract), GE and his AGE (Contracts) and any
other officer and legal counsel nominated by Accepting Officer. The contractor may present his case by
himself and/or by his nominated reps & authorized legal/technical counsel.

31. Quality Control Plan : To ensure consolidated information in respect of work, Contractor
shall submit Quality Control Plan within 30 days of commencement of work as per format as in
Annexure ‘I’ given below :-

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 153

SPECIAL CONDITIONS (Contd…)

Annexure ‘I’

FORMAT FOR QUALITY CONTROL PLAN

PART-I

01. Contract Agreement Reference No. :

02. CPM network prepared and approved by GE :

03. Resource scheduling done based on CPM :

04. Site Laboratory (with equipments) set up as :


per Contract Agreement (CA)

05. Concrete mix design submitted and :


approved

06. Preliminary works completed to standard :


engineering practice

07. Arrangements for water made (including :


testing of water).

08. Arrangement for electric supply made :

09. Materials :

Srl Item Source as Contractor’s Refer to Agency Responsibility for


No. per CA plan of testing clause for testing testing
sourcing

10. List of all T&P, make and numbers that the contractor would deploy at site of work.

11. Name of person nominated by contractor for :


exercising quality control.
12. Qualifications/Experience of person at Serial No. :
11 above.

13. Names of supervisors with their qualifications/ :


experience employed by contractor.

14. Confirmation that contract requirements relating :


to quality of all materials and quality standards of
workmanship and finishes and acceptance
criteria are explained and understood by all.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 154

SPECIAL CONDITIONS (Contd…)

15. Confirmation that requirement of tests to be :


conducted on materials before approval of
sample and during execution, tests on
workmanship, tests before acceptance including
the testing procedure, sampling techniques,
frequency and agencies responsible for testing
are understood and shall be complied with.

16. Method to be adopted for maintaining records of :


test result.

17. Certificate that contractor shall maintain a log of


all materials received at site as per the following
format :-

Srl Date Material Quantity Source Whether as Tests carried out Tests to be
No received per approved by supplier carried out
. sample or before
not incorporation

18. General remarks by contractor of his plan of actions to ensure that quality standards

Dated : ______________ (Signature of Contractor)

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 155

SPECIAL CONDITIONS (Contd…)

PART-II

(TO BE COMPLETED BY GE BEFORE FORWARDING FOR APPROVAL BY CWE)

01. Verification of Serial No. 02 to 08 of Part-I :

02. Verification of Serial No. 09 to 18 of Part-I :

03. Confirmation that Stage passing Register laying :


down the stages and authority responsible for
approving the same has been prepared, shown
to contractor and kept at site.

04. Confirmation that all sites as required by :


contract had been handed over to contractor on
the date fixed in Work Order No. 01.

05. Confirmation that arrangements for Govt. liability :


in supply of water and electricity has been made
and no hold up on this account is expected.

Dated : ______________ (Signature of GE)

APPROVED BY CWE

(Signature of Contractor) Astt Dir (Contracts)


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

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 156

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.0 SOLAR POWER PLANT


1.1 GENERAL SCOPE OF WORK FOR SOLAR POWER PLANT.

1.1.1 The general scope of work involves Engineering, Procurement and Construction (EPC) of the grid-
connected solar photovoltaic power plant .
1.1.2 The scope of work includes commissioning of the power plant. The Contractor shall construct and
commission plant to deliver guaranteed plant performance.
1.1.3 Work includes Comprehensive Operation and Maintenance (O&M) of the plant wherein the plant
shall generate at least equivalent to the Guaranteed Performance of Plant as defined in the concern
schedule.
1.1.4 CIVIL WORK:
Design, fabricate, supply and installation of module mounting structures; civil footings / foundations
of appropriate and anchoring of fixed tilt module mounting structure; work required for site
development activities inclusive but not limited to area grading, excavation, cutting, filling and
disposal of soil from site, levelling of land; RCC cable trenches & storm water drainage system,
construction of CONTROL ROOM for inverter with electrical fixtures and proper air circulation,
provide pipeline network with necessary control panel, pipeline, taps, flexible hoses etc. for washing
of modules and gardening.

1.1.4A 36 KV, 630A, 31.5kA OUTDOOR SF6 CIRCUIT BREAKERS:

GENERAL:
a. The specification covers, the design manufacture, testing and supply of 36 kV, 630A, 3
phase, 50 Hz, 31.5kA for 3 sec., Outdoor Type SF6 Circuit Breakers.
b. The equipment shall be suitable for satisfactory operation in tropical climate. The
equipment shall be able to withstand wide range of temperature variation between -5oC to +
40oC.
c. The equipment shall comply in all respect with the requirement of Indian Electricity Rule
1956/ISS and latest amendment thereof during execution of contract wherever applicable.
STANDARDS: The circuit breaker shall confirm to latest revision of IEC-62271-100 / IS 13118 with
amendment available of relevant standards, rules and codes
GENERAL:
a. The circuit-breaker should be suitable for outdoor installation. It should use Sulphur
hexafluoride gas (SF6) as arc extinguishing medium and as the insulating medium. The
breaker characteristics shall guarantee a long electrical life for the circuit-breaker and limited
dynamic, di-electric and thermal stresses on the installation. b. The Circuit Breaker shall be
supplied as a complete unit in all respect. The breaker shall consist of three identical poles
used with a common operating mechanism. c. Porcelain used for bushing shall be
homogenous, free from lamination, cavities and other flaw of impressions that might affect the
mechanical or dielectric quality and shall be thoroughly vitrified, tough and impervious to
moisture. d. The Breaker shall be suitable for mounting on Galvanised steel support
structures. The support structure along with suitable foundation bolts should also be supplied
along with the circuit breaker.

e. The Operating duty of the breaker shall be O –0.3sec –CO –3min –CO. f. The insulation to
ground between open contacts and between phases of the completely assembled circuit
breakers shall be capable of withstanding dielectric test voltage corresponding to the basic
insulation level.
Contd..
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 157

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

Operating Mechanism
a. The Circuit breaker shall be power operated by spring stored energy mechanism. An
electrical motor should be provided for charging the closing spring as soon as it gets
discharged. The three poles of the breaker shall operate simultaneously through a mechanical
coupling.
b. The operating mechanism, the activating kinematics of the moving contacts and the anti-
condensation heater shall be located inside a tight metal enclosure with IP55 class. This
cabinet should be attached to the supporting frame of the poles to avoid any chance of leakage
in the cabinet.
c. The Breaker shall be of stored energy and free release mechanical operating mechanism
allowing opening and closing operations through local and remote control. d. The operating
mechanism shall be highly reliable and should have sufficient energy to provide full making
and latching current ability of all the poles simultaneously.
d. The operating mechanism shall be highly reliable and should have sufficient energy to
provide full making and latching current ability of all the poles simultaneously.
e. There shall be no objectionable rebound and the operating mechanism shall not require
any critical adjustment.
f. The mechanism shall provide mechanical anti-pumping feature to avoid undue stresses on
mechanism.
g. Mechanical arrangement should be provided to open or close the breaker in the event of
control voltage failure. Breaker shall be provided with mechanical ON/OFF indicator in a
position so that a man standing on ground should be able to easily see it with the mechanism
cabinet door in closed position A mechanical operating counter shall also be provided.
h. Mechanical spring charge status should also be indicated.

Control Wiring:
a. Electrical tripping of the breaker shall be performed by shunt Trip coil. A shunt Trip coil
shall operate correctly under all operating conditions of the circuit breakers and all values of
supply voltage from 70% to 110% of its rated voltage. A closing coil shall operate correctly at
all values of voltage from 85% to 110% of its rated voltage. The coils shall be of reliable design
and shall have low burden of less than 200W on the source.
b. Provision shall be made for local electrical control and Local / Remote selection with
enough contacts in the cubicle of the breaker.
c. Each Circuit Breaker Pole shall have independent pressure monitoring device and the
same shall be used for suitable electrical alarm and interlocking.
d. Additional anti-pumping relay should also be provided in the control circuit.
e. Limit switches to be provided to cut-off the power to spring charging motor after spring
charging is completed.

Tests: The SF6 circuit-breakers shall comply with the IEC 62271-100 standard as well as of other
major industrialized countries. They should have undergone the tests indicated below and
ensure service safety and reliability of the apparatus in all installations.

Contd..
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 158

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

Type tests:
_ Temperature rise test _
Di-electric test
_ Short circuit test duties _
Short time current test
_ Mechanical endurance test
Routine tests:
_ Power frequency voltage with stand test
_ Insulation test on auxiliary and control circuits _
Measurement of main circuit resistance
_ Mechanical and electrical operation test
Principal Technical Parameters

Sr. Description Particulars


No.
1 Rated Voltage 33kV
Maximum (continuous) rated service
2 voltage 36KV
3 Nominal current rating
Under normal 630A
conditions
Under site 630A
conditions
4 Frequency 50 Hz
5 Short Time current rating 31.5KA for 3sec
6 Breaking capacity 31.5kA
7 Making capacity 80 KA peak
Dry - 1 minute power frequency
withstand
8 voltage
between line terminal and
grounded objects 70KV rms
between terminal with
breaker contacts open 70KV rms
1.2/50 micro second full wave impulse
withstand test voltage for the two
9 cases above
between line terminal and
grounded objects 170KV peak
between terminal with
breaker contacts open 170KV peak
10 Total break time < 85ms

Contd….
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 159

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

Sr. Description Particulars


No.
11 Make Time < 85ms
Minimum total Creepage distance of
12 the insulators 900mm
13 Minimum clearance in air
between phases 480 mm
Live parts to earth 420 mm
Live parts to ground level 3700 mm
14 Number of poles of circuit breaker 3
15 Number of auxiliary contacts provided
Those closed when
breaker is closed 8
Those open when breaker
is closed 8
16 Type of operating mechanism
Spring wound
stored energy
Opening mechanism
Spring wound
stored energy
Closing mechanism
17 Control circuit voltage 24VDC
70% to 110% of
the Control
18 Operating voltage range for Tri coil voltage
85% to 110% of
Operating voltage range for Closing the Control
19 coil voltage
Rating & speed of spring charging
20 motor 230V AC motor
Maximum time required for motor to
21 charge the spring fully 15sec
The rating of the circuit breaker for
22 capacitor switching 400A

Contd….
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 160

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.1.4B STEP DOWN TRANSFORMERS

1 The transformers shall confirm to IS-1180 (part-I) latest version. These shall be outdoor type,
copper wound as specified in Schedule ‘A’.

1.1.4C VCB/RMU/Transformer

1 Inspection of RMU’s, VCB and transformer will be carried out at factory outlet by rep of
MES as detailed by GE and arrangement for the same will be made by the Contractor.
Following tests in addition to the tests described in PS clause will be carried out for
VCB/RMU/ Power Transformer:-
(a) Routine tests
(b) Non-destructive type tests or any other test as per IS.
(c) Pre-commissioning test by senior electrical inspector.

.2 Calibration of RMUs/VCB at site will be carried out with primary and secondary injection
kit calibration test and setting will be as per direction of Engr in Charge by engineer of
manufacturing company.

3 VCB shall be as per manufacturers listed under Appendix ‘C’

4 The tenderer shall submit details electrification layout plan of the VCB and its all connected
components for approval of GE.

5 The VCB shall be tested at the factory/manufacturer side. The VCB shall be dispatched to site of
work only after satisfactory testing of VCB at the manufacturer factory in presence of Rep of
Accepting Officer. All the testing facility required to be carried out at factory as per IS/IE norms shall
be provided by contractor without any extra cost.

6 VCB shall be installed, commissioned and tested at site in presence of Rep of manufacture and
Rep of Accepting officer. All the cost of testing and all apparatus/testing equipment required shall be
arrange by contractor without any extra cost.

7 Any other minor thing which is technically required for correct operation of the equipment shall be
deemed to be included in the unit rate quoted.

1.1.4D. 1 These shall be as specified in Sch ‘A’, all as specified in MES SSR and shall be mounted
HORIZONTAL for 33 KV and vertical type for 11 KV, Navtal lock (6 livers) with duplicate
keys will also be provided by the contractor. Make shall be as per Appendix ‘C’.

1.1.4E HT INSULATORS

1.1.4E.1 HT insulators shall be porcelain vitreous brown in colour free from and defects and
shall conform to IS-731. They shall bear the certifications marks of the IS as regards
their quality and soundness in all respects. Dimensions of parts of insulators shall
conform to IS-2486 (Part-I & II). Disc insulators shall conform to IS-3188.
Manufacturers test certificate shall be provided for approval.

Contd….
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 161

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.1.4F. LT INSULATORS

1 These shall be vitreous white in colour and shall conform to IS- 1445 and shall be free from
any defects.

1.1.4G. TEST FOR ELECTRICAL EQUIPMENTS ACCESSORIES

1.1.4G.1 The following test shall be carried out to the entire satisfaction of the Engineer-in-Charge
before the work is finally handed over by the contractor and completion certificate issued :-
(a) Polarity test The results shall be lower than
(b) Insulation resistance test Minimum specified in IE Rules/ISS.
(c ) Continuity test (Sectional and overall)
(d) Earth resistance test This is not exceed one ohm
(e) Full load test for transformer
(f) Any other functional tests that the
Engineer-in-Charge may specify
before/after commissioning.
(g) Relay test primary injection
(h) Protection checking of VCBs
(j) High voltage test of all equipments.

NOTES :- The functional test are those which are practicable at site and do not involve any special
equipment. The decision of CWE whether these tests are practicable at site and do now involve use
of any special equipment or otherwise shall be final and binding.

2 Testing and commissioning of switch gears. Testing and commissioning of switchgear (HT)
shall be carried out as laid down in para 19.98.5 on page 19-25 of MES standard schedule of rates
1991 (Part I specifications) duly modified by these particular specifications.

3 Testing of cables Testing of HT/LT cables shall be carried out as specified in para 19.93,
19.93.1 and 19.94 on page 19.22 and 19.23 of MES standard schedule of rates 1991 (Part- I
specifications) duly modified by these particular specification.

4 All the expense incurred on above tests including provision of testing apparatus required to
carryout the above mentioned tests shall be borne by the contractor without any extra cost to
Government. If the result of these tests are not found satisfactory, the contractor shall at his own
expense, replace the defective equipments/materials/accessories or any thereof, as directed by the
Engineer-in-Charge. Decision of Accepting Officer shall be final, conclusive and binding in this
respect.

5 The meggers to be used for insulation test shall be as mentioned below :-


(a) For 11 KV works - 2500 volts
(b) For 33 KV works - 5000 volts

Contd….
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 162

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

6 (a) The tests results will be recorded and will be signed by both the parties after
completion of the tests in triplicate.

(b) The contractor shall also submit the following certificates :-

(i) The manufacturer’s test certificate duly signed by the authorized testing authority of the
manufacturers, or the test certificate obtained from a recognized Government test house,
shall be accepted as an evident of the equipment, cables and accessories conforming to
relevant IS. The test certificate should bear the statement that the items under test conform
to the relevant IS (number to be quoted). The contractor shall also carryout insulation
resistance test high voltage test as per IS rules, continuity test etc as specified against the
test clauses.
(ii) Test certificate for all major equipments, cables, accessories etc are required. Other
tests/certificate required shall be as per the direction of the GE.

7 The installations shall be taken over after completion of the aforesaid tests to the entire
satisfaction of the Engineer-in-Charge/GE.
1.1.4H. LT SWITCH GEAR PANEL:-
1. Refer Para (including sub paras) 19.100 of MES Schedule Part-I and IS 2147.
2. The panel board shall be factory made and CPRI approved. Panel boards shall be obtained from
the specified manufacturers and panels will be epoxy powder coated factory made and tested as per
IS. All LT panels shall have extra space for installing one MCCB in future.

3. The contractor shall design & submit drawings of panel board before bringing same to the site.

4. The cable chamber of the board shall be with adequate space for housing cable and connecting
for safety of working and for avoiding accidental contacts with live parts by providing barriers.
5. In case nothing is mentioned in Sch ‘A’ bus bar shall be copper.
6. In case mounting of panel board has not been mentioned in Sch ‘A’ the same shall be floor
mounted and the fixing arrangement shall be provided by the contractor and the unit rate quoted
shall be deemed to inclusive for the same.
1.1.4 I. SLUICE VALVE
1. All sizes of Sluice Valve shall conform to IS-14846. It shall have Gun Metal
Non-Rising Spindle with Gun Metal Check Nut.
2. All cut off valve shall be of the right hand type. Valve Wheels should have an arrow
head engraved or cast thereon showing direction for turning 'Open' and Close'.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 163

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.1.5 ELECTRICAL WORK:

Consisting of supply, installation of solar PV modules, junction boxes, central inverter,


control panel, plant lighting system, automatic weather station; interconnection of facility through
wires, cables, bus bars, etc.; comprehensive testing of all equipment’s and system and
commissioning, training of client’s engineers on O&M of plant; human safety and protection
equipment including danger signs, fire fighting system; etc.

1.1.6 All designs, specifications, reports etc. submitted or used by the Contractor at any point in time shall
first be approved by the GE and revised by GE, if required, prior to execution.

1.1.7 The Contractor shall submit a comprehensive project execution schedule as well as Operation and
Maintenance (O&M) schedule with resource planning in the form of Gantt chart/ CPM Chart within
15 days of the commencement of work.

1.1.8 All construction, operation and maintenance procedures shall be carried out through appropriate
relevant standards, regulations laid by MNRE / SECI / NVVN / RERC / CEI / CEA .and / or any other
agency as and when applicable. Further, this shall comply to the applicable labour laws and take
necessary safety measures during construction and O&M period. The Contractor shall make himself
aware of such requirements and shall not solely depend on the MES Dept. to avail full information.

1.1.9 Any civil / electrical / other work, which is not mentioned or included in this tender document but
necessary for the satisfactory completion and run of plant shall be borne by the Contractor.

1.2 Planning and Designing.

1.2.1 The Contractor shall plan and design for the electrical / mechanical / civil requirements including but
not limited to plant configuration, space optimization, distance between rows of modules, sufficient
passage for vehicle and man-power movement in the plant, mounting structures, location of inverter
room, cable routing, selection of equipment’s and items, procurement plan etc. to enhance plant
output.

1.2.2 The Contractor shall carry-out Shadow Analysis at the site and accordingly design strings and
arrays layout considering optimal usage of space, material and labour.

1.2.3 All designs & drawings have to be developed based on the governing standards and requirements
of the project and also keeping in mind basic design specifications.

1.2.4 GE may approve minor deviations in the same which are meant for increasing plant performance
without compromising quality/ workmanship norms.

1.2.5 Accepting officer may modify the specifications at any stage as per local site conditions /
requirements.
1.3 Bill of Material (Indicative Only).
1.4 Contractor shall provide all necessary facilities as mentioned in the Scope of Work.
1.5 Approval of Designs/ Drawings.
1.5.1 All designs, construction and procurement - electrical and civil, shall comply with regulations laid by
RERC/CEI(G)/MNRE/SECI/CEA and/or any other agency as and when applicable. Contractor shall
make himself aware with such requirements and shall not depend on the GE to avail full information.
Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 164

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.5.2 All designs, specifications, reports, etc. submitted or used by the Contractor at any point in time
shall first be approved by GE and shall be revised by Contractor as per instructions given by GE if
required prior to execution.
1.5.3 The Contractor shall submit general engineering drawings of all civil work, including but not limited
to, layout of the power plant at different buildings indicating rows of photovoltaic modules, SLD,
location of control panels, DC and AC Distribution Boxes, MMS design, civil foundations and
anchoring design / details, shading analysis and generation estimation report etc.
1.5.4 The Contractor shall submit technical specifications / Drawings / Designs and datasheets for all
electrical work including but not limited to electrical component of the power plant including
photovoltaic modules, cables, connectors, junction boxes, inverters, transformers, monitoring and
auxiliary systems, etc.

1.5.6 The Contractor shall submit a comprehensive maintenance schedule for operation and maintenance
of the photovoltaic power plant and shall be liable for abiding by the schedule. All construction,
operation and maintenance procedures shall be carried out through appropriate relevant standards,
regulations and labour laws.

1.6 Final Commissioning and Plant Acceptance

1.6.1 The General Scope of Work includes commissioning of the power plant and evacuation of power
corresponding to the guaranteed performance at the Evacuation Point. Contractor shall operate and
maintain the facility and shall demonstrate guaranteed performance of the plant in the form of CUF
as plant acceptance test.

1.6.2 Evaluation shall happen after completion of all activities mentioned hereunder and by giving in
writing to GE for witnessing and approving the same:

1.6.2.1 Obtaining written certificate of commissioning of the facility and permission to connect to the grid
from the office of the Chief Electrical Inspector of the state, if applicable.

1.6.2.2 Inspection and successful electrical commissioning certificate from the GE(U) E/M Meerut.

1.6.2.3 Satisfactory completion certificate towards completion of all other contractual obligations by the
Contractor from the GE(U) E/M Meerut.

1.7 Comprehensive Operation and Maintenance:

1.7.1 Contractors shall separately quote for manning and operation of the plant, wherein the plant
should perform at a minimum annual guaranteed performance indicated by the Contractor
for the first year of installation. For subsequent years, maximum year-over-year derating in
the CUF with maximum acceptable year by year fall-off in CUF proportional to the maximum
derating of 3% of the first year installed DC capacity of the plant indicated by the Contractor.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 165

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.8 Civil work


1.8.1 The Scope of work covered in this tender includes, apart from the work as per the specification and
drawings, supply of all labour, technical personnel, material, fuel, water, power, laboratory testing
and equipment required for proper completion of the work, it shall also include the other related
works although they may not be specifically mentioned in the subsequent clauses and all such
incidental items not mentioned but reasonably implied and necessary for completion of the job as a
whole, all as desired and as directed by the GE. The Contractor shall give all notices, pay all taxes,
fees, duties, etc. that are required for all works including temporary works.

1.8.2 Tests & Surveys:

1.8.2.1 Topographical Survey: Topographical survey is required Contractor shall undertake Topographical
survey at the proposed site at appropriate interval by with the help of Total Station or any other
suitable standard method of survey if felt required.
1.8.2.2 The scope of soil investigation covers execution of complete soil exploration including boring,
drilling, collection of undisturbed soil sample where possible, otherwise disturbed soil samples,
conducting laboratory test of samples to find out the various parameters mainly related to load
bearing capacity, ground water level, Earth Resistivity Test (ERT), settlement, and soil condition and
submission of detail reports along with recommendation regarding suitable type of foundation for
each bore hole along with recommendation for soil improvement where necessary.

1.8.2.3 Contractor shall obtain and study earthquake and wind velocity data for design of module mounting
structure.

1.8.2.4 The foundations shall be designed considering the weight and distribution of the structure and
assembly, and a maximum wind speed of 175 km per hour. Seismic factors for the site have to be
considered while making the design of the foundation.

1.8.2.5 Contractor shall also plan for transport and storage of materials at site and shall arrange for its own
construction power and water.

1.8.2.6 Foundation / Anchoring design shall be made in accordance with the Indian Standard Codes and
structural condition of building, with the help of Registered Structural Designer having substantial
experience in similar work. The Contractor shall submit the detailed structural design analysis along
with calculations and bases/ standards for approval of Accepting Officer.

1.8.2.7 Contractor shall also plan for transport and storage of materials and transport of manpower to the
building terrace, arrangement for cleaning of modules, physical isolation of solar installation so as
to avoid any accidental contact.

1.8.2.8 The Contractor shall carry out Shadow Analysis at the site and accordingly design strings and
arrays layout considering optimal use of space, material and man-power.

1.8.2.9 The Contractor shall estimate the water requirements for cleaning the photovoltaic modules at least
once in every week in order to operate the plant at its guaranteed performance-ratio. The Contractor
shall make all provisions for water including storage facility, a network of GI pipes, and outlets with
manual isolating valves, flexible UV resistant pipe, wipers etc. for convenient
cleaning of photovoltaic modules.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 166

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.8.3 Site Development:

1.8.3.1 Area grading / earthen works: The Contractor shall carryout of the necessary earth works i.e.
cutting / filling, carriage of excavated material as per the direction of the Engineer in charge, for
area grading. Also, the area grading with required gradient is to be done in such manner that storm
water shall be naturally drained off from the plant area, through peripheral open surface drain.

1.8.3.2 Cable Trench: The Cable trench shall be excavated as per the instruction given by the Engineer in
charge, to lay necessary electrical cables, from Solar PV Module mounting structure to Inverter
room. The Cable shall be laid in the trench with required protection of sand / bricks at
required depth. After completion of laying works, the trenches shall be backfilled with good quality
of soil with required course of compaction.

1.8.3.3 Civil Foundation for Solar PV Module Mounting Structure (MMS): The foundations shall be
designed considering the weight and distribution of the structure and assembly, and a maximum
wind speed of 175 kmph. Seismic factors for the site to be considered while making the foundation
design Foundations shall be made in accordance with the Indian Standard Codes and soil
conditions, with the help of Registered Structural Designer having substantial experience in similar
work. The Contractor shall submit the detailed structural design analysis along with calculations and
bases / standards.

1.8.3.4 Fire Extinguishers: Liquefied CO2 fire extinguisher shall be upright type of capacity 10 kg having
IS: 2171.7 IS: 10658 marked. The fire extinguisher shall be suitable for fighting fire of Oils,
Solvents, Gases, Paints, Varnishes, Electrical Wiring, Live Machinery Fires, and All Flammable
Liquid & Gas. Contractor shall provide 4 no. of portable fire extinguisher as given below.

1.8.3.5 Sand Bucket: Sand buckets shall be wall mounted made from at least 24 SWG sheet with bracket
fixing on wall conforming to IS 2546. Bucket stands with four buckets on each stand shall be
provided in the Transformer Yard.

1.8.3.6 Sign Boards: The sign board containing brief description of various components of the power plant
as well as the complete power plant in general shall be installed at appropriate locations of the
power plant. The Signboard shall be made of steel plate of not less than 3 mm. Letters on the board
shall be with appropriate illumination arrangements. The Contractor shall provide to the GE,
detailed specifications of the sign boards.

1.8.4 Solar PV Module Mounting Structure (MMS):

1.8.4.1 The MMS shall be designed for an optimum manual seasonal tilt so as to meet the offered CUF.
The angle shall be systematically optimized for maximum energy generation throughout the year
based on location and local weather variables for each module technology.

1.8.4.2 The MMS shall be safe, and designed to allow easy replacement of any module and easy access to
the O&M staff. It shall be designed for simple mechanical and electrical installation, shall support
Solar PV modules at a given orientation, absorb and transfer the mechanical loads to the ground
properly and there shall be no requirement of welding or complex machinery at site.

1.8.4.3 The array structure shall be so designed that it will occupy minimum space without sacrificing the
output from Solar PV panels at the same time it will withstand severe cyclonic storm with wind
speed up to maximum 175 kmph.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 167

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.8.4.4 The structure shall be designed for simple mechanical and electrical installation. It shall support
Solar PV modules at a given orientation, absorb and transfer the mechanical loads to the ground
properly. There shall be no requirement of welding or complex machinery at site and is strictly not
allowed.

1.8.4.5 Seismic factors for the site to be considered while making the design of the foundation/ramming
etc. or any technology. The design of array structure shall be based on soil test report of the site
and shall be approved by GE.

1.8.4.6 The frames and leg assemblies of the array structures shall be made of hot dip Galvanized steel as
per ASTM A123.

1.8.4.7 In case of galvanization of structures, thickness of galvanization shall be at least 80 microns. Inner
side shall also be galvanised.

1.8.4.8 Modules shall be clamped / bolted with the structure properly. The material of construction shall be
GI / Al / Steel. Clamps / bolts shall be designed in such a way so as not to cast any shadow on the
active part of a module.

1.8.4.9 Modules shall be isolated electrically from the MMS through EPDM sheet of appropriate thickness
and all the modules shall be separately earthed through proper earthing arrangements.

1.8.4.10 Module mounting structures shall also be earthed through proper separate earthing.

1.8.4.11 Mounting structure shall also be equipped with suitably designed spikes at its high end to avoid
bird standing.

1.8.4.12 The material of construction, structural design and workmanship shall be appropriate with a factor
of safety of not less than 1.5.

1.8.4.13 The structure shall be designed for simple mechanical and electrical installation. It shall support
solar PV modules at a given orientation, absorb and transfer the mechanical loads to the ground
properly. There shall be no requirement of welding or complex machinery at site.

1.8.4.14 For multiple module mounting structures located in a single row, the alignment of all modules shall
be within an error limit of 10 mm in vertical / horizontal line.

1.8.4.15 The Contractor shall provide to GE the detailed design, specifications and calculations of the MMS.

1.8.4.16 The Contractor / manufacturer shall specify installation details of the Solar PV modules and the
support structures with appropriate diagrams and drawings.

1.8.4.17 The Module Mounting Structure design shall be certified by a chartered structural engineer.

1.8.4.18 All fasteners shall be of Stainless steel - SS 304. Nut & bolts, supporting structures including the
entire MMS shall have to be adequately protected against all climatic condition.

1.8.4.19 The Contractor shall design the structure height considering highest flood level at the site. The
minimum clearance between the lower edge of the module and the ground shall be the higher of (i)
above highest flood level at the site and (ii) minimum 500 mm.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 168

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.8.4.20 The structure shall be designed for simple mechanical and electrical installation. It shall support
solar PV modules at a given orientation, absorb and transfer the mechanical loads to the ground
properly. Cable should be passed through Pipes and Cable-ties shall be used to hold and guide
the Pipes (cables/wires) from the modules to inverters or junction boxes.

1.8.4.21 The Contractor shall be permitted ramming of the module mounting structure provided that they
obtain consent of the GE. The GE shall provide such consent once it is convinced that such
ramming shall not in any way deteriorate the strength of the structure and shall not reduce the
structure’s strength to enjoy life of more than 15 years.

1.8.4.22 Civil foundation design for Module Mounting Structures (MMS) shall be made in accordance with
the Indian Standard Codes and soil conditions.

1.9 Electrical work

1.9.1 Photovoltaic Modules

1.9.1.1 Project shall only make use of Polycrystalline Si Solar PV Modules.

1.9.1.2 Total volume of PV Modules to be supplied is 4 MW which is cumulative rated capacity of all solar
PV module under supply as per relevant IEC standard under STC conditions.
1.9.1.3 The Project shall consist of poly-crystalline silicon photovoltaic modules of 72 cell configuration.
1.9.1.4 The net rated and certified capacity of the modules at Standard Testing Conditions (STC) shall be 4
MW (with a positive tolerance of 3 to 5%).
1.9.1.5 All modules shall be certified IEC 61215 2nd Ed. (Design qualification and type approval for
Crystalline Si modules), IEC 61730 (PV module safety qualification) and IEC 61701 (Salt-Mist
Corrosion Resistance).
1.9.1.6 Minimum certified module capacity shall be 315Wp for Crystalline-Si. The actual module capacity
shall not vary by more than +3% from its minimum certified module capacity. No negative tolerance
in the minimum certified module capacity is acceptable.
1.9.1.7 Minimum certified module efficiency shall be greater than 15.8% for crystalline. The temperature
co- efficient of the module shall not be more than 0.40% / °C.
1.9.1.8 All photovoltaic modules shall carry a performance warranty of >90% during the first 10 years, and
>80% during the consecutive 15 years. Further, module shall have performance warranty of >
97.5% during the first year of installation.
1.9.1.9 The module mismatch losses for modules connected to an inverter shall be less than 2%.

1.9.1.10 SPV module shall have module safety class-II and shall be highly reliable, light weight and must
have a service life of more than 25 years.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 169

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.1.11 The SPV module shall be made up of high transitivity glass & front surface shall give high
encapsulation gain and the module shall consists of impact resistance, low iron and high
transmission toughened glass. The module frame shall be made of corrosion resistant material,
which shall be electrically compatible with the structural material used for mounting the modules.
1.9.1.12 The SPV modules shall have suitable encapsulation and sealing arrangements to protect the
silicon cells from environment. The encapsulation arrangement shall ensure complete moisture
proofing for the entire life of solar modules.
1.9.1.13 The module frame shall have been made of Aluminium or corrosion resistant material, which shall
be electrolytic ally compatible with the structural material used for mounting the modules with
sufficient no. of grounding/installation.

1.9.1.14 All materials used for manufacturing solar PV module shall have a proven history of reliability and
stable operation in external applications. It shall perform satisfactorily in relative humidity up to
85%+5% with temperature between -20°C to +60°C and shall withstand adverse climatic
conditions, such as high speed wind, blow with dust, sand particles, saline climatic / soil conditions
and for wind 175 km/hr on the surface of the panel.

1.9.1.15 The Contractor shall provide to GE the data sheets of all modules. The exact power of the module
shall be indicated if the data sheet consists of a range of modules with varying output power.

1.9.1.16 Only those crystalline modules which are supplied for a capacity more than 5 MW and installed for
at least one year till date shall be considered for existing project. On this account, Contractor shall
provide full information, to the satisfaction of the GE, before placing final order for the modules.

1.9.1.17 GE or its authorized representative reserves the right to inspect the modules at the manufacturer’s
site prior to dispatch.

1.9.1.18 The Contractor is advised to check and ensure the availability of modules prior to submitting the
tender. All modules shall be certified IEC 61215 2nd Ed. (Design qualification and type approval for
Crystalline Si modules), IEC 61730 (PV module safety qualification) and IEC 61701 (Salt-Mist
Corrosion Resistance).

1.9.1.19 Modules only with the same rating and manufacturer shall be connected to any single inverter.
Modules there shall compulsorily bear following information in the form of ID encapsulated with
solar cell in the manner so as not to cast shadow on the active area and to be clearly visible from
the top:-
(i) Name of the manufacturer of the PV module.
(ii) Name of the manufacturer of Solar Cells.
(iii) Month & year of the manufacture (separate for solar cells and modules).
(iv) Country of origin (separately for solar cells and module).
(v) Wattage, Imp, Vmp, Isc, Voc,temperature coefficient of power and FF for the module.
(vi) Unique Serial No. and Model No. of the module
(vii) Date and year of obtaining IEC PV module qualification certificate
(viii) Name of the test lab issuing IEC certificate.
(ix) Other relevant information on traceability of solar cells and module as per ISO 9001
and ISO 14001.
Contd
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 170

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.2 Junction/ Combiner Box

1.9.2.1 All junction/ combiner boxes including the module junction box, string junction box, array junction
box and main junction box shall be equipped with appropriate functionality, safety (including fuses,
grounding, etc.) and protection.

1.9.2.2 The terminals shall be connected to copper bus-bar arrangement of proper sizes to be provided.
The junction boxes shall have suitable cable entry points fitted with cable glands of appropriate
sizes for both incoming and outgoing cables. Suitable markings shall be provided on the bus-bars
for easy identification and cable ferrules will be fitted at the cable termination points for
identification.

1.9.2.3 Each Array Junction Box shall have Suitable Reverse Blocking Diodes of maximum DC blocking
voltage of 1000 V with suitable arrangement for its connecting. The Array Junction Box shall also
have suitable surge protection. The Junction Boxes shall have suitable arrangement for the
followings:-

(i) Combine groups of modules into independent charging sub-arrays that will be wired
into the controller.
(ii) Provide arrangement for disconnection for each of the groups. Provide a test point for
each sub-group for quick fault location.
(iii) To provide group array isolation.

1.9.2.4 The current carrying rating of the Junction Boxes should be suitable with adequate safety factor to
inter connect the Solar PV array.

1.9.2.5 The junction boxes shall be dust, vermin, and waterproof and made of thermoplastic/ metallic which
should be sunlight/ UV resistive as well as fire retardant & must have minimum protection to IP
65(Outdoor)/ IP 21(indoor) and Protection Class II.

1.9.2.6 In addition, over voltage protection shall be provided between positive and negative conductor and
earth ground such as Metal Oxide Variaster (MOV).

1.9.2.7 A lightning protection coil in each sub-array line shall be provided to prevent the high current
transients from entering into the DC bus.

1.9.2.8 The bypass & reverse blocking diodes should work for temperature extremes and should have
efficiency of 99.98%, confirmed by appropriate IEC standards.

1.9.2.9 Adequate capacity solar DC fuses & isolating miniature circuit breakers shall be provided if
required.

1.9.2.10 Detailed junction box specifications and data sheet shall be provided in the Bid document.

1.9.3 Inverter and Power Conditioning Unit (PCU):

1.9.3.1 Power Conditioning Unit (PCU) shall be of central inverter type as described in BOQ and
consists of an electronic inverter along with associated control, protection and data logging devices.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 171

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.3.2 All PCUs shall consist of associated control, protection and data logging devices and remote
monitoring hardware, software.

1.9.3.3 Contractor shall give warranty of Inverter for 05 (five) years from date of completion of Phase-I of
work.

1.9.3.4 Only those makes of PCUs/ Inverters which are commissioned for more than 5 MW cumulative
capacity solar PV projects till date shall be considered for this project. Contractor shall provide
sufficient information to the satisfaction of the GE before placing the final order for PCUs/Inverters.

1.9.3.5 The minimum European efficiency of the inverter shall be 94%, measured at 100% load as per IEC
61683 standard for measuring efficiency. The Contractor shall specify the conversion efficiency of
different loads i.e. 25%, 50%, 75% and 100% in its offer. The Contractor shall specify the overload
capacity in the bid.

1.9.3.6 The PCU shall be tropicalized and design shall be compatible with conditions prevailing at site.
Provision of exhaust fan with proper ducting for cooling of PCU’s shall be incorporated in the PCU’s,
keeping in mind the extreme climatic condition of the site.

1.9.3.7 The inverters shall have minimum protection to IP 65 (Outdoor)

1.9.3.8 Nuts & bolts and the PCU enclosure shall be adequately protected taking into consideration the
atmosphere and weather prevailing in the area.

1.9.3.9 Dimension and weight of the PCU shall be indicated by the Contractor in the offer. The inverters
shall be placed on a PCC platform as per the manufacturers design/recommendations.

Grid Synchronization
1.9.3.10 The system shall incorporate a uni-directional inverter and shall be designed to supply the AC
power to the grid at load end. The power conditioning unit shall adjust the voltage & frequency
levels to suit the Grid.

1.9.3.11 All three phases shall be supervised with respect to rise/fall in programmable threshold values
of frequency.

1.9.3.12 The inverter output shall always follow the grid in terms of voltage and frequency. This shall be
achieved by sensing the grid voltage and phase and feeding this information to the feedback loop
of the inverter. Thus control variable then controls the output voltage and frequency of the inverter,
so that inverter is always synchronized with the grid. The inverter shall be self-commutated with
Pulse width modulation technology.

1.9.3.13 This shall be capable of synchronize maximum within 1 Minutes.

Operational Requirements.

1.9.3.14 The System shall have capability of dynamic power factor adjustments.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 172

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.3.15 The PCU shall have the feature to work in tandem with other similar PCU's and be able to be
successively switched "ON" and "OFF" automatically based on solar radiation variations during
the day.

1.9.3.16 Maximum power point tracker shall be integrated in the power conditioner unit to maximize energy
drawn from the Solar PV array. The MPPT shall be microprocessor based to minimize power
losses. The details of working mechanism of MPPT shall be mentioned by the Contractor in its
offer. The MPPT must have provision for constant voltage operation. The MPPT unit shall confirm
to IEC 62093 for design qualification.

1.9.3.17 The system shall automatically “wake up” in the morning and begin to export power provided there
is sufficient solar energy and the grid voltage and frequency is in range.

1.9.3.18 Sleep Mode: Automatic sleep mode shall be provided so that unnecessary losses are minimized at
night. The power conditioner must also automatically re-enter standby mode when threshold of
standby mode reached.

1.9.3.19 Stand-By Mode: The control system shall continuously monitor the output of the solar power plant
until pre-set value is exceeded & that value to be indicated.

1.9.3.20 PCU shall have sinusoidal current modulation with excellent dynamic response.

1.9.3.21 Compact and weather-proof housing shall be provided.

1.9.3.22 Direct use in the outdoors with outdoor housing shall be done.

1.9.3.23 Comprehensive network management functions (including the LVRT and capability to inject
reactive power to the grid) shall be provided.

1.9.3.24 There shall be no load loss < 1% of rated power and maximum loss in sleep mode shall be
less than 0.05%.

1.9.3.25 OPTIONAL VAR CONTROL.

1.9.3.26 Unit wise & integrated Data logging shall be provided.

1.9.3.27 Dedicated Prefabs / Ethernet for networking shall be provided.

1.9.3.28 Basic System Operation (Full Auto Mode): The control system shall continuously monitor the
output of the solar power plant until pre-set value is exceeded & that value to be indicated.

1.9.3.29 All inverters/ PCUs shall be three phase using static solid state components. DC lines shall have
suitably rated isolators to allow safe start up and shut down of the system. Circuit breakers used in
the DC lines shall be rated suitably.

1.9.3.30 Over current, Sync loss, Over temp., DC bus over voltage, Cooling Fan failure (If provided), Short
circuit, Protection against lightning, Protection against earth fault, Surge voltage induced at output
due to external source, Power regulation in the event of thermal overloading, Set point pre-selection
for VAR control, Bus communication via -interface for integration, Remote control via telephone
modem or mini web server, Integrated protection in the DC and three phase system.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 173

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.3.31 Insulation monitoring of the PV array with sequential fault location, Ground fault detector – which is
essential for large PV generators in view of appreciable discharge current with respect to ground.

1.9.3.32 The power conditioner shall be entirely self-managing and stable in operation. A self-diagnostic
system check should occur on start up. Functions should include a test of key parameters on
start up.

1.9.3.33 Over voltage protection against atmospheric lightning discharge to the PV array shall be provided.

Standards & Compliances

1.9.3.34 PCU shall confirm to IEC 60068-2 standards for Environmental Testing.

1.9.3.35 All inverters shall be IEC 61000 compliant for electromagnetic compatibility, harmonics, etc.

1.9.3.36 All inverters shall be safety rated as per IEC 62109, EN 50178 or equivalent DIN or UL standard.

1.9.3.37 Each PCU shall be compliant with IEEE standard 929-200 or equivalent.

1.9.3.38 The PCU shall have local LCD (Liquid crystal display) and keypad for system control, monitoring
instantaneous system data, event logs, data logs and changing set points. Control and read-out
shall be provided on an indicating panel integral to the Inverter. Display shall be simple and self
explanatory. Display to show all the relevant parameter relating to PCU operational data and fault
condition in form of front panel meters/ LEDs or two line LCD Display.

1.9.3.39 If the Contractor is not able to provide PCU with display, the same has to be made available
at the SCADA monitoring & controlling desk installed in Main Control Room.

1.9.3.40 PCU front panel shall be provided with display (LCD or equivalent) to monitor the following:-

(i) DC power input


(ii) DC input voltage
(iii) DC current
(iv) AC power output
(v) AC voltage (all the 3 phases and line)
(vi) AC current (all the 3 phases and line)
(vii) Power factor

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 174

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.3.41 Following table summarizes the general technical requirement for the PCU to be supplied. Desired
Technical Specifications of Grid-Connected String Type PCU Sr. No Particulars Details.

(i) PCU Mounting As per the design


(ii) Cumulative AC Output Power 500 kW
(iii) Nominal AC Output Voltage 415 Volts +15%/-10% AC / 270 V / as per design
(iv) Maximum Input Voltage 800 V DC Extendable up to 1100 V
(v) Wave Form Sine wave
(vi) DC voltage range, MPPT 450 to 820 volts DC
(vii) Minimum Efficiency at 100% load > 98% as IEC- 61683(Efficiency)
(viii) Output frequency 50 Hz +/- 3 Hz or more
(ix) Power Factor 0.9 leading …0.9 lagging
(x) Max.THD Less than 3 %
(xi) Ambient dry bulb temperature range 0 to 50˚deg C
(xii) Humidity 15% to 95 % non- condensing
(xiii) Enclosure IP 21 / IP 65 (Indoor/ Outdoor rated) IEC- 60068-2 (environmental)
(xiv) Protection rating (as per IEC-60721-3-3) Classification of chemically active
substances: 3C2 Classification of chemically active substances: 3S2
(xv) Grid Specifications
(xvi) Nominal Voltage & Frequency 415 Volts & 50 Hz
(xvii) Voltage Tolerance + 10% and -10%
Table 8-2 Desired Technical Specifications. Documentary Requirements & Inspection.
1.9.3.42 The bill of materials associated with PCU’s shall be clearly indicated while delivering the
equipment.

1.9.3.43 The Contractor shall provide the data sheet containing detailed technical specifications of all the
inverters and PCUs. Operation & Maintenance manual shall be furnished by the Contractor before
dispatch of PCU’s. Note: The GE reserves the right to inspect the PCUs/ Inverters at the
manufacturer’s site prior to dispatch.

1.9.4 Cables and Wires Power and Control Cables: Cable Specifications

1.9.4.1 Wires with sufficient capacity and parameters shall be designed and used so that maximum
voltage-drop at full power from the PV modules to inverter shall be less than 1.5% (including diode
voltage drop). Contractor shall provide voltage drop calculations in excel sheet.

1.9.4.2 The size of each type of cable selected shall be based on minimum voltage drop; however, the
maximum drop shall be limited to 2%. Due consideration shall be made for the de-rating of the
cables with respect to the laying pattern in buried trenches / on cable trays, while sizing the cables.
1.9.4.3 All cables shall be supplied in the single largest length to restrict the straight-through joints to the
minimum number.

1.9.4.4 All wires used on the LT side shall conform to IS and should be of appropriate voltage grade. Only
Copper / Aluminium conductor wires of reputed make shall be used.

1.9.4.5 PV Modules shall be connected with USE-2/RHW-2 cables array to junction box conductors and
junction box to photovoltaic disconnector with the THHN/THWN-2 sunlight resistant with 90ºC
wet rated insulation cable.

1.9.4.6 Only terminal cable joints shall be accepted. No cable joint to join two cable ends shall be accepted.
All cable/wires shall be marked with good quality letter and number ferrules of proper sizes so that
the cables can be identified easily.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 175

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.4.7 Cable terminations shall be made with suitable cable lugs & sockets etc, crimped properly and
passed through brass compression type cable glands at the entry & exit point of the cubicles.

1.9.4.8 All high voltage cables connecting the main junction box/central inverters to the transformers shall
Be PVC insulated grade conforming to IS 1554/ IS 694 standards.

1.9.4.9 The cables shall be adequately insulated for the voltage required and shall be suitably color coded
for the required service. Bending radii for cables shall be as per manufacturer's recommendations
and IS: 1255.

1.4.9.10 Cables inside the control room and in the switchyard shall be laid in Galvanized Cable Trays
mounted on mild steel supports duly painted, in constructed trenches with RCC raft and brick
sidewalls and provided with removable RCC covers.

1.4.9.11 Data sheets of individual cable sizes (LT) shall be submitted for approval by GE. Drum numbers
and drum length details shall be submitted with each consignment.

1.4.9.12 Cable terminations shall be made with suitable cable lugs & sockets etc, crimped properly and
passed through brass compression type cable glands at the entry & exit point of the cubicles.

1.4.9.13 All cable/wires shall be provided with Aluminium tags only. The marking on tags shall be done with
good quality letter and number ferrules of proper sizes so that the cables can be identified easily.

1.4.9.14 The wiring for modules interconnection shall be in the GI pipe of approved make. Cable Ends:

1.4.9.15 Cable end terminations and joint kits shall comply with the latest version of the relevant
IS standard.
1.4.9.16 The cable ends shall be terminated with adequate size copper lugs and sockets etc, single/double
compression cable glands. Cable glands shall be of robust construction capable of clamping cable
and cable armour (for armoured cables) firmly without injury to insulation. The metallic glands shall
be earthed at two locations. Suitable lock type crimping lugs shall be used for cable end
terminations. Where cables are raising from ground, suitable PVC pipe guarding shall be provided
for cable raising with sealing of the guarding PVC pipe including a suitable clamp.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 176

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.5 AC BUS AND PANEL:


1.9.5.1 The Contractor shall submit the detailed specifications of the AC bus and panel.
1.9.5.2 The ACDB incomer shall be a four (4) pole MCCB with thermal over current and earth fault releases.
The incomer shall be selected one size higher than the required rating as per Type 2
selection chart.
1.9.5.3 The ACDB outgoing feeders shall be provided with four (4) pole MCBs for each feeder. The
outgoing MCBs shall be selected one size higher as per Type 2 selection chart. The short circuit
current ratings for the incomer and the outgoing MCBs shall be 35 kA and 10 kA respectively.

1.9.5.4 The ACDB enclosure shall be IP 42 and suitable for mounting on the trenches / on wall.

1.9.5.5 Removable gland plates with gaskets shall be provided in the cable alleys for glanding the power
and control cables. The distance between the gland plate and the incomer terminals shall not
be less than 450 mm.

1.9.5.6 Contractor shall submit theoretical design calculations and detailed explanations alongwith drawings
shall be provided and approved by GE.
1.9.6 Protective Relays

1.9.6.1 The Solar PV system and the associated power evacuation system interconnections shall be
protected as per IEC 61727 Ed.2, norms. Over current relays, reverse power relays, differential
protection relays and earth fault relays shall be essentially provided. All relay shall be numerical
type & shall be remote operating and controlling facility from the control room.

1.9.6.2 The numerical relays shall have RS 485 port for communication.

1.9.6.3 Detailed Design calculations shall be provided on fault power computations and the philosophy of
protective relaying with respect to short circuit kA calculations. Design, drawing and model of
protection relay shall be approved by GE.

1.9.7 Earthing for PV Array-

1.9.7.1 The photovoltaic modules, BOS and other components of power plant shall be provided with
adequate earthing for protecting against any serious faults as guided by IEC 60364.

1.9.7.2 The earthing system shall be designed with consideration of the earth resistivity of the project area
The earth resistivity values shall be measured prior to designing the earthing system. Unless
otherwise specified, earthing system shall be in accordance with IS: 3043 and IEEE 80, Indian
Electricity Rules, Codes of practice and regulations existing in the location where the system
is being installed.

1.9.7.3 Each array structure of the PV yard, LT power system, earthing grid for switchyard, all electrical
equipment, control room, PCU, All junction boxes, ACDB & DCDB, all motors and pumps etc. shall
be grounded properly as per IS 3043 - 1987. All metal casing / shielding of the plant shall be
thoroughly grounded in accordance with Indian electricity act / IE Rules.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 177

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.7.4 The earthing for array and LT power system shall be made with GI pipe, 3 m long 40 mm diameter
perforated GI pipe / chemical compound filled, double walled earthing electrodes including
accessories, and providing masonry enclosure with cast iron cover plate having pad-locking
arrangement, watering pipe using charcoal or coke and salt as required as per provisions
of IS: 3043.

1.9.7.5 Necessary provision shall be made for bolted isolating joints of each earthing pit for periodic
checking of earth resistance.

1.9.7.6 Each string/ array and MMS of the plant shall be grounded properly. The array structures are to be
connected to earth pits as per IS standards. Necessary provision shall be made for bolted isolating
joints of each earthing pit for periodic checking of earth resistance.

1.9.7.7 The complete earthing system shall be mechanically & electrically connected to provide
independent return to earth.

1.9.7.8 For each earth pit, a necessary test point shall be provided.

1.9.7.9 In compliance to Rule 11 and 61 of Indian Electricity Rules, 1956 (as amended up to date), all
non-current carrying metal parts shall be earthed with two separate and distinct earth continuity
conductors to an efficient earth electrode.

1.9.7.10 The Contractor shall submit the earthing system design calculations along with the system layout
for GE’s approval, prior to the installation of the system.

1.9.7.11 Unless otherwise specified, the earthing system primary and secondary grid conductors,
equipment connections shall be constructed with galvanized iron flat. However the earthing of
transformer neutrals, plc and inverter terminals and electronic earthing shall be provided using
copper earthing conductor only.

1.9.7.12 Earthing Mesh shall be prepared and installed in entire power plant.

1.9.8 Lightning Protection for PV Array

1.9.8.1 The source of over voltage can be lightning or other atmospheric disturbance. Main aim of over
voltage protection is to reduce the over voltage to a tolerable level before it reaches the PV or
other sub-system components as per IEC 60099 / IS:2309 – 1989 (Reaffirmed – 2005), Edition
3.1 (2006-01).

1.9.8.2 Necessary concrete foundation for holding the lightning conductor in position shall be made after
giving due consideration to shadow on PV array, maximum wind speed and maintenance
requirement at site in future.

1.9.8.3 The lightning conductor shall be earthed through flats and connected to the earth mats as per
applicable Indian Standards with earth pits. Each lightning conductor shall be fitted with individual
earth pit as per required Standards including accessories, and providing masonry enclosure with
cast iron cover plate having locking arrangement, watering pipe using charcoal or coke and salt
as required as per provisions of IS.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 178

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.8.4 If necessary more numbers of lightning conductors shall be provided.

1.9.8.5 The Contractor shall submit the drawings and detailed specifications of the PV array lightning
protection equipment.

1.9.9 Lightening Arrestors

1.9.9.1 The design, manufacture, inspection, testing and performance of Lighting Arrester shall comply with
all currently applicable statutes, safety codes, provision of latest Indian Electricity Act, Indian
Electricity Rules and Regulations of Statutory Authorities.

1.9.9.2 Contractor shall provide dedicated two earth pits for Lightening Arrestor as per relevant IS standard.

1.9.10 Weather Station and Data logger (Remote Monitoring System – RMS)

1.9.10.1 Contractor shall provide the data over remote web-server with rights to control or modify the same
through appropriate arrangements.

1.9.10.2 Contractor shall provide necessary licensed software and hardware solution to offer monitoring of
electrical parameters of grid and solar generator monitored at individual string level over remote
web server. Contractor shall provide all necessary accessories like power supply, connection
cords,sensors, active SIM card with appropriate data plan etc. so as to make the system complete
in all respect.

1.9.10.3 The cost of data plan during the project and O&M shall be borne by the Contractor. At the end of
the O&M, the same shall be transferred to the GE at no extra cost.

1.9.10.4 It shall also have local data logging and communication through Bluetooth / Wi-Fi and Ethernet
port.

1.9.10.5 The Remote Monitoring System shall be capable of sustaining maximum - minimum temperature,
rainfall, wind gusts and UV radiation. The enclosure shall be IP65 for outdoor installation / IP21
for indoor installation.

1.9.10.6 The Remote Monitoring System shall have capability to log and send data from weather sensors.

1.9.10.7 The data shall be available for every minimum 15 minutes interval.

1.9.10.8 The system shall have sufficient internal memory storage to retain data for one complete year and
shall have provision of expanding memory through external memory card / USB drive.

1.9.10.9 The system shall be able to communicate wirelessly in a close proximity

1.9.10.10 The Contractor shall provide to GE the detailed specifications, and all administrative rights/
privileges / passwords to the string monitoring system.

1.9.10.11 Contractor shall provide following measuring instruments with all necessary software & hardware
compatible with the Data logging and web based monitoring system.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 179

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.10.12 Pyranometer: Contractor shall provide two no. of pyranometers for measuring incident global
solar radiation, one each on on the horizontal surface and in the same orientation (inclination and
azimuth) as the photovoltaic modules. The pyranometers shall have following specifications:-

(i) Class-II
(ii) Spectral Response- 0.31 to 2.8 micron.
(iii) Sensitivity- Approx. 9 micro-volt/w/m2
(iv) Time response(95%): Max 15 s
(v) Non linearity: ±0.5%
(vi) Temperature Response: ±2%
(vii) Temperature Response= Max ±2%
(viii) Tilt error: ±0.5%.
(ix) Zero offset thermal radiation: ±7 w/m2
(x) Zero offset temperature change ±2 w/m2
(xi) Operating temperature range: - 40 deg to +80 deg.
(xii) Uncertainty (95% confidence Level): Hourly- Max-3%
(xiii) Daily- Max-2%
(xiv) Non stability: Max ±0.8%
(xv) Resolution: Min + / - 1 W/m2
(xvi) Input Power for Instrument & Peripherals: 230 VAC (If required)
(xvii) Output Signal: Analogue form which is compatible with the data.

1.9.10.13 Temperature Sensor: Contractor shall provide suitable nos. of RTD type temperature sensors
with required weather shield as per Indian Standards, so as to individually and simultaneously
measure both, ambient temperature, and module temperature. To measure module temperature,
the temperature sensors shall be located on the back of representative modules and on front glass
surface. Care must be taken to ensure that the temperature of the cell in front of the sensor is not
substantially altered due to the presence of the sensor. Instrument shall have a range of -5°C to
60°C.

1.9.10.14 Anemometer and Wind Vane: The Contractor shall provide double cup anemometer on tubular
type made up of hot dipped Galvanized Iron. Velocity range upto 65 m/s, accuracy limit of 0.1 m/s.
the anemometer shall have valid calibration certificates which shall be produced during one month
of the installation.

1.9.10.15 Each instrument shall be supplied with necessary cables. Calibration certificate with calibration
traceability to World Radiation Reference (WRR) or World Radiation Centre (WRC) shall be
furnished along with the equipment. The signal cable length shall not exceed 20m. Contractor
shall provide Instrument manual in hard and soft form.

1.9.10.16 Reliable sensors for solar insolation, temperature, and other weather and electrical parameters
shall be supplied with the data logger unit.

1.9.10.17 The data acquisition system shall measure, continuously record power at PV module ambient
temperature near array field, cell temperature, wind velocity, AC and DC (string level) side power
of each inverter, power characteristics of the HT side, fault messages, alarms etc. in Indian
Standard Time.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 180

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.10.18 All data shall be recorded chronologically date wise. The data file shall be MS Excel compatible.
The data logger shall have internal reliable battery backup and data storage capacity to record all
sorts of data simultaneously round the clock. All data shall be stored in a common work sheet
chronologically. Representation of monitored data in graphics mode or in tabulation form. All
instantaneous data can be shown in the Computer Screen.

1.9.10.19 The Contractor shall submit the data sheet with technical specifications of the RMS system.

1.9.10.20 The PC shall be of Industrial type, rugged & robust in nature to operate in a hostile environment.
The PC shall have minimum Intel Core 2 Duo processor having 2 x 150 GB HDD with 2 GB RAM.
The PC shall also have 17” TFT Colour monitor, DVD Drive with Writer, USB drive, Scroll Mouse
and UPS for 4 hours Power back up.

1.9.11 Control Room Electrical Wiring

1.9.11.1 Electrification of building shall be carried out as per IS 732-1989, IS 46481968 and other
relevant standards. Suitable AC Distribution Board shall be designed to Supply AC power
in Control room.

1.9.11.2 Control room AC distribution Board theoretical design, calculations and detailed
explanations along with drawing shall be provided and approved by the GE.

1.9.12 Danger Plates

1.9.12.1 Size of each Danger Notice plates shall be 200 mm x 150 mm made of mild steel sheet
and at least 2 mm thick, and vitreous enamelled white on both sides and with inscription in
signal red colors on front side as required. The inscriptions shall be in Hindi and English.

1.9.13 Fire Extinguishing System

1.9.13.1 The installation shall meet all applicable statutory requirements, safety regulations in terms of
fire protection

1.9.13.2 Liquefied CO2 fire extinguisher shall be upright type of capacity 10 kg having IS: 2171.7 IS: 10658
marked. The fire extinguisher shall be suitable for fighting fire of Oils, Solvents, Gases, Paints,
Varnishes, Electrical Wiring, Live Machinery Fires, and All Flammable Liquid & Gas. Contractor
shall provide portable fire extinguisher as given below. DCP Type (ABC type) (10 kg Cap) CO2
Type Hand 9 kg Foam Type Hand 9 kg 1 1 1

1.9.13.3 The minimum 3 no. of fire extinguishers shall be provided for every installations / building.

1.9.13.4 Sand bucket shall be wall mounted made from at least 24 SWG sheet with bracket fixing on
wall conforming to IS 2546.

1.9.14 Testing Instruments for Electrical & Electronic

1.9.14.1 The Contractor shall also provide required set of onsite testing instruments/equipments viz. earth
resistance tester, rheostats, insulation tester, multimeters, clamp meters, CRO, Function Generator,
Transformer oil BDV kit, Relay testing kit, infrared thermal imaging hand held temp. meter, inverter
testing kit etc.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 181

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

1.9.15 General Guideline

1.9.15.1 Any civil or electrical work which is not mentioned or included in this tender document but
necessary for the plant shall be borne by the Contractor.

1.9.15.2 Contractor shall prepare all designs / drawings have based on the specifications given in the
tender and in light of relevant BIS standard.

1.9.15.3 GE reserves right to modify the design at any stage, to meet local site conditions / project
requirements. However, necessary assistance for liaison with UPPCL for progress of
purchase agreement/project permission for grid connection/net metering, documents
support will be given by GE (U) E/M Meerut.

1.9.15.4 All work shall be carried out in accordance with the latest edition of the Indian Electricity Act and
rules formed there under and as

2.0 General Terms and Conditions

2.1 Use of Contract Documents & Information

2.1.1 The Contractor shall not, disclose the Contract or any provision thereof or any specification, plan,
drawing, pattern therewith to any person other than person employed by the Contractor in
performance of the Contract. Disclosure to any such employed person shall be made in confidence
and shall extend strictly for purpose of performance only.

2.1.2 The Contractor shall not, make use of any document or information except for purpose of performing
the Contract. Contractor shall obtain commissioning certificate from local state electricity board if
mandatory.
2.1.3 Any document other than the Contract itself shall remain the property of the GE.

2.1.4 Tenderer/Bidder shall submit the design layout of panel & module for approval of GE.

2.2 Patent Rights

2.2.1 The Contractor shall indemnify the GE (U) E/M Meerut against third party claims of
infringement of patent, trademark or industrial design rights arising from use of goods or
any part thereof in India.

2.3 Materials and Workmanship.


2.3.1 All materials shall be of the best quality and workmanship capable of satisfactory operation under
the operating and climatic conditions as may be specified. Unless otherwise specified, they shall
conform in all respect to the latest edition of the relevant Bureau of Indian Standard (BIS)
specification wherever Indian specifications apply or British Standard (BS) or internationally
accepted standard.
2.3.2 The Contractor shall supply & deliver all equipment and materials for installation at site. The
Contractor shall arrange for transportation, loading & unloading and safe storage of materials at
project site at his own cost & risk.

Contd…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 182

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)
2.3.3 If the Contractor offers equipments manufactured in accordance with other international well
recognized standards, he shall, in that case, supply a copy in English of the Standard
Specification adopted and shall clearly mention in what respect such standard specification
differs from Indian Standard Specifications. The Plant, equipment, and materials offered by the
Contractor shall comply with one consistent set of Standards only as far as possible.
2.4 Inter-changeability
2.4.1 All the parts shall be made accurately to Standard gauges so as to facilitate replacement
and repairs. All corresponding parts of similar apparatus shall be inter-changeable.
2.5 Packing and Marking
2.5.1 The Contractor shall be responsible for securely protecting and packing the plant & equipment as
per prescribed standards in force to withstand the journey and ensuring safety of materials and
also arrival of materials at destination in original condition and good for contemplated use.
Packing case size & weight shall take into consideration the remoteness of the goods final
destination and absence of heavy material handling facilities at all points in transit.
2.5.2 Packing lists of materials shall be provided in each package to facilitate checking up of the
contents at the destination.
2.5.3 In order to import any items, associated with the Solar PV Power Project, from abroad or from
any other state in India, Contractor shall have to arrange any clearance, permission, if required at
his own risk, from any Government (Government of State & Government of India) or any
Government (Government of State &Government of India) controlled organization for
transportation of materials from manufacturing shop to delivery at Site. Necessary certificates if
so required shall be issued by the GE within reasonable time after getting written request from
the Contractor alongwith the necessary documents substantiating necessity of such approvals.
All packing material shall be the property of the GE and shall be immediately deposited by the
Contractor to the GE (U) E/M Meerut Store at project Site.

3.0 MAINTENANCE:-

(a) The contractor shall be fully conversant with the daily, weekly, monthly, quarterly, half
yearly checks/ maintenance need on various equipments installed. Manufacturer’s specific
maintenance schedule shall be ensured in addition to the normal maintenance schedule.
(b) The operating staff shall maintain the following neatly:-
(i) Daily Log sheet.
(ii) A register of record of periodical maintenance carried out data wise and will be
signed by the contractor and Engineer-in-Charge.
(iii) Necessary daily log register and periodical register shall be provided by contractor
without additional cost and rates quoted against items of BOQ shall be deemed to include
for the same and the register will become the property of the Govt.
(c) The contractor shall ensure by preventive maintenance occurrence of any possible
breakdown to keep the plants in serviceable condition at all time.
(d) The contractor will attend on the same day any defect due to fair wear and beyond the
control of operator/department.

(e) The contractor shall ensure by preventive maintenance occurrence of any possible
breakdown to keep the plants in serviceable condition at all time. The fault should be attended
within 72 hours of reporting & if the major parts or components need to be replaced further
time extension will be approved by the GE as per the requirement.
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO.183

PARTICULAR SPECIFICATIONS
(SOLAR POWER PLANT)

(f) Maintenance of the plant will start from date of completion


(g) Necessary cable duct to be provided for cable in plant room as per requirement.
(h) Any minor item required for the successful operation of the plant is deemed to be
included in the overall cost of project.”

4.0 TESTING & INSPECTION AT FACTORY SITE :- Testing at factory premises shall be carried out
in presence of Rep of the Accepting Officer to be nominated by the Accepting officer before
despatch of the following items:-

(i) PV Modules
(ii) Invertor/Power Control Unit

4.1 The contractor shall intimate the engineer in charge in writing at least 15 days in advance before
final dispatch of the above items so that the inspection of above items by Rep of the Accepting
officer could be done.

5.0 PENAL RECOVERY:-

(a) In case of breakdown of plant, contractor will be given 24 Hrs to make it operational, penalty of
Rs 35000/- per day or part thereof shall be charged for full duration of breakdown including initial
24 Hrs also.

(b) In case of failure of contractor regarding fulfilling requirement of stores, the contractor shall
bear the cost of penal recovery.

(c) Regarding penal recovery, the decision of Garrison Engineer shall be final and binding.

(d) Plant performance ratio must be more than or equal to 75%, and a penalty of Rs 150/- per
hour will be charge for every 1% drop in performance ration below 75%.

6.0 CLARIFICATION ON DRAWINGS: - In case any conflict / clarification in between main working
drawing & TD / Structural TD drawing, provisions shown main working drawings shall supersede.

(Signature of Contractor) Astt Dir (Contracts)


Dated…………………………. For Accepting Officer
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 184

PARTICULAR SPECIFICATIONS-BUILDING WORK

1. GENERAL

(a) Work under this contract shall be carried out in accordance with Schedule ‘A’, particular
specifications, drawings and general specifications and other provisions in MES Standard
Schedule of Rates (here-in-after called MES Schedule) Part I and Part II read in conjunction with
each other.

(b) The term “General Specifications” referred to hereinbefore as well as referred to in IAFW-
2249 (General Conditions of Contracts) shall mean the specifications contained in the MES
Schedule Part I.

(c) General Rules, specifications, special conditions and all preambles in the MES Schedule
shall be deemed to be applicable to the work under this contract, unless specifically stated
otherwise in these documents in which case the provisions in these documents shall take
precedence over the aforesaid provisions in the MES Schedule. The term “as specified” wherever
appears in tender documents and drawings, relates to relevant particular specifications and in its
absence general specifications. All references to MES Schedule (Standard Schedule of Rates) in
these specifications relate to Part I of MES Schedule unless otherwise mentioned. References to
only some paragraphs of MES Schedule have been made in these particular specifications but
other paragraphs and provisions as applicable are also to be followed for all sections/parts of
Schedule ‘A’ even though not particularly mentioned hereinafter.

(d) Where specifications for any item of work are not given in MES Schedule or in these
particular specifications, in such cases specifications as given in relevant Indian Standard or Code
of practice shall be followed without any price adjustment.

(e) PROVN OF PUCCA PLATFORMS / BINS


Coarse aggregate shall be stored at site on pucca PCC block or brick platform as approved by the
GE and fine aggregate (sand) shall be stored at site in bins or in dumps with PCC block or brick
platform or by using any other approved method so as to avoid contamination or risk of
shoveling earth or other impurities at his own cost of the contractor and nothing extra shall be
paid to the contractor on this account. Unit rates/lump sum amount quoted by the contractor
shall be deemed to include the cost of above provisions. After completion of work contractor
shall demolish platforms & bins at his own cost and site shall be cleared neat and tidy.

2. EXCAVATION AND EARTH WORK

2.1. PREPARATORY WORK Before setting out the building and commencing the construction,
the contractor shall carry out the preparatory work, such as removal of grass, vegetation etc.,
trimming/surface dressing of the area to the entire satisfaction of Engineer-in-Charge. The ‘Area’,
referred to, implies the entire building plot extending upto 3 m all around the outer perimeter of the
Plinth protection. The cost of such work as may be necessary shall deem to be included in the
contractor’s lump sum / item rates.

2.2 SURFACE DRESSING Before starting excavation work, the contractor shall carryout
surface dressing not exceeding 15 cm deep over the entire area covered by the item of Sch `A’ Part-I
and dispose off the spoil to a distance not exceeding 500 metre, spread and levelled, as directed by the
Engineer-in-Charge at no extra cost to the Govt.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 185

PARTICULAR SPECIFICATIONS-BUILDING WORK

2.3. DISPOSAL OF SURPLUS SOIL Surplus soil obtained from excavation shall be removed to a
distance not exceeding 500 m and deposited where directed at a level not exceeding 1.5 m above the
starting point at places as directed by Engineer-in-Charge including spreading and levelling.

2.4. EXCAVATION - GENERAL

(a) Excavation shall be done to the depth as shown on drawings.

(b) Unit rates for buildings in Sch 'A' Part-I shall include for excavation and earth work and
leveling of ground work in any type of strata. Any type of strata shall include "soft / loose soil or
Hard / dense soil" and "Soft / disintegrated rock" as defined in MES Schedule Part I. In the event
of deviation in Schedule 'A' Part-I for excavation and earth work the rate given in SSR Part-II for
two types of strata given above shall be averaged for pricing purpose".

(c) The measurements of excavation shall be as given in MES Schedule (Part-II). Decision of
GE Shall be final, conclusive and binding as regard classification of soil and rocks.

(d) If hard rock is met at site, contractor shall immediately notify the fact to the GE in
writing, who will after due verification, regularize the change through a proper deviation order.
Blasting shall not be done without prior written permission of GE.

(e) In case of excavation in hard rock, extra depth of excavation in excess to the required
depth shall be made up with PCC 1:5:10 type E-2 (using 40 mm graded stone aggregate) at no
extra cost to the Govt.

(f) The stones/boulders obtained from excavation shall become Govt property and shall be
properly stacked and measured. Quantity equal to the reassured equal in quantity obtained in
excavation shall be issued to the contractor @ Rs 300.00 per cum. The cost of removing and
stacking, if any shall be included in lump-sum quoted by contractor.

(g) In case timbering to excavation is required and specifically ordered by the GE in writing,
it shall be paid as deviation.

(h) Bailing/pumping of water where required shall be carried out as described in clause 3.17
of MES Schedule. The cost of such work as may be necessary shall be deemed to be included in
the contractor’s lump sum.

2.5. FILLING IN TRENCHES / UNDER FLOORS

2.5.1. The approved earth obtained from excavation in foundations shall be used for filling in trenches,
under floors and any other situation after removing big stones, grass, roots and vegetable and other
organic matter. Earth mixed with small stones/pebbles (if approved by GE is permitted for use in filling
in foundations. The filling around pipes after the pipes are laid and tested shall, however, be with earth
free from pebbles/stones. Cinder shall be used for filling under floor. Any additional earth required for
the purpose of filling shall be arranged by contractor at no extra cost to the Department from out side
the Defence land.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 186

PARTICULAR SPECIFICATIONS-BUILDING WORK

2.5.2. Filling under floors/sides of trenches shall be in layers not exc. 250 mm and each layer shall be
watered, compacted and rammed as approved by Engineer-in-Charge. Thickness of filling as specified
elsewhere and shown on drawings is the consolidated thickness.

2.5.3. Surplus soil shall be removed and spread at places as directed by the Engineer-in-Charge, at a
distance as specified in clause 2.2 above and levelled. Rubbish shall be removed from site time to time
as directed by Engineer-in-Charge.

2.6. TRENCHES FOR FOUNDATION AND PIPES

2.6.1 The excavation shall be restricted to dimensions shown on the drawings and as specified in MES
Schedule. Excavation made, if any, in excess of required depth/width shall be made good by the
contractor with cement concrete (1:5:10), type E-2 without extra cost to the Govt.

2.6.2 The beds of the trenches, shall be watered, and well rammed and any depressions thus formed
shall be filled with approved earth and required to the level and slope as directed by Engineer-in-
Charge.

2.7. DRESSING AROUND BUILDINGS

2.7.1. After constructions and before handing over any building, the area around as defined in clause
2.1 above shall be finally dressed without extra cost to the Government.

2.8. FOUNDATION AND PLINTH

2.8.1. The lump sum for works under schedule ‘A’ shall be for the construction of buildings as per the
contract drawings. Any change in foundation / plinth, necessitated due to undulating ground, which may
have to be carried out as per the decision of the GE shall be adjusted though a proper deviation order.

2.8.2. For the purpose of reckoning the depth of the foundation, the average level of the ground after
surface excavation shall be considered.

2.9. HARD CORE.

2.9.1 Refer Clause 3.27 of MES Schedule. The material for hardcore shall be broken stone/boulders.

2.9.2. Hard core shall be of broken stone / boulders gauge/size as specified. Hard core shall be
deposited, spread and levelled in layers not exc. 15 cm thick and well watered, rammed to a true
surface and compacted. The thickness of the hard core specified or as indicated in the drawings, is the
thickness after consolidation and where not specifically mentioned, it shall be 150 mm consolidated
thickness.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 187

PARTICULAR SPECIFICATIONS-BUILDING WORK

3. CONCRETE WORK

3.1 CEMENT

3.1.1 GENERAL: Cement required for the entire work under the concrete 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, MES Schedules, IS
specification as amended and particular specifications given here-in-after.

3.1.2. Type of cement for the subject work shall Ordinary Portland cement of Grade 43 (Forty Three) in
accordance with IS-8112 of 1989 or Portland Pozzolana Cement (IS: 1489-1991) as mentioned in notes
of Structural drawings. Mixing of OPC & PPC shall not be allowed in the work.

3.1.2.1 Whatsoever elsewhere mentioned here-in-before cement to be used for overhead tank of water
retaining structure shall be ordinary portland cement (OPC) 43 Grade.

3.1.3. While using the PPC, following requirement shall be met by the contractor:-

(a) PPC shall meet the strength criteria of 43 Grade OPC as laid down in IS : 8112-1989.

(b) The minimum period before striking formwork given in clause 11.3.1 of IS : 456 of 2000
shall be increased at site by 03 days. The contractor shall not claim any thing extra on this
account.

(c) Wet curing shall be done for a period of 14 days; wet curing of columns shall be done
through Hessians cloth wrapped on the columns.

(d) The contractor shall submit the following certificates from the manufacturer of the
cement for every batch of cement: -

(i) The quality of fly ash is strictly as per IS : 14989 (Part-I)-2002.

(ii) Fly ash is inter-ground with clinker and not mixed with clinker.

(iii) Dry fly ash is transported in closed containers and stored in silos. Only pneumatic
pumping has been used.

(iv) The fly ash received from thermal power plant using high temperature
combustion above 10000C has only been used.

(e) The compressive strength of cement at 03 days, 07 days and 28 days shall not be less
than 23 Mpa, 33 Mpa and 43 Mpa respectively. Each lot of cement brought at site shall be tested
for compliance by the GE before acceptance.

(f) In cold climate regions, where temperature is lower than 150C, OPC shall be used
(However during working seasons in cold climate regions, where OPC is not available use of PPC
may be permitted provided it shall be ensured that while using PPC, atmospheric temperature
should be more than 150C).

(g) Mixing of OPC and PPC shall not be allowed in a work. However with the strict control of
the ground executives, different buildings can have different types of cement.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 188

PARTICULAR SPECIFICATIONS-BUILDING WORK

3.1.4. SOURCES OF PROCUREMENT

3.1.4. (a) Cement shall be procured by the contractor directly from any of the following main
producers of cement (for OPC & PPC) :-
1 M/s Sanghi Industries Ltd For OPC 53 2 M/s Cement mfg company For OPC 43, 53
Brand : “SANGHI” grade & PPC Ltd. Brand : “STAR” grade & PPC
3 M/s Ultra Tech Cement Ltd For PSC 4 M/s OCL India Ltd For OPC 43 grade
Brand : “ULTRATECH” Brand : “KONARK” & PPC
5 M/s Dalmia Cement For OPC 43 6 M/s Chettinad Cement For OPC 43 grade,
(Bharat) Ltd. grade & PPC Corporation Ltd. PPC & PSC
Brand:”DALMIA CEMENT” Brand : “CHETTINAD”
7 M/s Heidelberg Cement For PPC 8 M/s My Home Industries Ltd.
India Ltd Brand : “MAHA SHAKTI” - For PSC
Brand :”MYCEM” “MAHA” - For OPC 43 grade
“MAHA SHAKTHI” - For PPC
9 M/s Parasakti Cements Ltd For OPC 43 10 M/s Zuari Cement Ltd For OPC 43 grade
Brand :”PRASAKTI” grade and PPC Brand :”ZUARI” & PPC
11 M/s Toshali Cements Pvt OPC 43 grade, 12 M/s Saifco Cement Pvt Ltd For OPC 43 grade
Ltd Brand :”GAJAPATI” PPC & PSC Brand :”SAIFCO”
13 M/s Prism Cement Ltd For OPC 43 14 M/s Shree Guru Kripa For OPC 43 grade
Brand :”PRISM” grade & PPC Cement (Pvt) Ltd & PPC
Brand :”SARTAJ”
15 M/s Barak Valley Cements For OPC 43 16 M/s Dhruv Industrial For OPC 43 grade
Ltd grade & PPC Company Ltd & PPC
Brand :”BVCL” Brand :”DHRUV”
17 Madras Cement For OPC 43 18 Saurashtra Cement For OPC 43 grade
Brand :”MADRAS” grade & PPC Brand :”SAURASHTRA” & PPC
19 Lafarge Cement For OPC 43 20 The Associated Cement For OPC 43 grade
(Lafarge India Pvt Ltd) grade & PPC Companies Ltd. & PPC
Brand :”LAFARGE” Brand :”ACC”
21 Grasim Industries Ltd For OPC 43 22 The India Cement For OPC 43 grade
Brand :”GRASIM” grade & PPC & PPC
23 Andhra Cement Ltd For OPC 43 24 Century Cements For OPC 43 grade
grade & PPC Brand :”CENTURY” & PPC
25 Binani Cement Ltd For OPC 43 26 Mangalam Cement Ltd For OPC 43 grade
Brand :”BINANI” grade & PPC Brand :”MANGALAM” & PPC
27 Birla Corporation Ltd For OPC 43 28 Orient Cement For OPC 43 grade
Brand :”BIRLA” grade & PPC Brand :”ORIENT” & PPC
29 Shree Cement For OPC 43 30 J K Cement For OPC 43 grade
Brand :”SHREE” grade & PPC Brand :”J K” & PPC
31 J K Lakshmi Cement Ltd For OPC 43 32 Jaypee Rewa Cement For OPC 43 grade
Brand :”J K LAKSHMI” grade & PPC Brand :”JAYPEE” & PPC
33 Ambuja Cement Ltd For OPC 43 34 Any other make approved by E-in-C’s Branch
Brand :”AMBUJA” grade & PPC including subsequent to receipt of tender after
approval from Accepting Officer

(b) However, where the quantity of cement required is less than 1200 bags, same may be
procured from authorised distributors/dealers of approved manufacturer's, if so, permitted by GE
in writing. Testing of cement shall in variably be got done before incorporation in work. The
contractor shall submit test certificate for each batch of cement issued by the manufacturer.

(c) The contractor shall furnish the particulars of the manufacturer of cement along with
the date of manufacture to the GE for every lot of cement separately. The cement so
CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 189

PARTICULAR SPECIFICATIONS-BUILDING WORK

brought shall be fresh and in no case older than 90 days from the date of manufacture. The GE
shall verify the document in support of the purchase of cement. Before placing order for supply
of cement by the contractor, he shall obtain written approval from the GE regarding name of
manufacturer, quantity of cement etc. Cement shall be procured for minimum requirement of
one month and not exceeding the requirements of the same for more than two months at a
time. The cement shall be consumed in the work within three months after receipt. Cement shall
conform to the requirement of IS specification and each bag of cement shall bear relevant ISI
mark. The weight of each consignment shall be verified by the GE and recorded. The content of
cement shall be checked at random to verify the actual weight of cement per bag. However, the
content of cement per bag shall be 50 Kg only subject to tolerance given in Clause 9.2.1.1 and
Annexure ‘B’ of IS-8112 and Clause 10.2.1.1 and Annexure ‘B’ of IS – 1489 for OPC and PPC
respectively.

3.1.5. TESTING OF CEMENT

3.1.5. (a) The contractor shall submit the manufacturer’s test certificate in original alongwith test
sheets giving the results of each physical test as applicable in accordance with relevant IS
provision and the chemical composition of the cement or authenticated copy thereof, duly signed
by the manufacturer with each consignment, as per the following IS provision :-

(i) Method of sampling hydraulic cement as per IS : 3535-1986.


(ii) Method of physical test of hydraulic cement as per IS-4031.
(iii) Method of chemical analysis of hydraulic cement as per IS-4032-1985.

(b) The test certificate and test sheet shall be furnished with each batch of cement. The
Engineer-in-Charge shall record these details in cement acceptance register to be maintained by
him which will be signed by JE (Civil), Engineer-in-Charge, GE and the Contractors as given in
the format here-in-after for verification.

(c) The contractor shall however, organize setting time and a compressive strength test of
cement through designated laboratory on samples collected from the lot brought at site before
incorporation in work. 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 is 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 upon 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.

(d) The random samples as per relevant IS shall be selected by GE before carrying out
testing. 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.

(e) 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.

(f) The contractor shall be required to set up adequate testing facilities at site to the entire
satisfaction of GE for conducting setting time test and compressive strength test as per IS codes
referred to here-in-before for the samples collected from the lot brought at site. Theses tests

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 190

PARTICULAR SPECIFICATIONS-BUILDING WORK

shall be carried out within 07 days of receipt of cement at site. The tests can alternatively be
carried out at the Zonal laboratory, or any other recognized laboratory so designated by GE.

(g) The GE shall carryout independent testing as per the tests mentioned in the ‘CEMENT
SUPPLY AND ACCEPTANCE REGISTER’ (as per Annexure ‘I’) of random samples of cement
drawn from various lots, if sample fails in 7 days compressive strength. The testing shall be
carried out through National Test House, SEMT, CME, Regional Research Laboratories, Govt.
approved Laboratories, Zonal laboratories/ IIT’s 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 at his own cost after written rejection order of the consignment by
the GE. The cost of test shall be borne by the contractor irrespective of the results of testing.

(h) The contractor shall submit original purchase vouchers for the total quantity of cement
supplied under each consignment to be incorporated in the work. All consignment received at
the work site shall be inspected by the GE alongwith the relevant documents to ensure the
requirements as mentioned here-in-before, before acceptance the original purchase vouchers
and the test certificates shall be verified for subject contract and defaced by the Engineer-in-
Charge and kept on record in the office of the GE 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 JE (Civil), Engineer-in-Charge, GE and the contractor.
The contractor shall maintain schedule of supply of cement for each consignment.

(j) The Accepting Officer may order a board of officers for random check of cement and
verification of connected documents during the currency of contract.

3.1.6. STORAGE/ACCOUNTING/PRESERVATION OF CEMENT

(a) Cement shall be stored in covered Godown over dry platform at least 20 cm high in such
a manners 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 60 cm from walls. The
stacking of cement shall be done as specified in relevant IS. The storage accounting and
preservation of cement supplied by the contractor shall be done as per standard Engineering
practice till the same is incorporated in the work and the cost of the same shall be deemed to be
included in the unit rate/ amount quoted by the tenderer. The Engineer-in-Charge shall inspect
once a day to verify that cement lying at site is stored, accounted, preserved and maintained as
per the norms. The cement shall be stored so as to differentiate each tested and untested
consignment separately with distinct identification. If the GE is not satisfied with the
storage/preservation of cement, he may order for any test (s) of cement as applicable for that
consignment to ensure its conformity to the quality mentioned in the manufacturer’s test
certificate. The contractor shall bear the cost of necessary testing (s) in this regard and no claim
whatsoever shall be entertained.

(b) Stacking of cement shall be done as per relevant IS and as under :-

(i) Each cement consignment shall be stacked separately and removal shall be made
on the basis of First in First out.

(ii) Adequate top cover will be provided.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 191

PARTICULAR SPECIFICATIONS-BUILDING WORK

(iii) Stacks in no case shall be higher than 12 bags. The maximum width of each stack
shall be 3.0 m. If the stack is more than 07 or 08 bags high, the bags shall be arranged
in header and stretcher fashion, i.e. alternatively lengthwise and crosswise so as to pile
together and avoid topping over.

(iv) Adequate space shall be kept between two stacks.

(c) Cement godown shall be provided with two locks on each door. The key of one lock at
each door shall remain with Engineer-in-Charge or his representative and that of the other lock
with the contractor’s authorized 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) is 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.

(d) In case more than one type of cement is used in the work i.e. Ordinary Portland cement
or Portland Pozzolana Cement, both type of cement shall be stored separately as directed by the
Engineer-in-Charge to avoid mixing of these type of cement. Separate record shall be maintained
including the location/ items where these type of cement are used.

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

(f) 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.

3.1.7. SCHEDULE OF SUPPLY

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.

3.1.8. MEASUREMENTS AND PAYMENT OF CEMENT

(a) 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.

(b) The payment shall only be allowed after production of original purchase voucher, certified
copies of test certificates from manufacturer for each consignment and results of testing carried
out in laboratory on receipt of cement (07 days compressive test) are found satisfactory as per
condition 64 of IAFW-2249. Rate of payment given in SSR shall be applicable for cement
irrespective of type and grade of cement specified for use in the work.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 192

PARTICULAR SPECIFICATIONS-BUILDING WORK

Annexure ‘I’
CEMENT SUPPLY AND ACCEPTANCE REGISTER
01. CA No. & Name of work :

02. Control No.* :

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


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

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


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

05. Manufacturer’s test Certificates No. :

06. Random Test Details :-


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

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

07. Details of Physical & Chemical properties :-

Physical Requirements (as per IS-4031) Chemical Requirements (As per


IS-4032)
Compressive
Initial Setting Time (Minutes)

Final Setting Time (Minutes)

Strengths
Soundness by Le Chateliar

Alumina Iron Ratio (Ratio)


Standard Consistency (%)
Soundness by Auto Clave

(Mpa)
Sulphuric Anhydride (%)
Temp during testing 0C

Insoluble Residue (%)


Lime Saturation Factor
Specific Surface Area

Loss on Ignition (%)


Magnesium (%)

Chlorides (%)
Alkailes (%)
(Sqm/Kg)

03 Days

07 Days

28 Days

(Ratio)

As per relevant
IS
As per
manufacturer’s
test certificate
As per random
test certificate

Remarks with Signature Accepted / Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer

Remarks of BOO / Inspecting Officer / CWE


* To be allotted serially by GE consignment wise
CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 193

PARTICULAR SPECIFICATIONS-BUILDING WORK

3.2. Fine Aggregate. Fine aggregate for concrete work shall conform to material specifications and
gradings within the limits of Grading Zones II to III all as specified in clause 4.4 of MES Schedule 2009
Part-I.

3.3. Coarse Aggregate. Refer Clause 4.4 of MES Schedule Part I. Coarse aggregate for all plain
cement concrete shall be graded crushed stone at contractor’s options. For all RCC work the coarse
aggregate shall be graded crushed stone.

3.3.1. Grading of Coarse Aggregate. Graded Aggregate of nominal sizes given herein under shall be
used, unless specified otherwise 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 more than 50 mm - 20 mm.

(ii) For structural elements of depth/thickness less than 50 mm - 12.5 mm.

(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

3.4. Water. Water shall conform to the requirement stipulated in IS 456 and as per clause 4.9 of MES
Schedule.

3.5. Mix of Concrete. Mix of cement concrete in various situations shall be as under : -
Srl No. Situation Mix of Concrete

Type of concrete
(a) Foundation concrete for all buildings, under brick and : PCC (1:5:10) type E-2
lean concrete under plinth/beam and steps, in gaps (By volume)
between plinth/Column under footing, sunken portion
filling, foundation for ramps/steps.
(b) Foundation concrete under column footing : PCC (1:4:8) type D-2 (By
volume)
(c) PCC in plinth protection, drain and channel, PCC cills : PCC (1:3:6) type C-1
and PCC block for hold fasts, back of pressed steel (By volume)
frames and plugging for scaffolding holes.

(d) All RCC work except water retaining structure : Grade M 25 (Design mix
as per IS 456-2000)
(e) PCC in bed plate, benching, coping, DPC and pre-cast : PCC (1:2:4) type B-1 (by
articles and plain cement concrete not mentioned volume)
above.

(f) All RCC work for water retaining structure Grade M-30 (Design) mix
as per IS 456-2000

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 194

PARTICULAR SPECIFICATIONS-BUILDING WORK

3.6 Important Requirement of Reinforced Cement concrete/plain cement concrete.

3.6.1. (i) All the materials, workmanship, inspection and testing for the cement concrete of Grade
M-25 /M-30 (As applicable) design mix concrete shall be as per the requirements given in IS
456(2000). It is an express condition of the contract that the design mix M-25/M-30 (As
applicable) shall be executed with fully computerized mini weigh batching plant / plants of
adequate capacity / capacities but not less than 10 cum per 08 hours of capacity / each with
weight proportion based on mix design. Volumetric conversion shall not be acceptable. The
weigh batching plant/ plants shall be maintained in clean and serviceable conditions and their
accuracy shall be checked by the GE periodically.

(ii) For mixing of all cement concrete (PCC and RCC), contractor shall install one or more
fully computerized automatic mini weigh batching plant of suitable capacity at site. The capacity
of mini weigh batching plant provided at site shall be adequate enough to execute the work as
per the approved project management schedule (as per Clause 13 of Special Condition) for
completion of activity and the complete project within stipulated time of completion or otherwise
the contractor shall provide single mini weigh batching plant of higher capacity or more number
of mini weigh batching plants of adequate capacities as required at site, as asked by GE. No
claim what so ever arising out on this account is admissible. The decision of GE in this regard
shall be final and binding. The plant/plants shall have the digital system of adding specified
quantity of water into concrete mix as per the design mix requirement.

(iii) The contractor shall provide all facilities and equipments for casting, curing and
conveyance of test cubes of cement concrete of Grade M-25/M30 (As applicable ) (design mix)
and other cubes to site / MES laboratory or other Laboratory approved by the GE. The lump
sump amount/rate quoted by the contractor for the respective item shall deem to include this
aspect; nothing extra shall be admissible to the contractor on this account. Testing of test cubes
shall be carried out in MES laboratory in the presence of contractor or his authorised
representative. In case the contractor or his authorised representative does not remain present
during the time of testing of the cubes, the testing shall invariably be done by officer- in-charge
of the laboratory. The testing of concrete cubes if undertaken in the site lab maintained by the
contractor and as approved by the GE, the contractor shall ensure testing of cubes as described
at clause 24 of special conditions here in before. The test reports shall be signed by the
Engineer-in-Charge and the contractor and the same shall be maintained on record.

(iv) The contractor shall prepare a trial mix and get the same tested from SEMT WING
CME, Govt Engineering Colleges/ IIT/ Polytechnics, Govt/National Test Houses, Testing
laboratories/ Pvt Engineering Colleges as approved by Chief Engineer Bareilly Zone Bareilly at his
own cost and bring the requisite report from them and shall produce to the GE for his reference
and record. The work with design mix concrete will progress only on approval of mix design by
GE.

3.6.2 All concrete for RCC work shall be consolidated / compacted by mechanical vibrators of approved
type. Pre-cast/cast-in-situ, plain cement concrete may however, be rammed and consolidated by
tamping and rodding as specified in MES Schedule.

3.6.3 All RCC member ie including plinth beam shall be cast using form work on all sides and bottom.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 195

PARTICULAR SPECIFICATIONS-BUILDING WORK

3.6.4 READY MIX CONCRETE

3.6.4.1 Provision of ready mix concrete of required grade is permitted at the option of the contractor.
No price adjustment shall be made for providing ready mix concrete in lieu of concrete mixed with fully
computerized automatic mini weigh batching plant. The contractor shall not be entitled for any extra
payment on account of provision of ready mix concrete.

3.6.4.2 IMPORTANT REQUIREMENT OF READY MIX CONCRETE.

3.6.4.3 For ready mix concrete ref. clause 4.11.2.1 and 2.11.2.2.1 on serial page no 60 and 61 of
SSR Part-1(2009). The relevant details of Design Mix Concrete as specified here in before shall be
applicable along with the following details for Ready Mix Concrete. Specification for materials/water etc
as given here in before earlier shall hold good for RMC.

3.6.4.4 The ready mix concrete shall be of grade M-25 & M-30 and shall confirm to the requirements
of IS-4926-2003 – Specification for ready mixed concrete (Second Revision). The ready mix concrete
shall be procured from any plant as approved by GE. The contractor shall intimate the name of ready
mix plant before placing order of ready mix concrete to GE for his approval.

3.6.4.5 The cement to be used for RMC shall be as obtained from Design Mix carried out and
approved by GE subject to not less than the minimum requirement as laid down in IS-456 : 2000.

3.6.4.6 Initial mix design from RMC manufacturer shall be submitted by the contractor in
quadruplicate with complete date adopted for mix design along with test results of all materials and
concrete. The initial mix design should take into account the aspects such as loss of workability and
strength during transportation till placement of concrete.

3.6.4.7 RMC manufactured and supplied shall be conformity with the trial mix design approved by the
GE. Any change shall be made only with approval of GE after necessary revisions to the mix design.

3.6.4.8 Use of chemical admixtures is permitted in accordance with the provision of IS-456 and
explained in IS-4926 : 2003.

3.6.4.9 The contractor shall ensure that the all facilities are made available by the manufacturer of
RMC at the plant for the department officials to inspect the materials incorporated, tests carried out for
all materials, concrete etc. Copies of all the tests carried out for materials used/concrete shall be made
available to the department.

3.6.4.10 The concrete shall be transported in concrete transit agitators conforming to IS-5892.

3.6.4.11 Site mixed design concrete (as specified in 3.6.1 (ii) here in before ) may be used, as
approved by GE for small concreting used in non structural/in minor structural elements such as lintel
bands, plinth bands, shelves, chajjas etc.

3.6.4.12 No water/admixture shall be allowed after initial mixing of concrete at the plant.

3.6.4.13 In addition to the tests carried out by the RMC manufacturer at the plant site, sampling and
testing of concrete shall be carried out at the site after delivery as per IS-456:2000 by the department
along with the representatives of the contractor. However, cost of testing shall be borne by the
contractor. The concrete, which does not meet the requirement of acceptance criteria as per IS-456:
2000 shall be rejected and the contractor shall make good the same at his risk and cost.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 196

PARTICULAR SPECIFICATIONS-BUILDING WORK

3.6.4.14 The contractor shall ensure that operational matters such as notice to be given prior to
delivery, delivery rate, sampling for testing, additional services such as pumping and action to be taken
in case of non-completion etc, are mutually agreed upon between the contractor and the supplier of
RMC. A written intimation in this regard shall be given by the contractor to GE.

3.6.4.15 (a) The contractor shall give specification and all relevant information about design
mix in consultation with GE to RMC supplier at the time of enquiry for supply as per
IS-4926: 2003.

(b) Producer / supplier of RMC shall give ‘Delivery ticket information’ with each load
supplied as per details given in IS-4926: 2003. “Delivery ticket information’ as received from
supplier will be submitted by the contractor to Engineer-in-Charge on receipt of material at
site.

3.6.4.16 Transportation and placing of concrete: The contractor should plan site
arrangements to enable full load of concrete to be discharged within 30 min of arrival at site. The
general requirements is that concrete prepared adding suitable admixtures shall be discharged from the
transit truck mixers within 2 hrs of the time of loading or time as decided as per the technical
requirements as approved by the GE. Any concrete not transported and placed within the approved
time frame shall be rejected by the GE and contractor shall remove it from site.

3.6.4.17 Concrete prepared with suitable admixture shall be placed with the use for pumping or
otherwise as given below as early as possible after its delivery. Proper planning shall be done where
concrete is to be pumped. Concrete transportation and pacing schedule shall be approved by GE.
Engineer-in-Charge must check & satisfy themselves for suitability of form work and supporting system
for additional load/pressure due to pumped concrete as resorted to.

3.6.4.18 The contractor may choose either of the following options as suitable as agreed to and
approved by the GE for transporting and placing of concrete with suitable admixtures prepared from the
fully computerized mini batching plant of required capacity as per clause 3.6.1 here in before.

(i) The fully computerized mini weigh batching plant set up conveniently very close to the
building and with the help of tower crane/ crane/ lifting arrangement, the concrete is placed at
the place of work of concreting as per drawing and specifications as applicable.

(ii) The fully computerized mini weigh batching plant / plants are set up at near by vicinity at
location/(s) as suitable with the approval of GE and prepared concrete with suitable admixtures
is transported through transit truck mixers (numbers as required as per the quantum of work at
the site) to the site of work and at the site concrete is pumped through pneumatic means
(pneumatically pumped concrete ) to the place of work of concreting and concrete is placed as
per drawings and specifications as applicable.

(iii) The fully computerized mini weigh batching plant / plants are set up close to the
site/sites as manageable with in the resources of the contractor but approved by the GE and
prepared concrete with suitable admixtures are transported pneumatically through the suitably
designed pipes from the batching plant direct to the place of work of concreting and concrete is
placed in situ as per drawing and specifications applicable.
(iv) As above but applicable for RMC manufacturer.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 197

PARTICULAR SPECIFICATIONS-BUILDING WORK

3.6.4.19 Strength, workability and other issues/specification shall be as per details given in
IS-4926: 2003.

3.6.4.20 The contractor shall enter in to an agreement with the approved RMC manufacturer in
case this option if resorted to, for the compliance of above aspects. The overall liability for the RMC
supplied to the department shall rest with contractor only.

3.6.5 Curing and protection of cement concrete surfaces: - All cement concrete surfaces shall
be cured and protected as specified in clause 4.11.13 and 4.11.14 of SSR Part I.

3.6.6 Sampling and testing of concrete: -

(a) Refer clause 4.11.17 of MES Schedule Part I.

(b) Test will be carried out on 15 cms cubes as per IS 456.

(c) The contractor shall provide all necessary materials (including moulds etc) and labour for
mixing and casting of cubes and carrying the test cubes including its transportation to Govt labs
and any other assistance that may be required for the samples tested in the lab and
cost/charges of testing shall be borne by the contractor.

(d) For relatively very small quantities and unimportant work even though testing is waived
off by GE, the contractor shall be responsible for to achieve the desired strength of concrete.

(e) The concrete which is not up to the desired strength shall be rejected and the same shall
be made good by the contractor without any extra cost to the Govt.

(f) The test results shall be entered in register and shall be signed both by the Engineer-in-
Charge and by the contractor.

3.7. FORM WORK.

3.7.1. Form work shall comply with requirements of clause 4.11.6, 4.11.6.1 to 4.6.11.5 and 7.15 of MES
Schedule Part I and IS 14687.

3.7.2. Form work shall be of properly designed steel form work (both verticals props and surfaces).
However, deformed steel sheet shall not be permitted for use as form work. In case of any deviation
involving form work to surfaces exposed to view, the pricing shall be done at the rates of timber form
work for rough finish.

3.7.3. Props used in form work shall be of telescopic steel tubular type with MS shoe plate/base plate.
In no case, wooden ballies will be used for props. Shuttering shall be of properly designed steel form
work suitable for the RCC work. Bent steel plates or similarly unfit plates shall not be used as shuttering
material. At all junctions of shuttering/form work building craft paper shall be used.

3.7.4 Where steel shuttering is not feasible in locations such as soffits and sides of lintels, chajjas,
foundation and other locations as decided by GE, the plywood board of adequate strength may be
used".

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 198

PARTICULAR SPECIFICATIONS-BUILDING WORK

3.8. Exposed surface of concrete Refer clause 4.11.16 of SSR Part I.

3.8.1. Exposed surfaces of concrete including ceiling after striking of form work shall be plastered 5
mm thick with cement and sand mortar 1:3 and finished fair and even.

3.8.2. Exposed surfaces of lintels, beams, columns etc. which are continuous with plastered surfaces
of wall shall be plastered, in the manner specified for the walls.

3.9. Precast Concrete Articles. Cement concrete lintels with or without integrally cast chajjas
upto 1.5 m clear span, shelves, bed blocks/plates, covers slabs, fencing posts, fins and jallies and the
like may either be precast or cast in situ. at the contractor’s option, unless otherwise shown on
drawings. If pre-cast, these shall be set in cement mortar (1:4). In case of deviation involving these
items, pricing shall be done on the basis of cast-in-situ work. In case of continuous lintels even spanning
less than 1.5 m shall be considered as if it is exceeding 1.5 m for the purpose of deviation orders.

3.10. RCC Chajjas with fins/RCC chajja.


3.10.1. RCC chajjas with fins/RCC chajja shall be provided as per details shown on drawings. Thickness
of the finished fins after application of rendering in cement mortar (1:3) on both sides shall be 50 mm,
unless otherwise shown on drawings.

3.10.2. RCC Chajjas (whether cast integral with the lintel or precast embedded in the wall) shall be
provided with a coved fillet of radius 50 mm in PCC (1:2:4) type B-O, preferably cast when concrete is
green.

3.11. Drip course/throating/weathering : -


(a) The following works shall be executed by the contractor without any extra cost to
department whether shown on drg or not : -

(i) The projection of chajjas, roofs, cills, coping and the like shall be provided with
proper drip and/or throating and weathering.

(ii) All flat surfaces exposed to weather shall be weathered with a imperceptible
slope for smooth run of rain water.

4 BRICK WORK: -

4.1 MATERIALS: -

4.1.1 FLY ASH BRICKS: Irrespective of whatever mentioned in the tender documents or
shown on drawings, fly ash brick shall be used for all the buildings of BOQ (Schdule ‘A’
Part – I). Fly ash bricks shall be of class A and designation 7.5. The specification approved
manufactures or cab be produced at work site with prior approval of accepting officer. The old size
bricks shall be used. Fly ash bricks shall be conforming to IS 12894-2002 with technical specifications as
under :-

4.1.1.1 Compressive Strength. The minimum average wet compressive strength of any individual
brick shall not fall below the minimum average wet compressive strength specified for the corresponding
class of bricks by more than 20 percent as mentioned in table 1 in IS 12894 when tested as described in
IS 3495 (Part I).

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 199

PARTICULAR SPECIFICATIONS-BUILDING WORK

4.1.1.2 Drying Shrinkage. The average drying shrinkage of the bricks when tested by the
method described in IS-4139 , being the average of three units, shall not exceed 0.15 percent.

4.1.1.3 Efflorescence Test. The bricks when tested in accordance with the procedure laid down
in IS 3495 (Part 3) shall have the rating of efflorescence not more than ‘moderate’ upto class 12.5 and
slight for higher classes.

4.1.1.4 Water absorption. The bricks when tested in accordance with the procedure laid down
in IS 3495 (Part 2) after immersion in cold water for 24 hour, shall have average water absorption not
more than 20 percent by mass upto class 12.5 and 15 percent by mass for higher classes.

4.1.1.5 Cement. Refer Annexure I to Appendix ‘B’ to particular specification (List of manufactures).

4.1.2 SAND FOR MASONRY MORTAR:- Refer Para 5.4 of SSR Part I. It shall be natural conforming
to IS-2116. Sea sand shall not be used in any case.

4.1.3 BRICKS WORK / FLY ASH BRICKS: - Unless otherwise specified here-in-after and/or shown
on drawings, brick work in various situation shall be built in cement mortar as under :-
(i) Brick work in half brick thick and under , brick work in : Cement Mortar (1:4)
independent pillars and reinforced brick work including
steps, side wall of cup boards/wardrobe upto 1 brick thick
wall, dwarf walls of ramps and cavity walls etc.
(ii) Brick work in all other situations including foundation. : Cement Mortar (1:6)

4.1.4 POLY-ETHYLENE FILM: - Refer Para 5.15 of SSR Part I. Unless specified otherwise in
Schedule “A”, these shall be conforming to IS 2508 of 150 micron thick.

4.1.5 BITUMINOUS BONDING MATERIALS: - Refer Para 5.16 of SSR Part-I. Blown bitumen shall
be conforming to IS-712.

4.1.6 BITUMEN PRIMER: - Refer Para 5.17 of SSR Part I. It shall be conforming to IS-3384.

4.2 WORKMANSHIP: - 1.2.1 Refer Para 5.19 to 5.56 of SSR part I.

4.2.1 PROPORTIONING: - Refer Para 5.19.1 of SSR Part I.

4.2.2 PREPARATION OF CEMENT MORTAR: -Refer Para 5.19.2 of SSR Part I. Unless otherwise
specified hereinafter and/or shown on drawings, brick work in various situation shall be built in cement
mortar as specified in Annexure XIII.

4.2.3 HALF BRICK THICK WALL: - These shall be reinforced with two numbers 8 mm diameter
deformed bars horizontally at every fourth course starting from floor level and anchored in walls/
columns at junctions. The anchorage length provided shall be not less than 100 mm. A RCC lintel band
(horizontal and vertical as specified in STD-147 shall be provided.

4.2.4 In the event of deviations, brickwork as specified above, shall be priced at the applicable
rates in MES schedule (Part II) for M&L with fly ash bricks, subject to contractor'’ percentage, as
applicable irrespective of strength of bricks specified.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 200

PARTICULAR SPECIFICATIONS-BUILDING WORK

4.2.4.1 Width of concrete lintels, beams, cills, columns and the like coming in contact/connection with
brick walls/pillars shall be kept to the actual width of brick work of that place unless offsets have been
specifically shown; in which case, the width as shown on drawings shall be maintained. RCC bands
wherever shown shall be provided as per details given in drawings. Mortar bed joints shall be such that
four courses of brick work and three joints taken consecutively shall measure 3 cm to 4 cm in addition
to the combined height of bricks themselves. The provision regarding above, made in Para 5.26 of MES
Schedule shall be deemed to be modified accordingly and no price adjustment shall be done on this
account.

4.2.5 DOWEL BARS: -All brick masonry panel walls other than half brick wall shall be bonded with
the adjoining RCC columns with MS flat iron ties of size 40 x 3 mm and 55 cm long at every fourth
course starting from floor level.

4.2.6 TESTING OF BRICKS: - The contractor shall make all arrangements for testing of bricks as per
IS and shall bear all costs including transportation of bricks to Govt approved Lab and get it tested in
the presence of his representative and the EIC. The results shall be recorded by the EIC and signed by
both the parties. Cement mortar shall be of mixes not leaner than 1:6. Mixing shall be done in
mechanical mixer.

4.2.7 LAYING OF BRICKS: - Refer Para 5.23 of SSR Part I. Top courses of all plinths, Parapets,
steps and top of walls below roof/ floor slab shall be laid with brick on edge.

4.2.7.1 BEARING OF FLOORS, ROOFS ETC.: - Refer Para 5.34.14. Of SSR Part I. Tops of walls
bearing, the edges of RCC floors, roof slabs, beams or lintels shall be finished with 15 mm thick
rendering of cement and sand mortar 1:4 mix.

4.2.8 HONEY COMB BRICK WALLS: - Refer Para 5.38 of SSR Part I. The mix of mortar for
honeycomb brick walls shall not leaner than 1:4.

4.2.9 DAMP PROOF COURSE.

4.2.9.1 The damp proof course wherever shown on drawings or not shall be provided to all the buildings
and shall consist of 40 mm thick layer of PCC 1:2:4 using graded aggregate of size 12.5 mm and below
mixed with liquid water proofing compound @ 200 ml per 50 Kg (bag) of cement or as per manufacturer
instructions including all necessary form work then one coat of polymerised bitumen @ 1.2 Kg / sqm
shall be applied. Over this 150 micron polythene sheet shall be laid on bitumen surfaces and firmly but
carefully pressed down with the help of gunny cloth so as to prevent any damage to the film. The
overlap shall not be less than 150 mm and sealed with hot bitumen.

4.2.9.2 Liquid Water proofing compound for damp proof course, shall conform to relevant IS, It
shall be mixed with cement concrete in the proportion and manner as given in manufacturer’s
instructions subject to minimum @ 200 ml per 50 Kg (01 bag) cement. However, deviations if any, shall
be priced at the rate of 2% by weight of cement with dry WPC.

4.2.9.3 Damp proof course shall also be provided under door/openings below floor by providing a
vertical Drop along the sides of the door.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 201

PARTICULAR SPECIFICATIONS-BUILDING WORK

4.2.9.4 Wherever, plinth beams / plinth bands are shown in drawing, the same shall be provided
50 mm below from the finished floor level irrespective of whatever is shown on drawings. Irrespective
of the location of Plinth Beam shown in structural drawings, the plinth beams shall be provided
50 mm below finished floor level. All external PBs shall be provided with RCC fins as shown
in the drgs.

4.2.9.5 Irrespective of the location of Plinth Beam shown in structural drawings, the plinth beams
shall be provided 50 mm below finished floor level.

4.2.9.6 Dwarf wall if shown anywhere in the drawing below plinth beams of all external
walls shall not be provided. Dwarf walls / toe walls shall be provided to the verandahs / ramps /
brick steps and similar places having foundation type ‘A’. The cost of the same shall be
deemed to be included in the quoted lumpsum.

4.2.10 LINTEL BEAM/BAND


Irrespective of whatsoever shown in drawings, the lintel band / beam shall be provided for all buildings.

4.2.11 Width of concrete lintels, beams,cills, columns and the like coming in contact/connection with
brick walls/pillars shall be kept to the actual width of brick work of that place unless offsets have been
specifically shown in which case, the width as shown on drawings shall be maintained.

4.2.12 Mortar bed joints shall be such that four courses of brick work and three joints taken
consecutively shall measure 3 cm to 4 cm in addition to the combind height of bricks themselves. The
provision regarding above, made in para 5.26 of MES schedule shall be deemed to be modified
accordingly and no price adjustment shall be done on this account.

5 & 6 BLANK

7. STEEL AND IRON WORK

7.1 TYPE OF STEEL


All steel to be incorporated in the work shall be procured & supplied by the Contractor under his own
arrangements and at his own cost. Steel for various types of work shall be of following quality / grade: -

(A) REINFORCEMENT STEEL


High strength deformed steel bars produced by Thermo Mechanical Treatment Process (TMT steel bars
of grade Fe-500 D) meeting all other requirements of IS-1786.

(B) STRUCTURAL STEEL


(i) Standard Quality - Conforming to IS-2062.
(ii) Ordinary Quality - Conforming to IS-1977.

(C) GALVANISED STEEL SHEETS (Plain and corrugated) - Conforming to IS-277.

(D) FABRIC REINFORCEMENT FOR CONCRETE - Conforming to IS-1566.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 202

PARTICULAR SPECIFICATIONS-BUILDING WORK

7.2 SOURCE OF PROCUREMENT OF STEEL

(A) REINFORCEMENT STEEL

TMT steel bars shall be procured directly from the main producers of TMT bars. List of
approved Primary Steel Manufacturers for TMT are as given below :-

1 Rashtriya Ispat Nigam Ltd (RINL) For all types & dia of TMT bars
Brand : “RINL”
2 Tata Iron & Steel Company (TISCO or For all types & dia of TMT bars
Tata Steel)
Brand : “TATA”
3 Steel Authority of India Limited(SAIL) For all types & dia of TMT bars
Brand : “SAIL”
4 M/s Jai Balaji Industries Ltd TMT bars of Gde Fe 500 &
Brand : “JAI BALAJI” Fe 500D
5 M/s Shyam steel Industries Ltd Brand TMT bars of Gde Fe 500,
: “SHYAM TMT” Fe 500D and CRS
6 M/s SPS Steel rolling Mills Ltd Brand : TMT bars of Gde Fe 500,
“ELEGANT TMT” Fe 500D and Fe 550
7 M/s Steel Exchange India Ltd Brand : TMT bars of Gde Fe 500 &
“SIMHADRI TMT” HSCRM Fe 500D
8 M/s Jindal steels and Power Ltd TMT bars of Gde Fe 500 / Fe 500D, Fe 550 / Fe 550D
Brand : “JINDAL”
9 M/s SRMB Srijan Ltd TMT bars of Gde Fe 500 / Fe 500D, Fe 550 / Fe 550D (Size 8-32mm)
Brand : “SRMB”
10 M/s Concast Steel & Power Ltd Brand : TMT bars of Gde Fe 500 (Size 8-32mm)
“CONCAST MAXX”
11 M/s Adhunik Metaliks Ltd TMT bars of Gde Fe 500/Fe 500D (Size 8-32mm)
Brand : “ADHUNIK MET+”
12 M/s Shri Bajrang Power and Ispat Ltd TMT bars of Gde Fe 500/Fe 500D (Size 8-32mm)
Brand : “GOEL TMT”
13 M/s JSW steel Ltd TMT bars of Gde Fe 500,
Brand : “JSW TMT PLUS” Fe 500D and CRS (8-40mm)
14 M/s Electrosteel Steels ltd TMT bars of Gde Fe 500D
Brand : “ELECTROSTEEL” (8-36mm)
15 M/s Jindal steels and Power Ltd Structural steel (Angle, Beam, Column, Channel, Plate)
Brand : “JINDAL”
16 M/s Shyam Metalics & Energy Ltd TMT bars of Gde Fe 500
Brand : “SEL” (8-32mm)
17 M/s Kamachi Sponge & Power TMT bars of Gde Fe 500,
Corporation Ltd. Fe 500D, Fe 550, Fe 550D, HRCM (8-40mm)
Brand : “KAMACHI”
18 M/s BDG Metal & Power Ltd, Kolkata TMT bars of Gde Fe 500, Fe 500D and Fe 550D (size 8-32mm)
Brand : “BDG6”
19 M/s Steel Exchange India Ltd, AP TMT bars of Gde Fe 500, Fe 500D and HSCRM
Brand : “Simhadri TMT”

(B) STRUCTURAL STEEL


Structural steel shall also be procured directly from the main producers of structural steel viz. SAIL /
RINL / TISCO / IISCO. In case of non availability with main producers, the structural steel can be
procured from approved secondary producers with a reduction of 5% (Five Percent) of the accepted
rate of structural steel. In case the desired section of structural steel is not rolled / manufactured by the
main producers, there shall be no price adjustment in use of structural steel procured from approved
secondary producers.
CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 203

PARTICULAR SPECIFICATIONS-BUILDING WORK

LIST OF APPROVED SECONDARY PRODUCERS FOR STRUCTURAL STEEL

(i) M/s Kashi Vishwanth Steel Ltd., Narain Nagar, Bazpur Road,
Kashipur - 244 713, Distt : U.S. Nagar (Uttaranchal)
(Ph: 05947-262109, 262138, Fax: 05947-262103)
(E-mail kvs_ksi@datainfosys.net, kvscorporate@kvsl.com)
Visit us at : www.kvsl.com

(ii) M/s Shyam Steel Industries Ltd., White Towers, 115 College Street,
1st floor, Kolkata – 12, Tele : 033-22373333, 22373311

(iii) M/S K L Steel Pvt Ltd., Post Box No. 61, Lal Kuan,
Bulandshahar Road, Ghaziabad (UP),Tele : 0120-2867911, 2867915
Fax : 0120-2867917

(iv) M/S Shri Badrinarain Alloys & Steels Ltd., 95, Stephen House,
4 B B D Bag, Kolkata 700001
Tele : 033 2220 5381 / 2248 1601, FAX : 033 2248 8664

(v) M/S Pushpak Steel Industries Pvt Ltd., Gate No. 119, Alandi Markai Road,
Dhanore, Tah Khed, Pune, Tele-Fax 020-26444700 / 070

(vi) M/s Amba Shakti Ispat Ltd., Plot No. 06, Phase-II Industrial Area,
Kala Amb, Distt – Sirmour (HP), Tele : 01734-309983, 309986

(vii) M/s SRMB Srijan Pvt. Ltd., 46, BB Ganguli Street


Kolkata – 700012, Phone – 033 -2236999

(viii) REGD OFFICE


M/s Shree Parashnath Re-Rolling Mills Ltd.
4C, Maharshi Devendre Road 3rd floor, Kolkata – 700 007
Phone : 033-2274 0045/4475, Fax : 033-2274 0039
ADMN OFFICE
M/s Shree Parashnath Re-Rolling Mills Ltd.
3511 Part Dr B C Roy Avenue, Durgapur – 713 201
Phone : 0343-255 0537/0538, Fax : 0343-255 4457

(ix) M/S Tata Steel Industries, Tata Steel – Tube Division


Jeevan Tara Building, 1st floor, 5, Sansad Marg, New Delhi – 110001
Tele : 99111 2334, 264601734, 309983, 309986

(x) M/S K L Concast Pvt Ltd, Z-18, Naraina, New Delhi

(xi) M/S Karam Steel Corp., Nasrali, Road, PO Box No. 56,
Mandi Gobind Garh – 147301

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 204

PARTICULAR SPECIFICATIONS-BUILDING WORK

(C) GALVANISED STEEL SHEETS AND FABRIC REINFORCEMENT FOR CONCRETE


These shall be procured directly from primary producers as approved by E-in-C’s Branch and shall be ISI
marked.

(D) Steel sections for railings, gates, fencing, guard bars, grills, steel chowkhat, holdfasts etc.,
which do not constitute structural members, can be procured from main producers / secondary
producers / BIS marked manufacturers or their authorised dealers at the option of Contractor without
any minus price adjustment. Tests will not be insisted upon for such steel sections.

(E) CORROSION RESISTANT STEEL (CRS)


Irrespective of whatever is shown on drawings, Corrosion Resistant Steel (CRS) (Fe-500 / Fe-500 D
Grade) procured directly from the main producers of steel shall only be used for water retaining
structures. Properties of steel shall be of the same standard as in use and as specified hereunder or as
specified in relevant IS codes.

NOTES
(i) All finished steel shall be well and clearly rolled to the dimensions, sections and weights
specified. The finished materials 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 that specified in clause No.
10.17.4 and 10.17.5 of SSR Part-I and as specified in IS-1786 and other relevant IS Codes.

(ii) TMT bars shall have embossing / engraved marking of trade name of producer at regular
intervals.

(iii) Reinforcement Steel, Structural steel and Galvanized Steel Sheets and Fabric reinforcement for
concrete may be permitted from authorized dealers of main producers in case the total requirement of
steel is less than 5 tones.

(iv) Steel sections for railings, gates, fencing, guard bars, grills, steel chowkhat, holdfasts etc., which
do not constitute structural members, can be procured from main producers or their authorized dealers
at the option of Contractor without any minus price adjustment. Tests will not be insisted upon for such
steel sections.

7.3.1 TESTING OF STEEL


(a) The manufacturer is to carry out inspections and testing of steel in accordance with the
relevant BIS provisions. The Contractor shall submit the manufacturer’s test certificate in
original along with the test sheet giving the results of each mechanical test as applicable and
the chemical composition of the steel or authenticated copy thereof duly signed by the
manufacturer with each consignment. The Engineer-in-Charge shall record these details in
“STEEL ACCEPTANCE REGISTER” as given in Annexure ‘II’ hereinafter, after due
verification.

(b) Independent testing of reinforcement and structural steel to be carried out by the GE,
shall be optional at the discretion of GE, in case of procurement of steel from main producers
and testing charges shall be borne in accordance with condition 10 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.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 205

PARTICULAR SPECIFICATIONS-BUILDING WORK

(c) Independent testing of structural steel to be carried by the GE shall be mandatory, in


case of procurement of structural steel made from the secondary producers and testing charges
shall be borne by the contractor irrespective of the outcome of test results. In both the cases
the contractor at his own cost shall provide all facilities required for the testing and cost of
material consumed in tests, which shall be borne by the contractor.

(d) Independent testing of reinforcement and structural steel shall also be carried out by the
GE / CWE for random samples of steel drawn from various lots from National Test House, SEMT
Wing CME, Regional Research Labs, NABL approved labs, Govt. Engineering college, Zonal labs
etc. as per the recommended minimum frequency shown in table at Annexure ‘III’.

(e) Sample from each lot shall be tested for quality and elongation. The elongation shall not
be less than 18%. Cost of samples, transportation and testing shall be borne by the contractor.
The records of such checks shall be maintained in steel test register.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 206

PARTICULAR SPECIFICATIONS-BUILDING WORK

ANNEXURE ‘III’

FREQUENCY FOR NORMAL MASS, TENSILE, BEND AND RE-BEND TESTS OF STEEL
S. No. NOMINAL SIZE QUANTITY
REINFORCEMENT STEEL
1. Bar size less than 10 mm 1 Sample (3 specimens) for each test for every 25 Tonnes
or part thereof.
2. Bar size 10 mm To 16 mm 1 Sample (3 specimens) for each test for every 35 tonnes
or part thereof.
3. Bar size over 16 mm 1 Sample (3 specimens) for each test for every 45 tonnes
or part thereof.
STRUCTURAL STEEL
4. Tensile Test 1 Test for every 25 tonnes of steel or part thereof.
5. Bend Test 1 Test for every 10 tonnes of steel or part thereof

NOTES

(i) For various tests, acceptance criteria, tolerance etc, refer to Annexure ‘II’ and relevant BIS Codes.

(ii) In case of procurement of structural steel from secondary producers, testing to be carried out
by GE as per above frequency is mandatory. In such case, no payment shall be released to the
Contractor for any consignment or part thereof and steel shall not be incorporated in the work unless
satisfactory test results are obtained and the consignment is passed by GE. Schedule of procurement
shall be prepared keeping in view the time lost in activities related to testing. Any items of steel, not
meeting the requirements, shall be rejected and the particular consignment removed from the site by
the Contractor at his own cost. The Contractor will have no claim on this account.

(iii) Three samples 3.00 m long of each section of each consignment shall be retained at the
project site till completion of the work. These samples shall be suitably marked and properly preserved.

(iv) In addition to above tests, the TMT steel received at site will be tested by GE / CWE in person
before incorporation in the works by simple field tests and records shall be maintained. Simple field test
may involve sand papering the section of the TMT bar and dipping the same in chemical solution to give
a clearly defined annular ring of tempered steel.

(v) Where, CWE has not tested the steel himself as mentioned in preceding para, CWE will carry
out the random checks. The record of such random checks shall be maintained in Steel Test Register.

(vi) The Contractor at his own cost shall arrange the facilities for such tests as mentioned in above
two Paras and cost of sampling, transportation and testing shall be borne by the Contractor.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 207

PARTICULAR SPECIFICATIONS-BUILDING WORK

ANNEXURE ‘II’
STEEL SUPPLY AND ACCEPTANCE REGISTER

1. CA No. and Name of Work : __________________________________________

2. Contract No. : __________________________________________

3. Name of Manufacturer’s TC No. : __________________________________________

4. Manufacturer : __________________________________________

5. RANDOM TEST DETAILS


(a) Physical test report from _______________ vide their letter No. ____________________
(Name of NABL approved Lab / Govt. Engg. College)

(b) Chemical test report from _________________ vide their letter No. _________________
(Name of NABL approved Lab / Govt. Engg. College)

6. TYPES OF STEEL, DIA & QUANTITY


(a) Type : TMT / CRS
(b) Dia : mm
(c) Actual Weight : MT
(d) Conversion Weight : MT

CHEMICAL TEST MECHANICAL TEST


Tensile strength (N / Sqmm)
Sulphur + Phosphorous (%)

Corrosion resistant element

Yield Stress (N / Sqmm)

Percentage Elongation
Weight per metre
Phosphorous (%)

(Minimum 18%)
Manganese (%)

Rebend Test
Sulphur (%)
Carbon (%)

Silicon (%)

Bend Test

Remarks
As per IS 1786

As per
manufacturer’s
test certificate
As per
independent test

Remarks with Signature Accepted / Rejected

CONTRACTOR JUNIOR ENGINEER ENGINEER-IN-CHARGE GARRISON ENGINEER

REMARKS OF BOO / INSPECTING OFFICER / CWE.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 208

PARTICULAR SPECIFICATIONS-BUILDING WORK

7.3.2 DOCUMENTATION:-

(a) The Contractor shall submit original machine numbered purchase vouchers from the
manufacturer for the total quantity of steel supplied under each consignment to be incorporated
in the work. All consignment received at the work site shall be inspected by the GE alongwith
relevant documents before acceptance. The original vouchers and test certificates shall be
defaced by the Engineer-in-Charge duly indicating the CA No. and particulars of work for which
used and shall be kept on record in the office of GE duly authenticated and with cross reference
to the control number recorded in Steel Acceptance Register. Two separate files may be
maintained in GE office duly serially numbered for maintaining original vouchers and
manufacturer’s test certificates in original alongwith test sheets in original or an authenticated
copy thereof.

(b) The Steel Acceptance Register will be signed by JE, Engineer-in-Charge, GE and Contractor
and shall be maintained by GE.

(c) A Steel Test Register containing results of independent and additional testing done by GE,
field testing done by GE /CWE, random check done by CWE etc shall be maintained by GE.

(d) The Accepting Officer may also order a Board of Officers for random check of steel and
verification of connected documents. Hence a register containing records of surprise checks and
checks done by Board of Officers shall also be maintained by GE.

(e) The entire quantity of steel items 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 Engineer-in-Charge and the Contractor duly checked by GE.

(f) Certified true copies of vouchers and test certificates including test sheets shall also be
maintained by Engineer-in-Charge after defacing, with cross reference to the control No.
recorded in the Steel Acceptance Register.

7.3.3 (a) STORAGE:

(i) Steel of different grades and sizes shall be stacked separately. For each class of
steel separate areas shall be earmarked. Steel shall be marked with distinct painting
marks for easy identification and it shall be always stacked at least 15 cm above the GL.

(ii) Steel shall be stored in a manner so as to prevent distortion and corrosion. 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 own cost.

(iii) Steel sections which are not likely to be used before onset of monsoon shall be
given cement slurry wash so as to ensure scale and rust free steel. Also steel sections
which are procured during monsoon and are not likely to be used within a week from the
date of procurement shall be given cement slurry wash immediately.

(b) SAFETY OF STEEL


It shall be the responsibility of Contractor to make sure that all possible arrangements are
made for safe custody of the steel. In case of any loss of steel, the Contractor only will be
responsible and the loss shall be made good by him without any delay and no claim whatsoever
would be entertained on this account.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 209

PARTICULAR SPECIFICATIONS-BUILDING WORK

7.3.4 SCHEDULING AND SUPPLYING

Schedule of supply of steel will be finalised by GE in consultation with Contractor and the same
shall be incorporated in CPM chart so that supply of steel is monitored in a way to avoid any
delay in completion of work. GE shall ensure that Contractor places the demand(s)/requisition(s)
of steel with adequate time lead. The schedule of supply of steel shall be vetted by CWE from
time to time.

7.3.5. PROCEDURE FOR MAKING PAYMENTS FOR STEEL INCLUDING MEASUREMENTS,


CONVERSION WEIGHT ETC.

(a) The requirement of steel shall be worked out section wise and shall be recorded in a
separate Register jointly maintained by Contractor and Engineer-in-Charge. Day to day record
shall also be signed by the Contractor as well as Engineer-in-Charge. The register should contain
different sheets for each steel section indicating reference to drawing number, location, number
of bars, sketch of each length of bar with dimensions, length of waste and off cuts and the
quantity thereof by multiplying the length of bars with the conversion factors given in MES
schedule Part-II. For sections not listed in MES schedule, the I.S. conversion table shall be
followed. The contractor shall not have any claim in case the actual weight of steel items works
out to be more than the weight obtained by standard conversion factor. For making adjustment,
arising out of reinforcement bars, the length of each bar for the purpose of calculation of laps
shall be taken as 10 meters.

(b) On completion of work, the Register will be in the custody of the Engineer-in-Charge
and Contractor may keep a copy for his record, if he so desires.

(c) Payment for the steel brought by the Contractor shall be released by GE only after
following actions are taken by GE and Engineer-in-Charge:-

(i) Physical verification of steel to confirm the actual quantity of steel as well as to
verify the aspects brought out in clause 7.3 above.

(ii) Receipt of original machine numbered purchase vouchers of manufacturer(s) from


Contractor.

(iii) Receipt of manufacturer’s test certificates (in original) alongwith test sheet giving
result of each mechanical test and chemical composition of steel or authenticated copy
thereof duly signed by manufacturer.

(iv) Receipt of satisfactory test results for independent testing on random samples of
steel in terms of clause 7.3.1(b) above.

(v) Satisfactory test result in case of field testing done by GE/CWE in case of TMT
steel manufactured by secondary producers.

7.3.6 ACCEPTANCE/REJECTION OF STEEL: The Contractor shall 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 shall be rejected by
the GE, and it shall be removed from the site within 24 hours at the cost of the Contractor.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 210

PARTICULAR SPECIFICATIONS-BUILDING WORK

7.4. WELDING.
(a) Refer clause 10.15 of MES Schedule Part I and shall be carried out by metal arc process
all as per IS-816 and IS-823.

(b) Unless, otherwise specified here-in-after or shown on drgs welding shall be 6 mm thick
continuous fillet weld and shall cover the joint.

7.5. GUARD BARS / GRILLS. Irrespective of what is shown in drawing, 12 mm square Guard bars
shall be provided to all windows/ventilators as per design shown on drawings.

7.6. HOLD FASTS/LUGS. Flat iron hold fast/lugs shall be provided by welding as and where shown
on drawings except those, to be provided to wooden chowkats, which shall be fixed with bolts/nuts as
per details shown on drawings. Holes in wooden chowkats shall be plugged with hard wood plugs. Hold
fasts/lugs shall be embedded in PCC (1:2:4) bed blocks of size 230x230x75mm in one brick thick or
equivalent walls and 115mm x 230mm x 75mm in half brick thick or equivalent walls.

7.7. FAN HOOKS WITH BOXES. Wherever fan hooks/fan points have been shown, cast iron MS
boxes with fan hooks as per details shown on drawings, shall be provided. Exposed faces shall be given
two coats of white paint over a coat of red oxide primer.

7.8. EXPANDED METAL. Where expanded metal is shown and its size is not given on the drawings,
it shall be 20 mm short way by 50 mm long way mesh, wire of nominal size 2.5 mm x 1.2 mm, weighing
not less than 2.183 Kg per square metre.

7.9. 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.

7.10 to 7.11 BLANK

7.12. STRUCTURAL STEEL WORK.

7.12.1. Structural steel work in steel gates/doors shall be made of MS Channel, Rolled steel beams,
Angle, Flat and Plates etc. riveted/welded joints, all as per drawings. PGI/PBI sheets covering to steel
doors as shown on drawings, shall be of 0.80 mm thick sheet, unless otherwise shown on drawings. The
grade of steel shall be Fe-410-0 or Fe-310-0 and no test certificate is to be produced for steel required
for steel gates/door.

7.13. RAILING/ PARAPET FOR BALCONY AND STAIR HALL/ STAIR CASE.

7.13.1. Wherever shown railing consisting of flat iron and/or square bars duly welded shall be provided
as per details shown on drawings and as specified hereinafter. Mortice hole left in concrete for fixing
blusters of railings shall be grouted in cement mortar (1:2) round finished to match the adjoining
surface of concrete.

7.13.2. PVC hand rail where shown on drawing shall be Vinyl rail cover manufactured by M/S Fixo Pan
Industries or M/S Cali Plast. Wooden hand rails where shown on drawings shall be of shisham wood all
as per drawings Wooden hand rail shall be French polished.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 211

PARTICULAR SPECIFICATIONS-BUILDING WORK

8. Steel Testing

8. 1 The manufacture of steel material should submit the manufacturer’s test certificate for the base
metal including the chemical and mechanical properties for each heat/coil clearly mentioning the
following test results. Standard shall be followed according to AS 1397.
(a) Chemical Composition of base steel
(b) Tensile strength(minimum/maximum)
(c) Yield Strength(minimum/maximum)
(d) Elongation
(e) hardness

8.2 The substrate or corrosion protection coating is Zinc-aluminium alloy coating as per AS 1397
:1993 (for exterior roofing and should be clearly mentioned in the test certificate with the coating mass
i.e. AZ150.

8.3 The manufacture should submit related document for expected product service performance of
pre-painted metal sheet as per AS/NZS 2778:1997

8.4 BINDING WIRE:- Binding wire shall be conforming to IS-280. The dia of wire shall be not less
than .9mm (Annealed).

9. BLANK

10. PLASTERING AND POINTING

10.1. General.

10.1.1. Plaster and/or skirting/dado shall be returned in jambs, soffits of lintels and window cills etc.

10.1.2. Where plaster on concrete surfaces is shown to match the adjacent wall surfaces, the mix of
plaster shall be as for the brick surfaces.

10.1.3. All plastered surfaces shall be trowelled to a smooth and even surfaces without using extra
cement.
10.1.4. All external finishes (plaster/Pointing etc) shall be carried out upto 15 cm below ground level.

10.1.5. Thickness of cement plaster mentioned hereinafter shall be finished thickness exclusive of
dubbing. Dubbing may however be done in one operation with plaster.

10.1.6. All corners, angle, junctions, and edges shall be truly vertical or horizontal as the case may
be and shall be carefully finished. Corners around jambs of openings and junction of walls shall be
rounded to minimum radius of 5 mm.
10.1.7. 150 mm wide chicken wire mesh 0.71 mm dia of wire and 25 mm x 25 mm mesh size at the
junction of RCC & brick masonry or grip other dissimilar material (internally & externally) before
plastering shall be provided.

10.1.8. Particular attention of the contractor is invited to take notice of local practices and local
availability of materials like bricks, stones, sand, form work etc for any extra quantity of mortar
required, extra dubbing required, touching up for achieving smooth and even surfaces. This shall be
deemed to have been included in the lumpsum or the item rate quoted for plasterwork, as applicable.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 212

PARTICULAR SPECIFICATIONS-BUILDING WORK

10.2. Materials.

10.2.1. Cement. Refer cement here-in-before.

10.2.2. Sand. Refer clause, 14.5 of MES Schedule.

10.3. Cement Plastering to surfaces.

10.3.1. Internal surfaces of masonry work indicated in schedule of finishes of buildings including
inside surfaces of CBs, ward robes and lofts etc under Schedule ‘A’ Part I shall be plastered with 12 mm
thick in cement mortar (1:6). Risers of steps if indicated on drawings shall be plastered with 10 mm
thick cement mortar (1:4).

10.3.2. All external masonry surfaces, except where otherwise specified shall be plastered 15 mm
thick in cement mortar in two layers consisting first layer 10 mm thick in cement and sand mortar 1:6
and top layer 5 mm thick in cement mortar 1:4 mixed with approved water proofing compound as per
manufacturer’s instructions subject to a minimum of 3% by weight of cement in top layer (5 mm thick)
only. In case of deviation, the quantity of water proofing compound shall be taken as 3 % by weight of
cement.

10.3.3 All external masonry surfaces, except otherwise shown on Schedule of Finishes, shall be
provided with washed stone grit plaster two layers, under layer 12mm cement plaster in CM 1:4 finished
rough by combing with jute brushes for proper bound followed by the under layer applying cement
slurry @2 kg/sqm top layer 15mm thick with mixture 1 part of cement and 1.5 part of crushed stone
marble chips of approved quality of shade and size as approved by GE with 12mm wide and 15mm deep
grooves including scrubbing with brushes and washing the top layer with water to expose stone
chipping complete. Grooves shall be painted with weather proof paint. Spacing of grooves shall be all as
directed by GE.

10.4. POINTING.

10.4.1. Pointing to brick masonry wall where shown shall be keyed pointing in cement mortar (1:3)
unless any other type of pointing is specified or indicated on drawings.

11. WHITE/COLOUR WASHING AND CEMENT BASE PAINT

11.1. All synthetic enamel paint, emulsion paint shall be of Ist quality manufactured by the standard
firms of make as per Appendix ‘B’.

11.1.1. The contractor shall inform the GE, within four weeks of the acceptance of the tender, the
brand names of the manufacturers of paint proposed to be used in the works and submit sample thereof
well in time and obtain prior written approval of the GE before their use in the work.

11.1.2. The contractor shall, when so required by the GE, produce certificate from the manufacturer
or their authorised dealer/representative to establish that the brands of paints purchased by the
contractor from them satisfy the requirements of the relevant Indian Standard.

11.1.3. Paints for priming coat, under coat and finishing coat shall be of same manufacturer.

11.1.4. Tint of paint, if not mentioned in drawings/schedule of finishes will be approved by the GE.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 213

PARTICULAR SPECIFICATIONS-BUILDING WORK

11.2. Workmanship.
11.2.1. All wood work required to be painted shall be smoothened, sized and knotted and then applied
with priming coat. Stopping and filling (filler coat) shall be done after priming coat and surface rubbed
down to a level of smooth surface and thereafter under coat and finishing coat applied, all as specified
in clause 17.6 of MES Schedule. Steel and iron work shall be painted in the manner as specified in
clause 17.8 of MES Schedule.

11.2.2. The surfaces indicated in the Schedule of finishes to be given aluminum paint shall be given
two coats of aluminum paint conforming to IS-2339, over a coat of appropriate primer.

11.2.3. No treatment shall be given to reinforcement.

11.2.4. Other steel surfaces (except GI pipes) and wood work exposed to view but not covered in
Schedule of finishes or their finishing is not specifically indicated in any other drawings or specified
elsewhere, shall be given two coats of synthetic enamel paint over a coat of primer of tint as directed by
the GE.

11.2.5. Bottom of door shutters shall be given one coat of primer only.

11.2.6. Irrespective of what is indicated on drawings and specified elsewhere, finishing coat and under
coat shall be with synthetic enamel paint.

11.4. Cement Slurry. Portions of MS bolts, lugs, anchor bolts etc embedded in concrete shall be
treated with neat cement slurry.

12. BLANK
13. PAINTING:- Type of Finishes shall be, as shown on drawings, and shall be as specified in MES
schedule 2009 Part-I and as hereinafter:

13.1 GENERAL: -

13.1.1 All synthetic enamel paint, emulsion paint shall be of 1st quality.

13.1.2 The contractor shall inform the GE (U) E/M Meerut, within four weeks of the acceptance of the
tender, the tender, the brand names of the manufacturers of paint proposed to be used in the works
and submit sample thereof well in time and obtain prior written approval of the GE (U) E/M Meerut,
before their use in the work.

13.1.3 The contractor shall, when so required by the GE (U) E/M Meerut, produce certificate from the
manufacturer or their authorized dealer/representative to establish that the brands of paints purchased
by the contractor from them satisfy the requirements of the relevant Indian Standard.

13.1.4 Paints for priming coat, under coat and finishing coat shall be of same manufacturer.

13.1.5 Tint of paint, if not mentioned in drawings/schedule of finishes will be as approved by the
GE (U) E/M Meerut.

13.2 MATERIALS:-

13.2.1.Refer Para 17.2 of SSR Part I.

13.2.2 SYNTHETIC ENAMEL PAINT:- It shall be conforming to IS-2932 and shall be one of the make

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 214

PARTICULAR SPECIFICATIONS-BUILDING WORK

specified hereinafter.

13.2.3 RED OXIDE ZINC CHROME PRIMER:- It shall be conforming to IS-2074. It shall be one of
the makes/ brands specified hereinafter. It shall be of the same make as that of finishing / under coat.

13.2.4 COAL TAR BLACK: - It shall be of grade “A” conforming to relevant IS specifications and shall
be one of the make specified hereinafter.

13.3 WORKMANSHIP:-

13.3.1 GENERALLY: - Painting Generally:- Refer Para 17.3 to 17.5 of SSR Part I.

13.3.1.1 All wood work required to be painted shall be smoothened, sized and knotted and then
applied with priming coat. Stopping and filling (filler coat) shall be done after priming coat and surface
rubbed down to a level of smooth surface and thereafter under coat and finishing coat applied, all as
specified in clause 17.6 of MES Schedule.

13.3.1.2 No treatment shall be given to reinforcement.

13.3.1.3 Steel surfaces (except GI pipes) and wood work exposed to view but not covered in
Schedule of finishes or their finishing is not specifically indicated in any other drawings or specified
elsewhere, shall be given two coats of synthetic enamel paint over a coat of primer of tint as directed by
the GE (U) E/M Meerut.

13.3.1.4 Bottom of door shutters shall be given one coat of primer only.

13.3.1.5 TARRING. The backs of wooden chowkats in contact with brick brick/plaster etc. and also
wooden/steel surfaces embedded in walls of tar and sanded. Cement Slurry. Portions of MS bolts, lugs,
anchor bolts etc embedded in concrete shall be treated with neat cement slurry.

13.3.2 FRENCH POLISH. The wood works in railing and built-in furniture’s, where indicated to be
polished shall be French polished all as specified in clause 17.7.4 of MES Schedule. Minimum two coats
of French polishing over a filler coat shall be applied.

13.3.3 PAINTING TO WOOD WORK:- Refer Para 17.6 of SSR Part I.

13.3.4 PAINTING STEEL AND IRON WORK:-Refer Para 17.8 of SSR Part I. Mordant solution
made with composition of 64 parts of water and copper chloride, copper nitrate, aluminium chloride and
HCL acid, each one part all by weight, shall be applied to GI surfaces @ 5 litres /100 sqm before
application of red oxide etc. where GI surfaces ordered to be painted. All steel surfaces unless specified
otherwise elsewhere be applied with two coats of synthetic enameled paint over one coat of primer

(Signature of Contractor) Astt Dir (Contracts)


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

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 215

PARTICULAR SPECIFICATIONS (CONTD……)


(INTERNAL WATER SUPPLY)

1. SCOPE OF WORK

The extent of work under this Contract is as indicated in relevant part/section of Schedule ‘A’, particular
specifications and drawings. All reference to clauses in succeeding paragraphs pertains to MES schedule
(Part-I.).

2. GENERAL REQUIREMENT.

2.1. The requirement pertaining to materials, conformity with National Building Code, workmanship,
testing, record of installations shall be all as specified in MES Schedule. Laying and jointing of GI pipe
shall be in accordance with clause 18.51 of MES Schedule.

2.2. All pipe work shall be laid or fixed to be completely airtight and watertight as specified.

2.3. Testing of pipe shall be carried out as specified in clause 18.50.4 of MES Schedule. Record of
testing shall be maintained separately for each building.

3. Water tubing. All water tubing shall be galvanised medium grade ISI marked conforming to IS
1239 and fittings shall also be ISI marked and comply with the requirement of relevant IS. The pipes for
supply of water shall run on the walls except where otherwise specified/shown on drawings. Where GI
pipe crosses the wall, GI sleeve piece of suitable dia/length shall be provided to accommodate the pipe
and cost of same shall deemed to be included in the lump sum cost of building. The Contractor shall use
proper bends, elbows, tees etc at turning/corners. Contractor shall provide screwed plugs to all open
ends of pipe on completion of days work.

4. BIB TAPS / PILLAR TAPS / STOP VALVES / SHOWER ROSE

These shall be as described in Schedule “A” & shall be of any of the makes specified in Appendix “B”
hereinafter. taps shall also be ISI marked.

5. PVC/COPPER CONNECTIONS

Cold water supply connection shall be of PVC pipe, 40 cm long suitable for 15 mm nominal bore GI pipe
complete with brass chromium plated union and rubber washer. The weight of brass coupling nuts shall
not be less than 40 grams. The weight of PVC pipe shall not be less than 47 grams. Copper connections
chrome plated and of standard make shall be provided with for all hot water supply connections.

6. RECORD DRAWINGS

Three copies of line plan of completed work, indicating line of pipes, size, positions of fittings etc shall
be submitted by the contractor on tracing cloth to the Engineer-in-Charge on completion of work on
tracing cloth.

7. In internal water supply work, GI bends will be provided in lieu of elbow, if not possible due to
site conditions, prior permission shall be obtained in writing from Engineer-in-charge.

……………………………………
(Signature of Contractor) Asst Dir (Contracts)
Dated………………………… For Accepting Officer
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 216

PARTICULAR SPECIFICATIONS (CONTD……)


(INTERNAL ELECTRIFICATION)

1. SCOPE OF WORK

The extent of work under this contract is as indicated in relevant part of Schedule ‘A’, Particular
specifications 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.

2. GENERAL

2.1. Refer relevant clauses for earthwork, concrete, brick work, plastering etc shall be followed
except for specific provisions given in Schedule ‘A’ or specified here-in-after.

2.2. The IS mentioned in the MES Schedule and in the other documents shall deemed to be
changed/modified as per latest amendments issued to IS upto date of receipt of tender.

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

2.4. 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, supervisor(s) either at the time of
commencement of the work or any time thereafter during contract period.

2.5. The position of electrical fittings and fixtures shown on the drawings may be changed by the
Engineer-in-Charge at the time of execution, if found necessary. Such changes do not entail any price
adjustment.

2.6. The 5 amps socket on independent boxes shall be mounted at 100 cms height from FFL.

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

2.8. Loop-in-system of wiring shall invariably be used throughout the installation.

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

2.10. Wiring shall be done strictly in conformity with IE rules and IS specifications. Layout shall be
strictly in conformity with modern Engineering practice.

2.11. No twisting/jointing in earth wire is allowed. All continuous earth wires shall be connected to
main earth/Switch boxes/DBs/MCCB, Socket. Outlets, fittings etc by use of suitable size lugs/sockets and
application of crimping tools only.

2.12. The phase identification should clearly be provided at the main incoming switch.

2.13. The name of functions of each distribution board like ‘Power’ ‘Light’ or Sub main/DB as applicable
shall be clearly and neatly painted on the distribution boards.
2.14. The height of the MCB, distribution boards, enclosures, various light fittings, and fans shall be as
per TI and as decided by the Engineer-in-Charge. However the height of the distribution boards shall
not be less than one metre.
CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 217

PARTICULAR SPECIFICATIONS (CONTD……)


(INTERNAL ELECTRIFICATION)

2.15. The contractor shall submit wiring diagram to the Engineer-in-Charge for his approval within two
months from the date of placing work order to commence the work. Approval of the Engineer-in-Charge
shall be obtained to proposed run of wires and exact positions of fittings before resorting to the fixing of
conduits, cable and fittings etc.

2.16. General conditions and specification as given in para 19.2 of MES Schedule shall be complied.

2.17. The main supply in all buildings shall be 230 volts, AC single phase or 400 volts, 3 phase or as
indicated in Schedule ‘A’.

2.18 MATERIALS AND SAMPLE BOARDS


All materials shall be ISI marked. In case ISI marked product are not available these shall
conform to relevant IS specifications or to BS specifications where ISI is not existing. In absence of any
IS specifications these shall be as approved by GE.

2.18.1 Approval of GE referred to in clause 19.2 of MES Schedule Part I shall be in writing.

2.18.2. Sample of all materials, fittings and fixture to be supplied by the contractor shall be submitted to
GE for his approval. The contractor shall not commence his work until the samples are approved in
writing by the GE. The contractor shall ensure that all the materials incorporated in the work are
identical in all respect. Samples approved and samples destroyed in testing shall be returned to the
contractor after completion of contract. No payment shall be made for samples destroyed in testing.

2.18.3. Of the makes specified (if any) materials shall be arranged of the best available make as
approved by the GE. Out of different makes as specified in CA, the makes approved by the GE shall only
incorporated in the work.

2.18.4. All manufactured articles required for incorporation shall be brought to site in the
manufacturer’s original packings with the seal intact. Incorporation shall be done when approved by
Engineer-in-Charge.

2.19. SCREWS AND NAILS ETC.


All screws and nails used in the work shall be of brass. Screws which are visible such as for switch box
covers etc shall be brass chromium plated.

2.20. System of Wiring shall be as described in Schedule ‘A’.

2.20.1. Surface/concealed conduit of ISI marked. Wiring PVC insulated and single ore cable with
stranded aluminum conductor cable shall be ISI marked.

2.20.2. No bare or twist joint shall be made at intermediate points in through run of cables unless the
length of final sub circuits or sub main is more than the length of standard coil. If any joint becomes
unavoidable, such joint shall be made through proper junction boxes as approved by Engineer-in-
Charge.

2.20.3. Wiring shall be done without any junction or connection boxes on line.

2.20.4. Cable shall bear ISI mark on reel IS-694 for PVC insulation and IS-398 for aluminum
conductors and shall be suitable for voltage of supply. Cable shall be fixed as specified in para 19.124
and 19.125 of MES Schedule Part I.
CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 218

PARTICULAR SPECIFICATIONS (CONTD……)


(INTERNAL ELECTRIFICATION)

3. CONDUITS AND CONDUIT FITTINGS


All conduits and conduit fittings and accessories shall be rigid PVC conduit and shall be ISI marked.

3.1. Brass machine screws shall be used in all conduit wiring.

3.2. Fixing Screws in conduit boxes and inspection covers shall be of brass.

3.3. All electrical fittings/accessories shall be mounted inside the conduit boxes, boards or directly on
the surface available when these are conduit entry metallic type as directed by the engineer-in-Charge.

3.4. Colour of insulation of cable shall be one throughout for all phases (line) conductors and other
neutral conductor, where insulated earth continuity conductor is specified, the colour of insulation shall
be different from that of phase and neutral conductors and preferably green.

4. WIRING

4.1 FLAME PROOF FITTINGS & WIRING


These shall be ISI marked and confirming to ISI 2148 and of make GEC/Crompton/Balige/Shyaam.

4.2 CONDUIT WIRING


Conduit wiring shall be carried out all as specified in Para 19.124 to 19.132 of MES Schedule (Part I) and
IS-732.

5. TERMINATION OF WIRING POINTS


Wiring points for light/fans points and light/ power plugs (socket outlets) for mounting switches,
sockets, regulators and other fittings etc shall terminate in a recessed cast iron or sheet metal boxes
fixed flush to the walls and covered with 3 mm thick plastic laminated sheet non inflammable.

6. Each circuit shall have its separate neural conductor originated from neutral busbar.

6.1. It shall be ensured that in case of single phase circuits the phase conductor is taken to the single
pole switches with single switches ‘OFF’ position. There should be no live conductor at the outlet
controlled by the switch.

6.2. Power circuit and lighting circuit which have three pin piano type socket outlets shall have
separate earth wire for each circuit brought upto the earth terminals on the control boards from where
the circuit originates.

6.3. All circuit arrangements shall be got approved from the Engineer-in-Charge before fixing the
control and fittings.

6.4. All the connection of wire/cable shall be lugs/bottle neck only.

7. TERMINALS BOXES
Cost of recessed terminal boxes for housing switches, socket outlets, power plugs and regulators etc
shall deemed to be included in the unit rates of respective point wiring and no extra payment shall be
admissible on this account. Works pertaining to all niches, their frames/shutters boxes etc for mountings
of MCB, DBs shall also deemed to be included in the lump sum cost of the bldg and the percentage/rate
quoted by the contractor and nothing extra shall be paid on this account.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 219

PARTICULAR SPECIFICATIONS (CONTD……)


(INTERNAL ELECTRIFICATION)

7.1. Niches required for housing of DB’s, meters etc. shall be provided with sheet metal frame and
shutter factory made using 1.8 mm thick MS sheet. It should have mortise lock, steel almirah type
hinges, sheet 10 mm dia MS rod locking device. All steel work shall be painted with two coats of
synthetic enameled paint over one coat of red-oxide primer, 4 Nos MS flat iron strips of 25 x 5 mm size
shall be provide inside the niches for fixing of DB’s etc. The size will be decided by Engineer-in-Charge.

8. ELECTRICAL FITTINGS / FIXTURES


Lamp holder shall be of brass with porcelain insulator standard size complied with IS 1258 provided with
brass back plate with brass screws and shall be ISI marked. These shall be suitable for fittings of
pendant, bracket or batten type fittings as indicated.

8.1. The terminal points for switches, socket outlets etc for all wiring shall terminate in recessed cast
iron boxes fitted flush with wall surface and covered with 3 mm thick Hylam sheet fixed with brass
screws. The cost of the above arrangement is deemed to be included in rates for respective items of
point wiring.

8.2. To reduce the risk of corrosion of aluminum conductors as a result of galvanizing action with
brass/copper in wet conditions, the stripped end of aluminum conductors, before inserting into fittings,
shall be smeared with anticorrosive grease as recommended by the manufacturer.

9. MCB DISTRIBUTION BOARDS, MCBS AND RCCBS

9.1. Distribution boards shall consist of miniature circuit breakers steel enclosure and isolators of
ratings as described in Schedule ‘A’. Miniature circuit breakers shall be suitable for 250/240 volts AC
supply ISI marked and shall be one of the reputed make given in Appendix “B”.

9.2 Miniature circuit breakers shall be housed in factory made sheet steel enclosures and shall be
made of minimum 1.2 mm thick MS sheet totally enclosed type, having hinged gasket, doors and locking
arrangements, for protections. The sheet metal enclosures shall be vermin proof and painted with two
coats of synthetic stove enameled scratch resistant paint over a coat of primer. These shall be of the
same make as that of MCBs/RCCBs.

9.3. The MS door of the box shall be kept flush with the wall and fixed at a height of not less than
1.00 metre (bottom of box) from finished floor level.

9.4. Sunken type boxes shall be of sheet steel and shall conform to IS-5133 Part I. The boxes shall
be factory made duly painted with two coats of black bituminous paint both internally and externally
before fixing of the bolts. Cast iron boxes have welded, drilled and screwed earth dolly separately for
fixing the earth wire/leads.

10. LIGHT FITTINGS

10.1. Light fittings shall be all as described in Schedule ‘A’. Light fittings shall be of any of the makes
specified in Appx `B’. All the luminous (lighting fixtures) as specified in Schedule ‘A’ shall be purchased
directly from the manufacturers or the authorised dealers and brought to site duly packed and sealed in
their original packing cases. The relevant purchase documents and factory gate passes for each lot shall
be produced to GE/ Engineer-in-Charge for their perusal and according of necessary approval.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 220

PARTICULAR SPECIFICATIONS (CONTD……)


(INTERNAL ELECTRIFICATION)

10.2. The cost of all accessories required for hanging/fixing light fittings including provn of welding of
hooks wherever necessary and connecting with flexible cable as applicable shall deemed to be included
in the lump sum/rates quoted for the fittings.
10.3. The wiring used inside the channel of tube light fittings shall be colour coat and neatly tacked to
the channel and shall not be less than 3/0.029 of copper conductor cable. Choke, if not otherwise
specified, shall be copper wound.

10.4. Schematic layout of lighting circuits have been shown on drawings. Points of ceiling fans and
socket points shall be connected to available ways in the MCB distribution boards meant for lighting.

10.5. 14 SWG GI wire shall run along with the conduit as continuous earth wire and connected to all
ceiling fans, sockets points and regulators. The cost of same shall deemed to be included in the unit
rates for point wiring.

10.6. All MCBs/DBs enclosures shall be connected with 2.03 mm dia GI earth wire. Three phase boards
and enclosures shall be connected with two distinct earth connections.

10.7. Sub busbar chambers shall be connected with two distinct earth lugs and nut/bolts.

11. FITTINGS

11.1. All utility electric fittings shall be strictly as per constructional materials and dimensions
mentioned in the different sketches of MES Schedule. These shall be of make as given in Appendix `B’.
If makes are not given in Appendix `B’, these shall be as approved by GE. The fittings shall be
connected with 14 SWG GI earth wire with suitable size lugs.

11.2. The light fittings shall be provided with four number brass machine screws 4 mm dia, 15 mm
long to hold the glass shade. Minor items like washers, screws etc, which are not given in specifications
will be provided by the contractor without any price adjustment.

11.3. Refer para 19.115 of MES Schedule Part I. The blocks shall be of first class hardwood. The cost
of attachment of fittings shall deemed to be included in the rates of point wiring.

11.4. These fittings alongwith wooden blocks shall be fixed on walls/ceiling with ‘GRIP’ brand or
equivalent nylon plugs with suitable brass screws. Heavy duty brass lamp holders will be incorporated
with fittings. These shall be of reputed brand.

11.5. Unless otherwise specified while fixing on walls, the fittings shall be at a height of 215 cms
above the floor level. As a principle the position of the light fittings shall be below fan height of proper
illumination.
11.6. Light fittings shall be provided with three core (connection of light fittings) copper flexible cable
of size 23/0.193 mm (23/0076) about 15 cm long. Extra flexible cable shall be provided with all fittings
for making connections with connectors/ceiling roses. The cost of extra length of flexible cable shall
deemed to be included in the unit rate of the fittings.

11.7. All fittings are to be stove enameled or anodized and specific Acrylic sheet 3 mm thick 040 grade
used with fittings shall conform to IS-7569.

11.8. Brass holders will be ISI marked as approved by the GE.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 221

PARTICULAR SPECIFICATIONS (CONTD……)


(INTERNAL ELECTRIFICATION)

11.9. Minor items of fittings like screws etc shall be of standard quality gauge and easy for operation.

11.10. Wherever specifications have not been given, the materials components shall comply with the
relevant IS specifications. In its absence such specifications/Code of practice or good engineering
practice shall be followed.

11.11. The surface finish on the outside surfaces of all fittings with black stove enameled CRCA sheet
shall be ‘MATT DULL’.

11.12. Wherever thickness of sheet is not indicated, 1.2 mm thick sheet shall be used.

12. SWITCHES SOCKET OUTLETS BUZZER/BELL PUSH


Switches, socket outlets, Buzzer shall be flush/piano type white ivory finish and shall be of any of the
makes specified in Appx `B’. Switches shall be of ISI marked if no makes here. Multipurpose socket
outlets 5 Amps 5 pin sockets shall conform to relevant IS.

13. FIRE RESISTANCE LOW SMOKE (FRLS) CABLE


PVC Cable for point wiring and submain wiring shall be Fire Resistant Low Smoke (FRIS) confirming to
relevant I.S.

14. EARTHING

14.1. Unless otherwise specified in Schedule ‘A’ or elsewhere provide earthing all as per electrical plate
No. 5 on Srl page 19.49 of MES schedule Part I including PCC chamber, GI light grade pipe protection
funnel, RCC cover 1:2:4 type B-1 reinforced with MS round bars 6 mm dia 150 mm c/c both ways and
earth work and excavation. GI pipe protection to earth wire shall be provided upto main board.
Excavation shall be in any type of soil and surplus soil shall be removed away to a distance of 50 metre
and site left clean and tidy. PCC for chamber shall be 1:2:4 type B-1. The unit rate shall include for the
above provisions.

14.2. The cable lugs at the end of earth wire shall be connected with 03 Nos 6 mm dia galvanised
iron rivets spaced not more than 20 mm centre to centre. Excavation and earth pit shall be passed by
Engineer-in-Charge. The contractor shall then execute installation of earth plate in the presence of
authorised MES representative. Charcoal dust and return filling shall be done in layers not exceeding
150 mm thick each layer properly watered and rammed. Surplus spoil shall be removed away and site
left clean and tidy.

15. TESTING

Refer Para 19.14.6 of MES Schedule Part I. The work will be completed only after such testing
and the record of such testing will be certified as satisfactory by Engineer-in-Charge and shall be signed
by the Engineer-in-Charge and contractor jointly. The contractor at his own cost shall provide all
instruments, material and labour required for testing.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 222

PARTICULAR SPECIFICATIONS (CONTD……)


(INTERNAL ELECTRIFICATION)

16. RECORD DRAWINGS


On completion of work, the contractor shall supply the following record drawings on tracing
cloth: -

(a) Plan showing position of lights, switches, sockets, fans and circuits as per symbols
adopted in contract drawings.

(b) All the outlets marked with circuit number to which belong.

(c) Typical section indicating mounting heights etc adopted.

(d) Any other connected details required by GE / Engineer-in-Charge shall be incorporated in


these drawings.

……………………………………
(Signature of Contractor) Asst. Dir (Contracts)
Dated………………………… For Accepting Officer

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 223

PARTICULAR SPECIFICATIONS (CONTD……)


(SITE CLEARANCE AND EARTHWORK)

1. GENERAL

Specifications for earth work, brick work, PCC block masonry, random rubble masonry, concrete, Steel
and iron work, plaster etc. given here-in-before shall be applicable.

2. SITE CLEARANCE

Site Clearance shall be done in accordance as given in respective part of Schedule ‘A’.

……………………………………
(Signature of Contractor) Astt Dir (Contracts)
Dated………………………… For Accepting Officer

Contd/-…
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 224

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL WATER SUPPLY)

1. SCOPE OF WORK

The extent of work under this contract is as indicated in relevant part of Schedule ‘A’, particular
specification and drawings. All reference to clauses in succeeding paragraph pertains to MES Schedule.

2. GENERAL REQUIREMENT

2.1. The requirement pertaining to materials, conformity with National Building Code, workmanship,
testing, record of installations shall be all as specified in MES Schedule (Clause 18.409 and 18.41).
Laying and jointing of CI/GI pipe shall be in accordance with clause 18.50 to 18.51 of MES Schedule.

2.2. All pipe work shall be laid or fixed to be completely airtight or watertight as specified.

2.3. Testing of pipe shall be carried out as specified in clause 18.48.7 and 18.50.4 of MES Schedule.

3. CAST IRON PIPE AND FITTINGS

Pipes and fittings shall bear ISI mark. Class of pipe shall be as specified in schedule ‘A’. These shall
comply the requirement laid down in clause 18.2.1 to 18.2.4 of MES Schedule.

4. GALVANISED TUBES AND FITTINGS

Pipes and fittings shall bear ISI mark. Grade of pipes shall be as specified. These shall comply the
requirement laid down in clause 18.4.1 to 18.4.2 of MES Schedule.

5. CAULKING LEAD AND SPUN YARN

Shall be in accordance with clause 18.9 and 18.10 of MES Schedule.

6. RUBBER GASKET OF JOINTING

Shall be in accordance with clause 18.11 of MES Schedule and shall conform to IS 5382.

7. SLUICE VALVE

Shall conform to IS 14846 to 2000 and shall bear ISI mark, fixing of sluice valve shall be done in
accordance with clause 18.57 of MES Schedule.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 225

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL WATER SUPPLY)

8. VALVE PITS

Valve pits shall be constructed with the following specification read in conjunction with the specifications
given here-in-before and as shown in drawings: -

(a) Excavations and earth : Hard/dense soil, soft/disintegrated rocks


work

(b) Foundation : PCC 1:2:4 type B-2, using 40 mm graded shingle.

(c) Bed/Floor/copings : PCC 1:2:4 type B-1, using 20 mm graded shingle.

(d) Masonry work : PCC block 1:3:6 type C-1 masonry in CM 1:6

(e) Rendering : Internal surfaces of valve pit and 15 cm below GL


on external surface shall be rendered 10 mm thick
in CM 1:4 mixed with water proofing compound.
External surfaces of valve pits below 15 cm shall be
pointed flush as the work proceeds.

(f) Steel iron work : As shown in drawing.

(g) Painting : All surface of steel and iron work in contact with
brick work /concrete shall be treated with tar
before fixing the same in position. All other steel
and iron work shall be painted two coats of
synthetic enamel paint over a coat of primer.

9. Making connection of GI Distribution with CI/GI Main shall be as specified in MES Schedule,
Clause 18.59.

10. Cutting of GI Pipeline, Fixing water meter and stop valve shall be as specified in clause 18.63 to
18.66 of MES Schedule.

11. Centrifugal pump provided for disposal of rain water shall be of specification as described in
Schedule ‘A’.

12. TUBE WELL BORING

12.1 SCOPE OF WORK : The works shall be executed all as mentioned in schedule `A’, specified
hereinafter, building specifications and as directed at site. The quoted rates of the contractor
shall be deemed to include the complete cost of materials and labours, T & P, testing
apparatuses & allied works etc required to complete the works & all processes to the entire
satisfaction of the GE.

12.2 Boring shall be done as per IS – 2800 (Part I & II) – 1979.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 226

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL WATER SUPPLY)

12.3 It is mandatory on part of the contractor to carry out the resistivity test / survey for the location
of drilling site. The contractor will inform the date of resistively survey to Engineer-in-Charge
and the resistivity shall be got done in the presence of Engineer-in-Charge. The contractor will
not be allowed to commence the drilling unless the resistivity test & survey report is submitted
by the contractor to Engineer-in-Charge for his reference and approval of site/locations of drilling
bore(s) approved by the GE & Engineer-in-Charge. The contractor’s quoted rates in Schedule
`A’ items are deemed to include the cost of resistively survey and field test of each bore hole(s).

12.4 The entire assembly shall be installed & fixed in true vertical positions. The verticality of the
wells(s) shall be tested up to a depth of 5. 00 meters above the bottom of bore well with latest
Engineering practices with plumb bob, steel circulars gauge etc. Tolerance to confirm to the
provisions as per latest IS. Further verticality of bore well (s) shall be as per recommendation of
pump’s manufacturer. The tests shall be carried out in the presence of Engineer-in-Charge and
signed by both the contractor and Engineer-in-Charge. The contractor shall submit the relevant
test certificate in respect of verticality of each bore to Engineer-in-Charge and cost on this
account shall be borne by the contractor. The Tube well bore(s) not conforming to this
condition/specification shall be rejected and no payment shall be made to the contractor for
rejected/unspecified bore well(s).

12.5 If trial bore found suitable and approved by the GE, the deep bore well shall be made on the
approved location of trial bore & trial bore may be developed to the required deep bore well. If
trial bore is found dry or unsuccessful the matter shall be brought to the notice of the GE. The
drilling machine from location of trial bore either successful or unsuccessful or deep bore well(s)
shall not be removed from the site until depth of the bore well is verified by the GE & approval
or rejection of the trial bore made specifically by GE.

12.6 The abandoned/rejected/dry bore holes shall be filled with soil obtained from the drilling of bore
hole(s) & compacted thoroughly all as directed by the GE & Engineer in charge. All the relevant
information’s like depth of the bore hole, strata position of availability of water etc and with CA
details shall be indicated by the contractor at the site of every unsuccessful/dry bore holes on a
suitable brick pillar built in CM (1: 6) plastered all around in 15 mm thick CM (1: 4) in the
manner as approved by the Engineer in charge the information shall be clearly given & engraved
while the plaster is green & nothing extra shall be paid to the contractor on this account.

12.7 Approach-ability of drilling rig to site of work will be the responsibility of contractor. Department
will not make any extra payment on this account.

12.8 All risk and compensations consequent to accidents on any account whatsoever will be
responsibility of the contractor alone. All losses on account of jamming and breaking of drilling
tools will be responsibility of the contractor. Payment of the bore abandoned on this accounts
will not be made except as specified in clause No 7.10 herein after.

12.9 Water, if required for drilling, shall be made available by the contractor’s own arrangement at his
own cost. Contractor shall make necessary arrangement at his own cost for lifting, carrying or
conveying water to the site of work as required.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 227

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL WATER SUPPLY)

12.10 DRY BORES : Payment for dry bores will be made only if resistively survey has been carried out
showing availability of water at the site and if the bore has been drilled to depth of 60 meters or
above as per direction of Garrison Engineer and even then water is not available.

12.11 It will be responsibility of the contractor to take appropriate precaution during drilling upto
completion of work to protect bore(s) from all damage & avoiding all the mis- happenings at site.

12.12 Suitable 02 Nos Housing clamps for each column pipe hall be provided (projected on either side
of the pipe) & shall be tightened with 02 Nos 16 mm dia nuts bolts & spring washers on each
side of a clamp. The clamp shall be painted with two coats of synthetic enamel paint over a coat
of red oxide primer all as directed. Contractor’s quoted rates in Sch `A’ shall be deemed to
included this provision for the connected items.

12.13 PCC Platform of size 900mm X 900mm X 600mm around each bore well in PCC (1:3:6) type C-2
(using 40 mm graded sand stone aggregate) shall be provided all as directed by the engineer in
charge without any extra cost to department

12.14 The contractor shall not remove the boring machine from the site of bore(s) until the
measurement of the bore is recorded. The spoil of trial bore and boring shall be disposed off by
spreading the same over the ground outside Air Force Area all as directed by Engineer-in-
Charge.

12.15 No payment will be made to the contractor for drilling/boring in case any loss or damage occurs
to the bore(s) due to carving/scouring during drilling or lowering, casing pipes/strainer pipes
or/and slotted pipes assembly or packing of pea gravel etc.

12.16 All risks of accident, jamming and breakage of drilling equipment etc will be contractor’s own
liability. No extra payment will be made on this account in any cases.

12.17 The contractor shall have no claim whatsoever for any precious materials (as decided by GE) if
any recovered from the bores during process of boring or development and it will be the
property of Govt and contractor shall remove the same to the Govt stores.

12.18 All works shall be carried out to the entire satisfaction of Engineer-in-Charge and GE.

12.19 DRILLING OF BORES AND COLLECTION OF SAMPLES

12.19.1 The drilling shall be carried out by approved method so that samples of materials/soil/rock
obtained from bore holes will be obtained in crushed form and not as core as obtained in clay.
Drilling should be carried out through suitable rotary mechanical rig of appropriate capacity.

12.19.2 During the drilling operations sample of the sediments shall be collected at every 3 mtrs
or at the change of litho logy whichever is earlier. The time taken for every 3 mtrs of drilling
shall also be recorded.

12.19.3 The unit rate quoted by the tenderer shall be deemed to include collection and supplying
the samples in suitable polythene Jars duly leveled as stated above to the entire satisfaction of
GE and as directed by him.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 228

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL WATER SUPPLY)

12.20 DEPTH OF BORING

12.20.1 The depth of boring of the tube well at the site is anticipated to be 190 metres below ground
level. The depth may, however, be ordered in writing to be varied by the GE upto a maximum of
30 metres (plus or minus). If suitable water bearing strata is not available in the aforesaid bore
or the boring can not be continued further on account of the type of strata met with, the
contractor shall bore at other site (s) until suitable water strata is met with. All the cost on
account of getting the sufficient water bearing strata is deemed to be included in the rates
quoted by the contractor in respective Sch ‘A’ item.

12.21 CASING/SLOTTED PIPE ETC

12.21.1 Casing and slotted pipes shall be ERW MS pipes conforming to IS 4270-1992 as given in
respective items of Sch ‘A’ and all as approved by the GE.

12.21.2 The pipes of sizes in approved depths shall be lowered in the bore hole centrally and
vertically so that the gravel packing in the annular space is of uniform thickness all around. The
contractor will ensure that all the housing casing/slotted pipes are fixed in perfectly vertical
position.

12.21.3 200mm dia casing pipes may be cut down to suitable lengths and threaded to facilitate in
lowering the casing and connecting to strainer and casing pipes. The casing pipes shall be
thoroughly and securely screwed in the plain socket before lowering in the bore.

12.21.4 The bail plug specified shall be provided if required at the bottom of the bore well
casing and fixed securely. MS screwed bell caps shall be provided at the top of the casing pipe
750mm above the ground level.

12.21.5 The MS casing pipes, plug and strainer pipe etc shall be given outside two coats of
approved bituminous anticorrosive paint before lowering in bores. The surface of the pipes shall
be thoroughly cleaned with wire brush and made free from rust before painting. The Engineer-
in-charge shall approve the surface before paint is applied. The contractors quoted rates of Sch
’A’ are deemed to include this provision.

12.21.6 The casing pipe/slotted pipe shall be screwed at joints with suitable sockets as per Sch ‘A’
welded at each joint to sockets & pipe from the each end of socket all as directed by Engineer-
in-Charge.

12.22 DEVELOPING OF WELLS

12.22.1 The contractor will develop the well by suitable air compressor to ensure that the well is
fully developed. The discharge during development shall be measured at an interval of one hour
and record there of shall be kept by the contractor. The exact time of development shall be
noted and paid under respective items of Schedule `A’. Additional gravel be added as the
development proceeds. The development process may be continued in excess of 24 hours and if
so ordered by the GE taking into consideration the following: -

(a) The discharge ceases to improve at a fixed depression or alternative depression ceases to
improve at constant discharge or the well ceases to absorbs more gravel.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 229

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL WATER SUPPLY)

(b) The water is free from sand and any suspended matter. The water shall be considered
sand free if the sand contents or suspended matter are not more than five parts in million parts
of water by volume within ten minutes of the start of pumping.

( c) The discharge will be measured with a suitable 900 `V’ notch. An approved channel for
the flow of water shall be provided over the ground with suitable baffles to eliminate the
turbulence completely before the water is allowed to flow over the `V’ notch. The rear levels
and working levels of water shall be recorded before commencement and during progress of well
development.

12.23 PEA GRAVEL PACKING AND MEASUREMENT

12.23.1 The pea gravel used will be of sizes, all as mentioned in schedule `A’. The gravel will be
screened thoroughly and washed with water and shall be cleaned, free from any dust/dirt/kankar
or other foreign matter and then poured into the space between the casing pipe and well of the
bores. The gravels will be added allowing it to fill in the cavities around the causing pipe and
well of the bores. The gravels will be added allowing it to fill in the cavities around the casing/
strainer pipe, while pumping out the water during development, pea gravel will be further added
to make up the loss due to development until further gravel adding is not possible.
12.23.2 The pea gravel of specified sizes shall be brought to the site and neatly stacked. Before
using the screened gravel for packing purpose, it shall be measured in boxes on level ground at
the work site and recorded in MB duly signed by both Engineer-in-Charge and the contractor.
The payment shall be made for the quantities calculated on the basis of dia of the bore holes i.e.
250 mm & external dia of casing pipe i.e.200mm+ pipe wall thickness or actual quantities used
at site which ever is less, irrespective of the actual more quantities of pea gravel used for filling
the wells. The pea gravel shall be brought at site in appropriate quantities and filled thoroughly
& completely upto the top of bore holes.
12.23.3 The GI pipe of 50mm bore should be fixed in ground level upto the height of 30cm above
ground level for packing the pea gravel for taking up the shrinkage of level of pea gavel during
compaction.

12.24 The contractor shall be deemed to have himself fully acquainted with the scope of the proposed
works, nature of soil and all matter affecting the execution of work. No claim whatsoever shall be
entertained on account of knowledge on part of contractor in this respect.

12.25 All work shall be carried out in accordance with the latest Engineering practice to the entire
satisfaction of the GE.

12.26 STRATA’s SAMPLES AND RECORD

12.26.1 The contractor shall supply to the Engineer-in-Charge on completion of the tube wells a
complete strata chart of the tube wells in a standard form on tracing cloth all as directed by the
GE showing the following details without any extra cost to Govt for the same as the contractor’s
quoted rates are deemed to include this provision :
(a) Strata change encountered with description and depth with particular reference to size
and grain of sand and the water bearing strata.
(b) Spring level below ground level (aquifer’s with water bearing stratas) opposite which
strainer and slotted pipes have been located.
(c) Strata against which blind/plain pipe have been located.
(d) Position of joints in slotted/blind pipes/housing pipes.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 230

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL WATER SUPPLY)

(e) Diameter of the bores and reduced bores sizes with depth (if any).
(f) Diameter and length of each section of bore well casing and strainer pipes.
(g) The quality of gravel initially poured in the well and quality of gravel added during
development depression.
(h) Yield test and duration of development operation and working level, prevalence of sand
etc.

12.26.2 After completion of the bore well drilling, the bore should be checked by electro logging
system by CGWB or other authority to check the discharge of the strata as well position of the
strainer. The electro logging chart/graph should be handed over by the contractor to the
Engineer-in-Charge and contractor’s quoted rates are deemed to include this provision.

12.27 TENTATIVE LAYOUT FOR LOWERING OF CASING STRAINERS PIPES/ASSEMBLY IN BORE WELL

12.27.1 Before lowering length of pipe in the tube well, the contractor shall submit a tentative
layout plan on a paper with his recommendation for location of MS plate and strainers, bail plug
and the casing pipes, which in his opinion would give the desired yield and obtain approval of
the Engineer-in-Charge/GE in writing which shall be the basis of the final drawings on tracing
cloth as specified above which shall be signed by both contractor and the Engineer-in-Charge.

12.28 TESTING

12.28.1 On satisfactory completion of development, Yield-test of the completed well shall be


taken. For this purpose, the contractor shall undertake pumping, starting from 25% of
anticipated. Yield gradually increasing the rate of pumping every half an hour and recording
depressions and corresponding time taken in recoupment. The rate of pumping in this manner
will be increased to a stage when the depression will not fall further and corresponding out put
will be taken as yield of the well.

12.28.2 The contractor shall provide the specified yield from the tube well for continuous 08 hours
pumping against a depression of not more than approx 5 meters beyond the test level. The
yield will be measured by means of over a `V’ notch or venturimeter apparatus as approved by
GE.

12.28.3 Sample of water shall be taken from the tube well (after development) in presence of the
contractor and shall be sealed in a clean container duly signed by the contractor and Engineer-
in-Charge. The sample of water so obtained shall be sent to any of the Govt. recognized
laboratory for testing the quality of water and to confirm that the water drawn from the tube
well in potable water and fit for human consumption.

12.28.4 The cost of above test shall be included by contractor in relevant items of Schedule `A’.

13. SLUICE VALVE/NON RETURN VALVE


13.1 Sluice valves shall be all as mentioned in Schedule `A` and conforming to IS-780, class PN-1
flanged ends and drilled. Make : Kirloskar or of superior quality as approved by GE.

13.2 Sluice valves shall be provided as specified in clause 18.57 of SSR-Part I (1991).

13.3 Non return valve shall be ISI marked and all as specified in Schedule `A'.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 231

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL WATER SUPPLY)

14. CAST IRON PIPES AND FITTINGS

14.2 Cast iron fittings shall be conforming to IS-1538 (Part I to XXIII) – 1976. The fittings shall
withstand the hydrostatic test pressure of 25 Kg/cm2 without showing any leakage, sweating or
defects of any kind.
14.3 Relevant clauses of section 18 of MES schedule Part-I (1991) shall also be referred strictly for
cast iron pipes and fittings. For laying, fixing, jointing and testing of pipes clause 18.41 to 18.48
refers.

14.4 Caulking lead for joints shall be conforming to IS-782-1978 as specified in clause 18.9 of SSR-
Part-I. The spun yarn used in joints shall be of hemp and of good quality. It shall be free of oil,
tar or greasy substances and shall be of sterilized quality.

14.5 Rubber gasket for joints shall comply with the requirement of IS-5382-1985. It shall be free
from extractable substances which impart-taste, smell or toxicity to water.

15. CUTTING OF CAST IRON PIPES IN POSITION

15.1 Cutting of existing pipes for inserting valves/fittings etc. shall be done in neat and workman like
manner without damage to the pipe, so as to accommodate the fittings properly and to leave a
smooth end at right angle to the axis of pipe. The rates quoted by the contractor includes the
cost of necessary excavation and earth work, all T&P and arrangements required at site,
dewatering of pipe line, cutting & removing the pipe length retrieved from cutting to MES store
and marking good the damaged pipe lines/disturbed surfaces to match with the existing one all
as directed by Engineer-in-Charge.

16. SUBMERSIBLE PUMP SETs

16.1 Submersible pump sets shall be suitable to meet the requirement of Schedule `A'. The model of
the pump shall be as recommended by the manufacturer for the Schedule `A' requirement. The
contractor shall submit all the relevant documents i.e. literature/catalogue of pump he want to
use in the work alongwith manufacturer recommendations and flow chart/performance curve of
recommended pump & motor. The model of the pump and motor shall be got approved by the
contractor from the GE before placing ordered on the manufacturer / supplier.

16.2 Testing of the pump set shall be done by the contractor to the entire satisfaction of the
Engineer-in-Charge and all the T&P / resources for testing the pump set shall be arranged by the
contractor without any extra cost to Government.

……………………………………
(Signature of Contractor) Astt Dir (Contracts)
Dated………………………… For Accepting Officer

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 232

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL ELECTRIFICATION)

1. SCOPE OF WORK

The extent of work under this contract is as indicated in relevant part / section of Schedule ‘A’, particular
specification and drawings. All reference to clauses in succeeding paragraphs pertains to MES Schedule
Part-I. The layout of conductors / cable, route shall be as directed by the Engineer-in-Charge.

2. GENERAL REQUIREMENT

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

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

3. Conductors. Shall conform to relevant IS specification and as given in MES Schedule. Laying of
Conductor should be as per clause 19.56 to 19.66 of MES Schedule.

4. BEARER WIRE

Shall conform to clause 19.11 of MES Schedule.

5. ISOLATORS, EXPULSION TYPE FUSES AND LINE CONNECTORS

Shall conform to relevant IS and as mentioned in Clauses 19.15 to 19.18 of MES Schedule.

6. MCB (MINIATURE CIRCUIT BREAKER)

These shall be of utilisation category M-9 with 9 KA breaking capacity as per IS-8620 with amendment
suitable for use on 240/415 volts AC 50 HZ supply termination of aluminum cables and fixing
arrangement on DIN channel and housed in dust proof stove enameled steel sheet enclosure of 1.6 mm
thickness with facility to operate MCB without opening enclosure with IS mark or make as per Appendix
‘B’.

7. PANEL BOARD

7.1 The bus bars for phases and neutral shall be identified with colour code, supported property with
adequate clearance.

7.2 Incoming and out going cable will be identified with arrow marks and the name of circuit on
each out let will be written in front and rear of panel board. Connection between bus bars and individual
switch unit of more than 63 Amps will be made with solid conductor. Bus bar and connection from bus
bar to incoming should be inaccessible when the door of switch are opened for renewal of fuses etc.

7.3 All screws, bolts and uts which secure current carrying parts to the panel will be of brass, copper
or similar rust proof materials. The base plate of cable chamber will be of large size to accommodate all
cable glands intended for outgoing cables.

7.4 The fixing of ammeter, voltmeter, indicating lamps will be in such a way so that these should not
come above the face of bus bar chamber.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 233

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL ELECTRIFICATION)

7.5 There will be no any unused opening/holes in the panel board, if it, then these will be sealed by
non inflammable material.

7.6 The drawing of electrical panel be got approved by Engineer-in-Charge/GE before incorporation
in the work.

7.7 Outdoor LT panel (feeder pillar) should also confirm to following :-

(a) The following provisions of IS : 5039 of 1983 should be complied with in fabrication of
enclosure for out door LT panel :-

(i) It shall be made from a suitable material to with stand rough usage and weather.
If fabricated out of MS sheet, the thickness of the sheet shall be at least 3.15 mm.

(ii) The top of the feeder pillar shall be fitted with a sloping canopy design of which
shall be such that rainwater shall not accumulate on top.

(iii) They will have a set of double-hinged doors at the front. Similar doors shall be
provided at the back, if required and specified. The doors shall be fitted to provide the
interior the maximum protection from atmospheric conditions. The hinges shall be of
such construction that the doors can be swung open by not less than 1500. In addition
the hinged design shall permit doors being removed completely if necessary. The base
horizontal member shall be completely removable to facilitate cable jointing.

(iv) The doors shall be provided with suitable locking arrangements.

(v) The outdoor LT Panel shall be suitably protected against corrosion.

(vi) The type of enclosure of out LT Panel shall be able to provide degree of
protection IP 43, in accordance with IS : 13947 (Part-I).

(b) All other points as mentioned for cubicle type panels should be completed with for
outdoor panels also.

(c) A bayonet lamp holder complying with IS-1258-1279 with a tumbler switch complying
with IS-3884-1966, a three pin plug and socket complying with IS-1293-1978 with necessary
fuse and wiring shall be provided inside the pillar on the front bottom portion of the shell near
the neutral bus bar.

8. CABLES (LT, HT & XLPE CABLES)

Refer Para 19.19 of SSR Part-I. These shall be an approved product of BIS having ISI certification
mark.

9. CABLE JOINTS

Refer Para 19.22 & 19.85 of SSR Part-I. These shall be an approved product of BIS having ISI
certification mark.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 234

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL ELECTRIFICATION)

10. TESTING

All the external electrification shall be tested as per IS provisions to the entire satisfaction of Engineer-
in-Charge and test result shall be submitted duly signed by the contractor/Engineer-in-Charge. Layout
and schematic diagram showing sizes, length, and capacity of conductor, cable and equipment shall be
prepared on tracing cloth and submitted by contractor. No extra payment shall be paid on account of
above provision to contractor.

11. STEEL TUBULAR POLES

These shall conform to relevant IS specification and mentioned in Clause 19.3.1 to 19.3.6 of MES
Schedule Part I. These shall be erected as specified in schedule ‘A’, particular specification and as shown
on drawing.

12. POLE FITTING AND CROSS ARMS

Insulator and Insulator fittings shall conform to relevant IS specification and as given in MES Schedule.
Steel cross arms shall be of angle or channel section as given in drawing and shall be provided as per
clause 19.53.1 to 19.53.3 of MES Schedule Part I.

13. STAY WIRE AND STAY WIRE ASSEMBLIES

These shall conform to relevant IS specification and as giver in clause 19.7 to 19.8 of MES Schedule
Part I. These shall be executed as given in clause 19.55 of MES Schedule Part I.

14. STREET LIGHT FITTINGS

14.1 Refer para 19.42 of MES SSR 2009 (Part-I). These shall be an approved product of BIS having
ISI certification mark.

14.2. Mounting bracket for street light fittings shall be fabricated from 32 mm bore galvanised steel
tubing light grade. Overall length of the bracket shall be 1.2 M. Bracket shall be bent to shape as shown
on typical drawing or as directed by Engineer-in-Charge.

14.3. Bracket for street light shall be fixed to poles with clamps of Flat iron 50x6mm, nuts and
washers, clamps shall be painted with two coats of synthetic enamel paint over a coat of primer.

15. EARTHING

Unless otherwise specified in Sch ”A” or elsewhere, Earthing shall be provided all as per Electrical Plate
No. 3 of SSR Part I given on page No. 19-49, including necessary earthwork and excavation, PCC 1:2:4
type B1 chamber, galvanized mild steel light grade, 15 mm dia. protection pipe with 4 mm dia.
galvanized mild steel earth wire, PGI sheet 1.25 mm thick funnel for water, GI wire mesh, GI pipe 20
mm dia. for water (light grade) , salt coal dust, angle iron frame made out of mild steel angle 30x30x5
mm thick, duly painted with two coats of synthetic enameled paint over one coat of primer red oxide ,
RCC 1:2:4 Type B-1 pit cover 50 mm thick duly reinforced with MS 6 mm dia. bars @ 150 mm c/c both
ways or as described in relevant item of Sch ‘A’, surplus soil shall be disposed at a distance not
exceeding 50 m away. The unit rate for earthing shall include thee above provisions. Earth shall give
required test results to the satisfaction of Engineer-in-Charge

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 235

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL ELECTRIFICATION)

16. DANGER NOTICE PLATES

Refer Para 19.18 of SSR Part-I. These shall be an approved product of BIS having ISI certification
mark. Danger Notice Plate shall be IS-2551-1982.

17. LIGHTENING ARRESTOR

Refer Para 19. 13.2 of SSR Part-I. These shall be an approved product of BIS having ISI certification
mark. Lightening Arrestor shall be ISI-3070 (Part-3) 1993 or latest edition.

18. GANG OPERATED AIR BREAK SWITCHES

Refer Para 19.69 of SSR Part-I. These shall be an approved product of BIS having ISI certification
mark.

19. ANTI-CLIMBING DEVICE

Refer Para 19.72.1 of SSR Part-I. These shall be an approved product of BIS having ISI certification
mark. Isolator shall be ISI-278-1969.

20. STAY ASSEMBLY

Refer Para 19.8 of SSR Part-I. These shall be an approved product of BIS having ISI certification mark.
Isolator shall be ISI-9921-1985.

21. POWER CABLES

21.1 The tenderer shall submit complete test certificates giving full particulars/specifications of
cable, constructional details and maximum continuous current carrying capacities in ground, air
and induct alongwith standard design conditions. It shall be guaranteed by the tenderer that the
cable offered by them shall be of specified sizes/makes and shall carry normal load as well as short
circuit current in the event of any fault at ground conditions of Bareilly

211.2 All cables shall be as mentioned in Schedule `A' and shall be laid/fixed and tested in
accordance as specified in clause 19.73 to 19.86, 19.91 and 19.93 of SSR 2009 (Part-I).

21.3 Wherever cables will be crossing or running parallel to existing telephone cables, suitable
measures will be taken and distance will be observed as per latest IS on the subject.

22. MILD STEEL GALVANISED TUBING

22.1 These shall be provided as mentioned in Schedule `A' and as directed by the Engineer-in-
Charge. Mild galvanized tube / pipe shall comply with IS-1239.

23. PAINTING

23.1 All steel part of HT/LT switch gears and other accessories shall have undergone a rigorous rust
proofing process before painting. They shall be treated with high corrosion resistant primer and finally
painted with synthetic enamel paint of grey tint.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 236

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL ELECTRIFICATION)

24. TESTING AND COMMISSIONING OF EQUIPMENTS AND INSTALLATIONS

24.1 The testing and commissioning of all electric equipments at site shall be carried out
according to clause 19.97.1 to 19.97.9 of MES Schedule (2009) Part-I and the procedure laid down
below.

24.2 All equipments shall be tested, installed and commissioned in accordance with the latest
relevant standards and codes of practices published by Indian Standards Institution wherever
available and stipulations made in relevant general specifications. In case Indian Standards are not
available, these shall be carried out in accordance with latest standards and code of practice published
by other recognized National Standards Institutions or latest publications of International Electro
Technical Commission (IEC).

24.3 The testing of all electrical equipments as well as the system as a whole shall be carried out
to ensure that the equipments and its components are in satisfactory condition and will successfully
perform its functional operation. The inspection of the equipment shall be carried out to ensure
that all materials, workmanship and installation construction standard well as accepted, codes of
practice and stipulations made in the relevant general specification.

24.4 All test shall be carried out by the contractor using his own instruments, testing equipments
as well as qualified testing personnel.

24.5 The results of all tests shall conform to the specifications, requirements as well as any
specific performance date guaranteed during finalization of the contract.

24.6 At site all equipments shall be energized only after certification by the personnel performing
the test that the equipment is ready for energizing.

25. PREPARATION OF PLANT FOR COMMISSIONING

After completion of the installation at site, for the preparation of plant for commissioning, the
tenderers shall carry out checking and testing of all equipments and installation in accordance with
agreed standards code of practice of Indian Standards Institutions and specifications/instructions
furnished by the particular equipment supplier as will as purchaser.

26. TAKING OVER OF EQUIPMENTS INSTALLATIONS

If the tests of equipments/installations as described herein before do not show satisfactory results, the
contractor shall at his own expense rectify / replace the defective installation or any part thereof as
directed by the GE within one month. The decision of the GE shall be final and binding in this regard.
The installations shall be retested after rectification/replacement of the defective parts. The installation
/ equipments shall be finally taken over after the contractor gives a satisfactory result certified by the
GE.

27. LITERATURE ETC.

Tenderer shall submit technical literature/ catalogue of transformer and any other equipment as desired
by the GE.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 237

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL ELECTRIFICATION)

28. GUARANTEE

The contractor shall furnish a written guarantee for soundness, satisfactory performance and efficient
working of equipments supplied and installed by him to cover a period of 12 months from the
certified date of completion. During this period any defects noticed in the working of the item of work
due to incorrect installation, adjustment or manufacturing defects and faulty workmanship, shall be
made good by the contractor at his own cost and expenses.

29. TEST CERTIFICATES

The contractor shall furnish the test certificate from the manufactures of all the equipments,
instruments, materials and accessories to GE being incorporated in the work in accordance with the
relevant ISS.

30. LAYOUT

30.1 Layout of cables, Bus bar arrangements, etc are tentative. Exact layout and position of switch
yard structure shall be as directed by Engineer-in-Charge.

31. EQUIPMENTS MATERIALS AND SAMPLES

31.1 All the equipment and material to be incorporated in these work services shall strictly comply
with the latest appropriate Indian Standard specifications (ISS) or if ISS has not been issued they shall
comply with current relevant standards. The work shall be carried out as per the provision of IS Rules
and ISS as applicable.

31.2 Tenderer shall clearly specify the IS/BS specifications to which each equipment offered by him
shall be manufactured or have been manufactured.

31.3 Samples of the all the materials will be supplied by the contractor to GE for his approval within
30 days of issue of work order
31.4 Materials/accessories for which makes have not been specified shall be of standard makes and
shall strictly comply with current appropriate ISS where ISS has not been issued, they shall comply with
current BIS.

31.5 All similar equipment and similar material and accessories shall be of the same make and origin
shall be inter changeable with each other. The Tenderer shall forward the illustrative pamphlets
/technical detailed literature of the equipment and clearly specify the makes ( out of makes mentioned
above) along with his offer.

31.6 Samples of equipment / material are not however, required in respect of major items like
transformers, HT/LT switch gears Bus ducts. Battery equipments, switches, provided that the approval
of GE is obtained in respect of make and type and ISS as specified in the contract documents

31.7 The contractor after obtaining written approval of samples from GE shall obtain equipment and
materials from the approved manufacturer or through his authorized distributor only. As a proof that the
particular equipment / material is obtained from the manufacturer or his authorized dealer, the
contractor shall produce such evidence to the satisfaction of GE. The materials shall be brought at site
with maker’s original packing with seal intact.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 238

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL ELECTRIFICATION)

31.8. The contractor shall proceed with the work only, after approval of samples in writing by the GE
and approved samples shall be labeled as such and signed by both contractor and GE and kept in
custody of the GE till the final completion of the work. The major equipment material such as
Transformers, HT switch gears MCCB, Isolators, Batteries. Lightning arrestors, HT/LT cables, aluminium
conductors etc shall be got approved from the GE in writing before erecting. The equipment / material
shall be designed to withstand prevailing climatic condition at Bareilly, without effecting to life and
operation of equipments.

32. STANDARD OF QUALITY AND WORKMANSHIP

32.1 The supply and installation of all electrical equipment and accessories shall strictly comply with
provisions contained in the latest edition of Indian Standard code of practice/specifications as applicable
to above mentioned works, except where such regulation and rules are modified by these specification.

32.2 Refer condition 25 of General conditions of contracts IAFW-2249 All electrical work shall be
carried out by properly skilled and electrical supervisors / engineers. The contractor shall, on demand by
the Engineer-in-Charge, produce such evidence of qualifications of his workmen / supervisors /
engineers, either at commencement of work or at any time thereafter during the currency of the
contract again required by Engineer-in-charge. The entire work shall be of high class with the best
workmanship and to the entire satisfaction of GE / Engineer-in-Charge.

32.3 The H.T switch gears, transformer, cables, DC battery-cum charging equipment accessories, etc
incorporated there in shall be capable of giving satisfactory operation under the climatic conditions at
Bareilly.

32.4 The equipment called for in this contract/required for are an important Defense Installation
where continuity of services is very essential. The design and manufacture of the equipment and the
materials / accessories used therefore, shall be of highest standard to ensure continuous and trouble
free services.

33. DANGER BOARDS/SIGNS

33.1 Danger boards shall be fabricated out of 1.6 thick MS sheet, vitreous enameled white of size
given in Sch A . The letters, figures, conventional skull and bones will be in signal ‘RED’ colour on the
front side. The rear side of plate shall also be enameled. Except the modifications mentioned above the
Danger boards shall comply with the requirements of IS-2551-1963 or latest edition.

33.2 HT switchgears and transformers and steel structures for 33 KV/11 KV installed in the outdoor
type sub station will be provided with MS sheet danger boards. These will be fixed on the equipment
with four numbers GI bolts, nuts and washers.

33.3 HT switchgears, battery charging panel, 33 KV control etc installed inside the building will be
provided with panel PERMACLL Make danger signs manufactured by M/S Johnson and Johnson.

33.4 Rates for both as mentioned in clause 40.2 and 40.3 shall be the same ,accordingly the
contractor shall quote the rates for relevant item in Sch A. Only one number danger board / sign will be
provided on each switch board, eqpt, pole, transformer etc as directed.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 239

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL ELECTRIFICATION)

34. HT / LT CABLES AND CABLE WORK

34.1 33 KV 3 Core cables XLPE insulated with aluminum conductors and shall conform to IS : 692-
1973 or latest version thereof. These cables shall be suitable for earthed system. The aluminum
conductors used for cables shall conform to IS: 1753-1967 or current edition.
Note: Wherever 11KV is mentioned in the tender documents, it shall be read as 33KV.

34.2 The cables HT shall carry normal load as well as short circuit current in the event of any fault.

34.3 The work of underground cables shall be carried out as specified in IS : 1255 -1967 or latest
edition and as described in section 19(Electrical works section) sub class 19.74 to 19.82 and 19.83 to
19.87 of MES standard Schedule of Rates all zones. The cable under road crossings railway tracks etc
(existing or proposed) shall be enclosed in GI pipes. The sizes of the pipes shall be decided by the
Engineer-in-charge as described in Sch ‘A’ size of the pipe shall be such that the suitable space alround
the cable is available. The pipe shall be provided throughout the width or roads/Railway/tracks/drains
and extended for 1200mm either side of the road/railway track level. The joints of GI pipe shall be as
specified in standard schedule of rates 2009 (Part I specifications). The two ends of pipes shall be
sealed with wooden bush and sealing compound. Nothing extra shall be paid on this account and
tenderers are advised to visit the site before the quoting their rates.

34.4 Where the cable are to be laid in the trenches, a 80 mm thick cushion of clean dry sand shall e
provided below the bottom of cable. The cable shall be covered by a further layer of clean in SSR 2009
Sch ‘A’. The bricks PCC cover for covering the cables shall be as specified herein before. The bricks/PCC
cover shall be laid flat (width of protection being equal to length of brick). After the layer of brick cover
is laid the remaining trenches will be filled with excavated earth all as specified in Schedule ‘A’.

34.5 The cable shall be snaked to provide a 4 meters length of cable for future joints at all straights
joints(both side of the joint ie. 4 meters on each side) of cable laid in trenches and 2 meters lengths at
terminal cable boxes. The above additional length of cable specified for snaking shall also be measured
and paid for under the respective items of cable in Schedule ‘A’ laying brick cover and sand cushion at
places where cables are snaked, shall be done as directed by the GE. No price adjustment shall be
made for variation in quantity or connected (allied) items like sand cushion sand cover and brick layer,
excavation and earthwork, etc.

34.6 Where the cables run vertically they shall be firmly fixed with flat iron clamps as directed by the
Engineer-in-charge at one metre centre to centre alongwith the support.

34.7 Cable path indicators shall be provided at distance of every 100 metres and at cable joints and
turning of all cables excepteror street light cables and 2 core cables. Cables path indicators shall be of
CI plate, indicating cable size voltage and sub station/building number to which it is feeding carved on
it, welded to 40mm x 40mm x 6mm angle irons bent to shape as shown on drawings. The height of the
cable path indicators above ground level shall be as shown on drawings. The cable path indicators shall
be erected at the time of refilling the trenches and the path shall be painted as under :-

(i) For HT 11 KV Cables- ‘BROWN’.

NOTE: - The cost of cable indicators shall be deemed to be included in the rates quoted in
Schedule ‘A’ for cables.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 240

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL ELECTRIFICATION)

34.8 All jointing materials for thermo fit (heat shrinkable) type jointing of cables (11 KV grade
cables) as specified in clauses of particular specification for straight through joints shall be deemed to
be included in the rates quoted for these cables in the schedule ‘A’ by the contractor.

34.9 Layout of HT cables shown in the drawings is for guidance only. The contractor shall, however,
verify the cable lengths actually required at site before procurement of the same.

35. CABLE TERMINATION AND JOINT KITS

Refer Para 19.22 and 19.86 of SSR Part I. These shall of indoor/ out door type as indicated in Schedule
‘A’.

36. SPECIAL EARTHING FOR SUB STATION EQUIPMENTS

36.1 Earthing shall generally conform to the requirements of IS : 3043-1987 (Code of practice for
earthings) or latest edition and IE rules.

36.2 The contractor shall obtain approval of Engineer-in-Charge for layout of earthing before
commencement and shall be executed in the presence of his representative. Excavation shall be passed
by Engineer-in-Charge before filling.

36.3 The dimensions of plate earth electrode shall be 600mm x 600mm x 6.3 mm and shall be placed
vertically. The plate electrode shall be surrounded with charcoal dust and common salt mixture to a
packed thickness of 300mm around plate ie. Below, above and outward on all sides. The earthing shall
be executed as shown in electrical plate No 5 of MES standard schedule of Rates 2009 (Part I
specifications) except modifications mentioned in these particular specifications and Sch ‘A’.

36.4 The charcoal dust and common salt mixture and return filling shall be done in layers not
exceeding 15cm and shall be properly watered and rammed. Surplus spoil shall be disposed of and site
left cleared on completion.

36.5 The link shall be provided in the circuit of each pit, at a suitable point to be approved by the
Engineer-in-Charge for carrying out resistance measuring test. The earth resistance of the whole
system shall be as near as possible to zero but shall not in any case exceed one Ohm.

36.6 As for as possible joints in the copper earthing strips shall be avoided. But wherever it is
absolutely necessary prior permission of engineer-in-charge in writing be taken. While jointing copper
strips shall be properly cleaned. Straight joint shall overlap 50mm. All joints shall be riveted (using 6mm
dia copper rivets in two rows with 2 Nos. rivets in each row) and then soldered welded on all the four
sides and to full length of joint.

36.7 Concrete chamber including coping shall be PCC 1:2:4 mix using 20mm graded stone
aggregated. All internal surface of concrete chamber shall be given 12mm thick plaster in cm (1:4)
finished fair without using extra cement. Funnel in the chamber shall be with wire gauge (of 22 gauge,
9 meshes per linear inch). The frame for earth pits shall be of MS with RCC cover, the other details are
shown in the drawings and described in the Schedule ‘A’.

36.8 Common salt and charcoal dust as available in the market shall be used for earthing.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 241

PARTICULAR SPECIFICATIONS (CONTD……)


(EXTERNAL ELECTRIFICATION)

37. PRODUCTION OF TEST CERTIFICATE

Manufacturer’s test certificate in respect of cables and transformers, poles, HT / LT cables, Gang
operated air break switches, and other equipments are to be submitted to the EIC by the contractor
before submission of Running payment / Final bill.

38. PLATFORM FOR TRANSFORMER

Refer drawing listed in list of drawings/specified in Schedule “A”. Unless specified otherwise elsewhere
Platform for Transformer shall be constructed in location as decided by Engineer-in-Charge and as per
details shown in drawings to the following specifications read in conjunction with specifications given
herein before:-

S. Nomenclature Specifications
No.
(a) Excavation and earth work In any type of soil and disposal of surplus soil to a
distance of 500 M and spread and leveled
(b) PCC in foundations 1:3:6 type C-2
(c) Brick walls / Dwarf walls Brick work in cement and sand mortar 1:4
(d) All RCC works RCC, M-25 (Design mix)
(e) Brick bats filling These shall be of gauge not exc. 63 mm.
(f) PCC in any location not PCC 1:2:4 Type B-1
specified elsewhere
(g) Rendering On all exposed faces 15 mm thick plastering in CM 1:6
upto 150 mm below ground level.
(h) Wicket gate As shown on Drg No. CEBZ/TD/002 sheet 1/1 amended
upto date.
(j) Barbed wire fencing Barbed wire fencing shall be 1400 mm high all as shown
in drg No. TD/090 sheet 1/3 to 3/3 and all as directed by
GE.
(k) All other works As per drawings
(l) Bearing Plaster 15 mm thick 1:4 top finished even and smooth and
proving building paper
(m) Reinforcement Reinforcement steel shall be high strength deformed
bars Fe-500 grade.
(n) Ramp All as shown on drg and specified here-in-before.

……………………………………
(Signature of Contractor) Asst. Dir (Contracts)
Dated………………………… For Accepting Officer

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 242

PARTICULAR SPECIFICATIONS (CONTD……)


(SEWAGE DISPOSAL)

1. GENERAL

Specifications for earthwork, Brick work, concrete, steel and iron work, plaster etc given herein before
shall be applicable.

2. EXCAVATION AND EARTHWORK

Irrespective of the width of trenches for the pipes excavated, the width for the purpose of payment shall
be the authorised width as defined in clause 3.2 of MES Schedule (Part-I). Other requirements specified
hereinbefore and in the MES schedule as applicable shall be complied with.

3. RCC Pipes
3.1 Reinforced concrete pipes for drains and culverts shall be non-pressure type, class NP2 or
class NP3, as indicated; and shall conform to IS 458-2003. Specification for concrete pipes with or
without reinforcement. Bends, junctions and specials shall be of cast iron and of suitable size.
Note : Class NP2 Pipes are recommended for culverts carrying light traffic and Class NP3 for
culverts carrying heavy traffic.

3.2 The ends of concrete pipes shall be suitable for butt end joints. The butt ends shall be
prepared for collar joint with grooves. The pipe joints shall be capable of withstanding the
same pressure as the pipe.

3.3 Concrete pipes shall be straight and free from cracks excepting craze cracks. The ends
of pipes shall be square with their longitudinal axis so that when placed in a straight line in the
trench, no opening between ends in contact shall exceed 3 mm in pipes upto 600 mm diameter
and 6 mm in pipes greater than 600 mm in diameter. The outside and inside surfaces of the
pipes shall be smooth dense and hard and shall not be coated with cement wash or other
preparation. The pipe shall be free from defects resulting from imperfect grading of the aggregate,
missing or moulding. Pipe shall be free from local dents or bulges greater than 3 mm in depth
and extending over a length in any direction greater than twice the thickness of barrel.

4. TESTING

Drains and sewers shall be tested as per clause 18.79 and 18.79.2 to 18.79.5 of MES Schedule and its
record shall be maintained.

5. MANHOLE (REFER DRAWING NO. TD-270)

Manholes shall be built as per the relevant items given in the respective Part of Schedule ‘A’ and as
shown on drawings or specified herein after.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 243

PARTICULAR SPECIFICATIONS (CONTD……)


(SEWAGE DISPOSAL)

6. SEPTIC TANKS BRICK CONSTRUCTION (REFER DRAWING NO. TD-217 AND TD-217A)

Septic tanks shall be built to the following specifications and as shown on drawings: -

(i) Excavation / : As shown on drawing and in any type of soil. The surplus spoil
Earthwork. be disposed off to a distance exc 50 metres and not exceeding
100 metres.

(ii) Foundation bed : PCC (1:2:4) type B2 over rammed earth. floor shall be finished
and floor with 20 mm thick water proof cement plaster in cement mortar
(1:3) (The cement mixed with an approved water proofing
compound as per manufacturer’s instructions) subject to a
minimum of 2% by weight of cement to an even and smooth
surface using extra cement.

(iii) Brick Work : Sewer Brick work in cement mortar 1:4, using sub class ‘B’
bricks.

(iv) Finishes. : 12 mm thick water proofing cement plaster internally in cm (1:3)


finished even and smooth using extra cement mixed with
approved water proofing compound according to the
manufacturer’s instruction subject to a minimum of 2% by
weight of cement. External surface shall be flush pointed as the
work proceeds.

(v) All RCC : M-25 design mix.

(vi) PCC : As shown in drawing.

(vii) Steps. : 20 mm dia mild steel steps 30 cms apart vertically staggered in
situations shown on drgs and painted with 2 coats of bitumen
paint.

(viii) Soil waste and : Cast iron soil/ vent pipe sand cast conforming to IS. Cast iron
Vent pipe. vent pipe 100 mm dia with cowl.

(ix) Sluice Valve : Cast iron sluice valve PN-1 conforming to IS 780 shall be
provided as shown on drawing.

(x) All other details. : As shown on drawings.

NOTE: - Cost of sluice valve, Tee and pipes upto 1.80 m beyond external face of tank wall shall be
deemed to be included in the unit rate of tank.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 244

PARTICULAR SPECIFICATIONS (CONTD……)


(SEWAGE DISPOSAL)

7. Soakage Wells (REFER DRG NO. TD-309)

Soakage wells shall be constructed as per details shown on drawings to the following specifications: -

(i) Excavation / : As shown in drawings and as specified in soft / loose soil. The
Earthwork. surplus spoil shall be disposed off to a distance exceeding 50
metres and not exceeding 100 metres.

(ii) PCC in foundation. : PCC (1:3:6) type C2.

(iii) Brick Work : Sewer Brick work in cement mortar 1:4, using sub class ‘B’
bricks.

(iv) Roof slab : RCC M –25 (Design mix).

(v) Filling. : Brickbats filling of gauge 80 to 150 mm.

(vi) PCC Bands : PCC 1: 2: 4 types B-1.

(vii) RCC Man hole cover : As specified herein before.

(viii) Wall finishes : Plaster where shown on drawings shall be 12 mm thick in


cement mortar 1:6.

(ix) SWG Pipe : SWG inlet pipe as shown on drawings shall be measured and
paid separately (up to 600 mm from the external faces of
staining)

(ix) All other work. : As shown on drawings.

……………………………………
(Signature of Contractor) Asst Dir (Contracts)
Dated………………………… For Accepting Officer

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 245

PARTICULAR SPECIFICATIONS (CONTD……)


(FENCING / BOUNDARY WALL AND GATE)

1. GENERAL
Specification for earth work, concrete works, Brick masonry work, steel and iron work, plaster etc given
hereinbefore for building work herein before shall be applicable for fencing/ compound wall and gate.

2. FENCING POSTS

2.1 These shall be fabricated and fixed in locations as shown in and as decided by the Engineer-in-
Charge. The post shall be fabricated and fixed consisting of the following specifications read in
conjunction with the specifications given here in before and shown in drawings: -

(a) Excavation and Earthwork : Any type of soil.

(b) Foundation : PCC 1:4:8 type D-2 using 40 mm graded stone


aggregate.

(c) Precast RCC Posts : RCC 1:2:4 Type B-1.

(d) Angle Iron Post : Angle iron for fabricating post shall be 65 x 65x
6 mm, Fe-410-O grade, with splitted ends. The
post shall be embedded in block by 550 mm.
Mild steel nibs made out of 4mm dia. wire shall
be fixed to the angle iron post by drilling holes
in angle iron of required size and nibs inserted
into it and bent at 90 degree splitting the nib
ends. The dia. of hole shall not be more than
10mm where the angle iron post is to be fixed
at corners, it shall be supported by angle iron
stay of size 65 x 65 x 6mm. Stay shall be fixed
with 12mm dia. bolts, 50mm long with one nut
and washer.

(d) Painting: - All exposed steel surface shall be applied with two coats of synthetic
enamel paint over one coat of red oxide primer and portion embedded in PCC shall be tarred
before fixing in position.

3. STEEL GATE
These shall be fixed in locations as shown in drawings and as decided by the Engineer-in-Charge. These
shall be fixed consisting of the following specifications read in conjunction with the specifications given
here in before and shown in drawings: -

(a) Excavation and : In any type of soil l including removal of surplus soil to a
Earthwork distance n. exceeding 50 m away and as specified.

(b) PCC Foundation : 1:4:8 type D-2 using 40 mm graded stone aggregate.

(c) Brick masonry work : All Brick masonry work shall be built in CM 1:6 with fly ash
bricks.

(d) PCC bed / copings : PCC 1:2:4 type B-1, using 20 mm stone aggregate.

(e) Rendering : 15 mm thick rendering with cement mortar 1:6

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 246

PARTICULAR SPECIFICATIONS (CONTD……)


(FENCING / BOUNDARY WALL AND GATE)

3. STEEL GATE (CONTD ……)

(f) RCC Column & column : RCC M-25 (Design Mix)


base
(g) Column base : 1:4:8 type D-2, 75mm thick.

(h) Form work to column : As specified for rough finished surface.

(i) MS reinforcement : As shown on drawing & described in Schedule ‘A’.

(j) Cast iron wheel : FG-150 graded cast iron.

(k) MS framed work : As described in Sch ‘A’.

(l) Finishing : (1) All plastered / rendered / concrete surfaces shall be


applied with two coats of cement based paint.

(2) All exposed surfaces of steel shall be coated with two


coats of synthetic enamel paint over one coat of red oxide
primer.

(3) All mild steel articles embedded in PCC / brick work /


in contact with masonry shall be treated with tar before
fixing.

(m) Mild Steel Gate : All members of steel gate shall be of Fe-500 TMT grade.
Irrespective of whatever is shown on drawings, vertical bars
shall be of 16 mm dia. The welding wherever shown /
required shall be 6 mm thick fillet weld. Mild steel hooks
shown in drawing shall be provided to match with the number
of fencing wires and cost of these hooks shall be included in
lump sum cost of gate inserted by department.

NOTES: -
(i) In case the height of gate is specified more in Schedule ‘A’ in such case the height of guard bars
portion shall only to be increased.

(ii) The height of gate pillars shall also be increased proportionally.

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 247

PARTICULAR SPECIFICATIONS (CONTD……)


(FENCING / BOUNDARY WALL AND GATE)

4. COMPOUND WALL WITH SWAN NECK FENCING

4.1 These shall be fabricated and fixed in locations as shown in drawings and as decided by the GE.
Compound wall shall be of following specifications read in conjunction with the specifications given here
in before and shown in drawings.

(a) Excavation and Earthwork : Any type of soil.

(b) Foundation : PCC 1:5:10 type E-2 using 40 mm graded stone


aggregate.

(c) Brick work : Brick work with fly ash bricks In cement mortar
1:4.

(d) PCC bed / copings : PCC 1:2:4 type B-1, using 20 mm stone
aggregate

(e) Rendering : 15 mm thick rendering with cement mortar 1:6.

(f) Finishing : All plastered surface shall be applied with two


coats of cement based paint. Over a coat of
primer.

5. GALVANISED STEEL BARBED WIRE FENCING: Barbed wire fencing shall be provided all as
shown on drawings.

6. CHAIN LINK FENCING: Chain link fencing shall be provided as per respective items of
schedule and as specified in SSR Part-I.

……………………………………
(Signature of Contractor) Asst Dir (Contracts)
Dated………………………… For Accepting Officer

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 248

PARTICULAR SPECIFICATIONS (CONTD……)


(ROAD AND PATH)

1. Excavation and earth work

1.1. Excavation and earth work shall be carried out all as per description of item in Sch `A’.

1.2. Before commencement of excavation or earth filling, the representative of the GE and the
contractor will be required to take the levels jointly, of the existing ground surfaces at intervals as
decided by the GE (the decision of the GE being final and binding in this respect) and plot the same on
longitudinal and cross sections to be prepared by the Engineer-in-Charge. These cross sections shall also
show the proposed formation levels after consolidation and shall be signed by the GE and contractor in
token of their acceptance.

1.3. For the purpose of filling/cutting, the entire area where filling/cutting activity is to be done shall be
divided into grids of suitable sizes and quantities shall be computed by using Simpson’s rule for areas
and primordial formula for computing volumes.

1.4. The earth for filling shall be of PI value less than 20.

2. Rolling Formation Surfaces.


2.1. The formation surfaces.

2.2. Where rolling is not feasible, prior permission of the GE shall be obtained in writing for hand
ramming. The laying of the base course will commence only after the earth formation is approved by
the GE.
Materials: -

3.1 Stones and boulders for soling (sub base) :- Unless otherwise specified in Schedule
‘A’ soling stones shall be sand stone / lime stone / laterite. It shall be broken to size 100 to 150mm.it
shall be of approved quality.

3.2 Aggregates for Water Bound Macadam :- Refer Para 20.A.3 of SSR Part – I.It shall be
crushed or broken at Contractor’s option.Stone shall be of approved quality. Los Angeles, abrasion value
and flakiness Index shall be with in limits given in Para 20.A.3.1 of SSR Part I. Unless specified
otherwise in Schedule ‘A’ Coarse aggregate shall be of grading 1 or grading 2 for 100mm and 75mm
compacted thickness water bound macadam respectively.

3.3 Screening :- Refer Para 20.A.3.2 of SSR PartI.Screening to fill voids in the coarse aggregate of
the same materials as the coarse aggregate.Screening of type “A” AND “b” shall be used in conjunction
with coarse aggregate of grading 1 & 2 or 3 respectively.

4. Drainage of Earth Formation. At all times, the formation surfaces shall be kept drained
by the contractor. The contractor shall provide such temporary open drain as may be necessary
to prevent accumulation of water from any cause whatsoever without any extra cost to the
Government.

5. Earthen Berms. Earthen berms as described in respective items of Schedule ‘A’ shall be
watered and well consolidated with 8 to 10 ton power roller and finished to profile in line with finished
surface of the road/path.

6. Soling. soling where indicated on drawings shall consists of 20 cm thick (spread thickness)
broken stones laid and leveled in one layer, watered and rolled to required surface and camber all as
per relevant clauses of MES SSR Part I.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 249

PARTICULAR SPECIFICATIONS (CONTD……)


(ROAD AND PATH)

7. Water Bound Macadam.

7.1. Stone aggregate, screenings and blinding materials for water bound macadam shall be
as specified in clause 20-A.3 to 20.A.3.3 MES Schedule Part I on page No.499 - 502 and conform to the
samples kept in GE’s office approved by the GE before incorporation in the work. Screenings to be of
grade ‘A’ as specified in clause 20-A.3.2 of MES SSR Part I - 2009.

7.2. Water bound macadam shall consist of 150 mm thickness in two layer of 75mm thick each
(compact thickness of broken stone aggregate consolidated thickness) as mentioned in Sch “A”.
Spreading rolling applying screening and watering shall be as specified in clause 20-A.21.1 to 20-
A.21.13 of MES SSR Part I. The rolling shall be done with 8 to 10 tone power roller after the
application of screenings and wet rolling as described in MES SSR Part I.

8. BINDER – The Binder shall be VG -10 grade paving bitumen. The bitumen shall be purchased
by the contractor directly from the manufacturer viz., Indian Oil Corporation / Hindustan Petroleum
Corporation Ltd. And delivered to the site in manufacturer steel containers or bulk bitumen for semi
dense asphaltic concrete, bitumen macadam and premix carpet. However, bitumen for tack and seal
coat shall be brought by the contractor at site in manufacturers steel sealed containers. However, when
the bitumen required for hot mix plant shall be procured by the contractor from manufacturer in the
bulk, the contractor shall submit the original purchase voucher, excise gate pass and manufacturer test
certificate of bitumen for verification of Engineer-in-charge and signed by the contractor should be kept
on record. The quantity brought at site shall be recorded in measurement book. However bitumen
containers shall be returned to the contractor after completion of work.

8.1 Bitumen shall be brought by the contractor with manufacturers seals intact and seal shall be
opened in the presence of GE.

8.2 No Trade Tax form “viz” Form 31 or Form III-D:, shall be issued to the contractor for
procurement of bitumen

8.3 Binder shall be any of the following make / manufacturer:- Indian Oil / Bharat Petroleum /
Hindustan Petroleum / IBP.

9. Preparation of WBM surface and application of prime coat.

9.1. Priming coat shall be applied before laying bituminous carpet all as specified in clause
20A.23 of MES SSR Part I and as under : -

9.2 The binder used for priming coat shall be bitumen VG-10 grade applied at the rate of 10 Kg/10
Sqm or as specified in Schedule ‘A’. The binder shall be applied uniformly with help of pressure sprayer.

10. Semi dense Asphaltic concrete:-

10.1 Coarse Aggregate / Fine Aggregate

10.1.1 Coarse aggregate shall be crushed material retained on IS 2.36 mm sieve and shall be
crushed stone, crushed shingles and shall consist of angular fragments of clean durable and tough rock,
free from disintegrated pieces and organic or other deleterious matter and adherent coating.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 250

PARTICULAR SPECIFICATIONS (CONTD……)


(ROAD AND PATH)

10.1.2 Fine aggregate shall be the fraction passing 2.36 mm sieve and retained on 75 micron
sieve, consisting of crushed run screenings, stone dust or a mixture of both. If shall be clear, hard
durable, dry and free from adherent coatings, sort and flaky pieces and organic or other deleterious
substances.
10.2 PHYSICAL REQUIREMENTS: The coarse aggregate shall satisfy the physical
requirement as specified in clause No. 20.B.2.3.1.2 of SSR Part-I.

10.3 The combined grading of coarse aggregate shall conform to the parameters as laid down
in clause 20.B.2.3.3 of SSR Part-I. The filler for asphaltic concrete shall be hydrated lime and as
specified in clause 20.B.2.5 of SSR Part-I.

10.4 Design mix criteria for bituminous macadam and dense asphaltic concrete pavement

10.5 Design mix criteria : The mix for bituminous macadam and dense asphaltic concrete
shall be designed based on marshal method. The designed requirements shall be as under :-

Sl Properties Bituminous Dense Asphaltic Method of


No Mecadam Bituminous Concrete Test
Mecadam /
Semi Dense
Asphaltic
Concrete
(a) Marshall Stability (75 545 1050 1200 ASTMD
blows ) at 600 C 1559-1979
minimum
(b) Marshal flow at 60 0 C, 2.0-4.0 2.0-4.0 2.5-4.0 -do-
mm

(c) Marshal quotation, 250-500 250-500 Stability +


Kg/mm Flow

(d) Voids in compacted Mix, 10-15 3.0-5.0 3.0-5.0


%
(e) Requirement of retained - 90 90 ASTMD :
stability after 24 hours in 1075 - 1979
water at 6 0C %
minimum
(f) Coating with aggregate - - 95 AASHTD
% (minimum) 182
(g) Type of binder Grade 35 - 90 As per mix As per mix
design design
(h) Binder content percent 3.5 - 4.5 4.5 to 5.5 5 to 6.5
by weight of total mix

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 251

PARTICULAR SPECIFICATIONS (CONTD……)


(ROAD AND PATH)

Note :-
(i) The quantity of binder content has been indicated tentatively and shall be as per actual
mix design.
(ii) Compression test to measure the loss of Marshall Stability due to effect of water on the
mix shall be conducted for Semi Dense Asphaltic Concrete & Dense Asphatlic Concrete.
If the Index Retained Stability is less than 75, the mix shall be rejected or the aggregates
shall be processed by approved method to increase the index to minimum of 75. The
immersion test shall be carried out on Marshall test specimens of design job mix after
storing in 1 % sodium chloride solution v/v distilled water for 24 hours at 60° C and
then tested for Marshall Stability Values. The percentage loss or retention of stability
values after immersion in water with reference to the values obtained before immersion
is expressed in terms of percentage of the original values.

10.6 Preparation of under laying course and application of tack coat : The under
laying course shall be prepared shaped and conditioned to a uniform grade and section as
specified, any depression or pot hole shall be properly made up and thoroughly compacted. The
surface shall be scrapped clean and free from dust and foreign materials before applying tack
coat. Binder shall be heated upto appropriate temperature and shall be applied uniformly over
the proposed surfaces by mechanical or by pressure sprayer.

10.7 Job mix formula : The mix formula based on Marshall method shall be designed in
any of the following Govt institutions :-
(a) IIT, Roorkee
(b) National Test House, Delhi
(c) G B Pant University of Agriculture and Tech, Pantnagar
(d) Central Road Research Institute
(e) NABL accredited test lab
10.7.1 The blending of various type and size of aggregate shall be done on the basis of requirement as
indicated vide clause No. 20.B.2.3.3 of SSR Part-I.

10.7.2.1 For job mix formula proposed to be used in the work the following detail shall be
recorded :-

(a) Source and location of all materials.

(b) Proportions of all materials expressed as follows where each is applicable :-


(i) Binder : As percentage of weight of total mix.

(ii) Coarse aggregate : As percentage by weight of fine aggregate and total


aggregates.
(iii) Test results of physical characteristics of the aggregate in form of parameters
specified in clause 20.B.2.3.1.2 of SSR Part-I.

(iv) A single definite percentage passing each sieve for the mix aggregate.

(v) The results of tests for job mix formula in form of parameters specified in clause
6.4 above.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 252

PARTICULAR SPECIFICATIONS (CONTD……)


(ROAD AND PATH)

10.8 The contractor shall submit their job mix formula to the GE within 30 days of the
acceptance of contract, giving the details as mentioned in proceeding clauses. The cost on account of
transportation and testing shall be borne by the contractor. Wherever there is a change in batch/lot No.
of paving bitumen, the job mix formula shall be redesigned.

10.9 Preparation of mix : The mixing of aggregate and binder and filler shall be done in hot
mix plant of adequate capacity having arrangement for grading and batching by weight, the
binder heating and control unit for metering out the correct quantity of heating binder, and filler
supply unit shall also be part of plant. The correct quality of material of each size of aggregate
as per job mix formula shall be fed with specified quality of binder and filler resulting in
homogenous and balance mix. The GE will also detail his representative to be present at hot
mix plant to ensure that proper quality of bitumen being mixed at the hot mix plant. The
temperature of binder at the time of mixing shall be in the range of 150 degree centigrade to
163 degree centigrade and that of the aggregates in the range of the 155 degree centigrade to
163 degree centigrade provided that the difference in temperature between the binder and
aggregates at no time exceeds 14 degree centigrade mixing shall be thorough to ensure that a
homogeneous uniformly and the discharge temperature of mix shall be between 130 degree
centigrade and 170 degree centigrade. The mix shall be immediately transported from the mixer
to the point of use in suitable vehicles or wheel barrows. The vehicles employed for transport
shall be clean and the mix being transported be covered in transit if so directed by the E1C.

10.10 Spreading of the mix : The mix shall be transported from the Hot Mix Plant to the
site by mechanical transport and shall be spreaded by means of self propelling mechanical
paver with suitable screeds capable of spreading, tamping and finishing the mix true to grade,
line and cross-section without causing segregation dragging, irregularities or other surface
defects and at a speed consistent with character of the machine. The temperature at the time of
laying shall be the designed temperature. The mix shall be spread so that required thickness is
achieved after rolling. However, in restricted locations and in narrow width where available plant
can not operate the GE may permit manual laying of the mix.

10.11 Rolling and compaction :

10.11.1 Rolling and compaction shall be done with 8 to 12 ton power roller all as specified in
clause 20.B.4.6 of SSR Part-I. The compaction shall be done to the entire satisfaction of GE.

10.11.2 Rolling operations shall be conducted when the mix is neither, to hot, nor to cold, so that
shoving or hair cracks may be eliminated. Rolling shall be continued till the density achieved is at
least 98% of that, of the laboratory Marshall specimen and all roller marks are eluminated.

10.11.3 Rolling operations shall be completed in all respects before the temperature of the mix
falls below 100 degree Celsius.

10.12 Construction joints : These shall be as specified in clause 20.B.4.7 of SSR Part-I.

10.13 Controls : Controls and permissible variation of various ingredients shall be as


specified in clause 20.B.4.8 and 20.B.4.9 of SSR Part-I.
10.14 DUMMYJOINTS

10.14.1 The dummy joints shall be as specified to clause 20.B.7.10.2 of MES Schedule Part-I
(2009) on Srl page No 564.

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 253

PARTICULAR SPECIFICATIONS (CONTD……)


(ROAD AND PATH)

10.15 Filler for asphaltic dense concrete: The filler shall be lime stone dust passing through
600 micron sieve, at least 90% passing through 150 micron and not less than 85% passing through 75
micron sieve.

10.16.Temperature: The temperature of binder at the time of mixing shall be in the range of 155
degree centigrade to 163 degree centigrade and that of the aggregates in the range of 150
degree centigrade to 160 degree centigrade, provided that the temperature of mix at no time exceeds
155 degree centigrade. Mixing shall be thorough to ensure that a homogeneous mix is obtained, in
which all particles of the aggregates are coated uniformly. The mix shall remain covered during
transportation as directed by the Engineer-in-Charge. The temperature of mix at the time of laying shall
not be less than 120 degree centigrade.

10.17 Record of temperature: The contractor shall maintain a register in which temperature of
mix at the time of laying will be recorded for each truck-load of material. The register shall be
signed both by Engineer-in-Charge and contractor / his authorised representative daily in token
of verification of its correctness and will be checked by the GE.

11. HUME PIPE CULVERT :- The Hume pipe culvert shall be constructed of length, depth, with
diameter as specified in Schedule "A" and as shown in drawings with the following specifications :-

(a) Excavation and earth work : In any type of soil including removal of surplus soil to a
distance not exceeding 50 mtr away and as specified.

(b) PCC foundation/bed of pipe : 1:4:8 type D-2 using 40 mm graded aggregate.

(c) Brick work : All brick work shall be built in CM 1:4

(d) PCC coping : 1:2:4 type B-1, using 20 mm graded stone aggregate.

(e) Form work : As specified in SSR Part-I clause 4.11.16.2 (a).

(f) Rendering : All the surfaces including parapets shall be rendered 15 mm thick with
cement mortar 1:4 and the rendered surfaces shall be finished with three coats of white wash.

(g) RCC Hume pipe culvert and collars : Theses shall be of class NP-3 unless specified
otherwise in Sch "A". The pipe and collars shall be conforming to relevant IS. Laying and jointing
of pipe shall be all as specified in MES schedule.

(h) Bedding Layers : As shown in drawing


12. RCC SLAB CULVERTS : The RCC slab culverts as mentioned under Sch 'A' Part XIII, Item
No. 1 shall be constructed all as shown on drg No. (TD/027, Sheet 1/4 to 4/4) with the following
specifications".

(i) Excavation and earth work : As shown in drawing in soft/loose soil.

(ii) Foundation bed : PCC 1:4:8 type D-2 (using 40 mm graded stone
aggregate.)

(iii) Brick work : Brick work shall be in CM 1:6 with old size sub
class ‘B’ Bricks.

(iv) PCC bed block/copping/ : PCC 1:2:4 type B-1 (using 20 mm graded stone
CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 254

PARTICULAR SPECIFICATIONS (CONTD……)


(ROAD AND PATH)

benching aggregate)

(v) Foundation channel drain : PCC 1:3:6 type C-1 (using 20 mm graded stone
aggregate) finished even in smooth using extra
cement.

(vi) RCC : M-25 design mix.

(vii) Wall finishes : 3 coats of white wash shall be provided over and
including 12 mm thick plaster in CM 1:4

(viii) Hard core : Hard core of broken stone, 75 mm thick gauge 63


to 40 mm.

(ix) All other work : As shown on drawing.

13. Paths. The paths shall be provided as specified in relevant items of Schedule ‘A’ and as shown on
drawings.

14. Opening to Traffic : Refer clause No. 20.B.5.8 of SSR Part I (2009).

……………………………………
(Signature of Contractor) Asst Dir (Contracts)
Dated………………………… For Accepting Officer

CONTD … …
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 255

PARTICULAR SPECIFICATIONS (CONTD……)


(AIR CONDITIONING)

1. WATER COOLER/ DESERT COOLER

Coolers shall be done in accordance as given in respective part of Schedule ‘A’.

2. REFRIGERATOR

Refrigerator shall be done in accordance as given in respective part of Schedule ‘A’.

3. GEYSER

Geyser shall be done in accordance as given in respective part of Schedule ‘A’.

4. EMERGENCY / SOLAR LIGHTS

Emergency / Solar lights shall be done in accordance as given in respective part of Schedule ‘A’.

5. AIR CONDITIONER

Air conditioner shall be done in accordance as given in respective part of Schedule ‘A’.

6. TELEPHONE WIRING Telephone wiring shall be done in accordance as given in respective


part of Schedule ‘A’.

……………………………………
(Signature of Contractor) Asst Dir (Contracts)
Dated………………………… For Accepting Officer
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 256

PARTICULAR SPECIFICATIONS (CONTD……)

APPENDIX ‘A’

LISTS OF ISI / BIS / CERTIFIED (MARKED) PRODUCTS TO BE INCORPORATED IN WORKS

S. MATERIAL IS NO.
NO.
1. CONCRETE
(a) Integral water proofing compounds IS:2645
(b) Cement Ordinary Portland IS:8112

2. JOINERY
(a) Wooden flush door shutters, solid core type IS:2202 Part 1

3. BUILDERS HARDWARE
(a) Steel Butt Hinges IS:1341
(b) Non ferrous butt Hinges IS:205-1978
(c) Ferrous Tower/ Barrel Bolts IS:204 Part I
(d) Non- Ferrous Tower/ Barrel Bolts IS:204 Part II
(e) Door Handles ( Non Ferrous) IS:208
(f) Parliament Hinges , Ferrous IS:362
(g) Hydraulically operated Door closers IS:3564
(h) Continuous piano hinges IS:3818
(j) Non Ferrous metal sliding door bolts IS:2681
(k) Tee and strap Hinges IS:206
(l) Mild steel sliding door bolts IS:281
(m) Hasp and staples IS:363

4. ROOF COVERING
(a) Bitumen felts of water proofing and damp proofing ( IS:1322
Hessian felt)
(b) Glass fibre base felts type 2 grade II IS:7193

5. CEILING AND LINING


(a) Plywood for General purposes IS:303
(b) Untenured particle Board IS:3087
(c) Fibre Hardboard IS:1658
(d) Medium density fibre board IS:12406
(e) Veneered Particle Board IS:3097

6. FLOORING
(a) White Portland cement IS:8042
(b) Cement concrete flooring tiles IS:1237

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 257

PARTICULAR SPECIFICATIONS (CONTD……)

APPENDIX ‘A’

LISTS OF ISI / BIS / CERTIFIED (MARKED) PRODUCTS TO BE INCORPORATED IN WORKS

S. MATERIAL IS NO.
NO.
7. WATER SUPPLY, PLUMBING , DRAINS AND SANITARY APPLIANCES

(a)Concrete pipes with or without reinforcement IS:458


(b) Salt Glazed stone ware pipes IS:651
(c) Centrifugal cast ( spun) iron spigot and socket soil, waste IS:3989
and vent pipes, pipes fittings and accessories
(d) UPVC soil , waste and rain water pipes IS:4985
(e) Sand cast iron Spigot and socket soil waste and IS:1729
ventilating pipes and fittings
(f) Galvanised Mild steel tubes and fittings IS:1239 ( Part I and Part II)
(g) Vitreous China Sanitary appliances IS:2556
(h) Plastic water closet seats and covers IS:2548
(j) Flushing cistern for water closets and urinals other than IS:774 , IS:2326 (automatic
plastic flushing cistern)
(k) Ball valves ( Horizontal plunger type ) including floats for IS:1703
water supply purposes
(l) Cast copper alloy screw down bib taps and stop valves IS:781
(m) Pillar taps IS:1795

8. ELECTRICAL WORKS

(a) Ceiling rose IS:371


(b) Tumbler switches IS:3854
(c) Socket outlet- 3 pin plug and socket IS:1293
(d) Switch fuses ( Main & Switch) IS:4064
(e) Rigid steel conduit IS:1653
(f) Rigid non metallic Conduit IS:2509
(g) Single core cable polyethylene insulated and PVC IS:1596
sheathed cable
(h) Starter for tube light IS:2215
(j) Fluorescent lamps IS:2418
(k) Aluminium and steel cored stranded conductor IS:398
(l) MCB IS:8828
(m) PVC insulated cables IS:694
(n) paper insulated lead sheathed cables IS:692

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

……………………………………
(Signature of Contractor) Astt Dir (Contracts)
Dated………………………… For Accepting Officer
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 258
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
NOTE: - The products have been grouped into the following categories as per clarification below: -
(a) GROUP-I : Products recommended for Prestigious and Heritage Buildings (High End).
(b) GROUP-II: Products recommended for important / routine use (Middle End).
(c) GROUP-III: Products recommended for lower end use like sheds, garages etc. (Low End).

1. FURNITURE ITEMS
Modular office furniture system, Chair and Godrej Godrej M/s Empire Safe
other furniture related to office purpose in CO.
the brand name of PSL Modular Usha Lexus Usha Lexus

Durian Durian

Euroacoustic Products M/s Empire Safe


Ltd CO.
2. PVC / UPVC DOOR, WINDOW AND CHOWKHAT
PVC / UPVC Doors (Panel doors, moulded Rajshree Plastiwood Polyline from Duroplast extrusion
doors), Window and Chowkhat Polyline extrusion Pvt. Ltd.
M/s H2O Solutions New Pvt. Ltd. Kolkata
Delhi Rajshree
Rajshree Plastiwood
M/s Kumar Arch Tech Plastiwood
Ltd M/S Sintex
M/S Sintex
M/S Sintex
SUNWIN
SUNWIN

3. WOODEN DOORS AND WINDOWS


Wooden Panel Doors and Windows M/S Joinery M/S Goyal M/S Satish Kumar &
Factory made shutters Panelled / Manufacturing Co., Industries Pvt. Co., Khajuri Road,
Skeleton (Fly proof / Glazed) Kanpur Ltd. New Delhi Jamunanagar.

M/S Choiti Industries, MP Wood Doorking kolkata


Kanpur Products
M/S Oriental door
M/S Oriental door M/S Oriental Mandhana Kanpur
Mandhana Kanpur door Mandhana
Kanpur M/S Jain Wood
Industries
M/S Jain Wood
Industries

Flush Doors ISI marked M/S Kitply Industries M/S Century M/S Shiv Hari
Ltd., Kanpur Plywood Plywood (Corbett)

M/S Northen doors Pvt. M/S MP Wood M/S Mysore Chip


Ltd. Kanpur Product Board-Archid
M/S Jain Wood
Industries M/S Jain Wood
Industries

4. DOORS AND WINDOW FITTINGS

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 259
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
ISI and Non ISI Aluminium door and Classic, New Delhi Classic, New Delhi Mohan Metal
window fittings Industries,
Mepro M/S Elite Shahadra
Enterprise,
Mumbai M/s Aluminium
Udhyog
M/S Argent
Industries M/S Argent
Industries
5. FALSE CEILING
PVC False ceiling Indian Gypsum Everest Everest Industries
Industries
Kumar Arch Tech Pvt Indian Gypsum
Ltd Indian Gypsum

Gypboard / ‘E’ board / Calcium Silicate Bd Armstrong Armstrong M/s Bharat Steel
/ Tiles false ceiling / acoustic board / GI Rolls
precoated T grid false ceiling suspension Ramco Industries Ramco Industries
system
M/s Bharat Steel
Rolls
6. CUPBOARD, CABINETS, DOOR AND WARDROBES
Steel Windows Ventilator (as per IS M/S Anoop Pvt Ltd, M/S Agra timber M/S Sen Harvic,
1038 of 1983) and Pressed Steel Hanuman Chowk, & Steel product Vora Building , 50
door/Window Framews, Steel Meerut Cantt. Agra Nakhoda street
Lockers & Cupboard Frame / Shutters Bombay
M/S Ishwar Industries, M/s Gupta and
175/A, Bombay Bazar, Jain Enterprises M/S AGEW Steel
Meerut Cantt. Manufactures
M/S Anoop (Pvt.) Ahmedabad
M/S Ashwani & Sons, Industries Pvt
4/66, Raj Nagar Ltd, Hanuman M/S Multiwyn
Ghaziabad. Chowk, Meerut Industries
Cantt. Corporation,
Calcutta

Poonam Enterprises, E- M/S GS Udhyog M/s Chandni


10 Industrial estate, G-11 site III Industries
Talkatora, Lucknow. Panki, UPSIDC Ghaziabad
industries Area
Bajaj Steel Industries Kanpur M/s Gupta and
Ltd Jain Enterprises
Bajaj Steel
Industries Ltd. M/s Gupta Iron
Udyog
M/s Chandni
Industries
Ghaziabad

Chabbra Steel
Udhyog Ltd
Meerut

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 260
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III

M/s Gupta Iron


Udyog

PVC Kitchen Cup Boards/ ward robes Kumar Arch Tech Pvt
Ltd

7. GALVANISED SHEETS, PANELLING, PARTITIONS, HUTS AND BATHROOMS


CGI / PGI Sheet Everest Swastik Charminar

Charminar Charminar Vlska


Color Coated Roof Sheets M/s Ispat Industries Ltd M/s Cril color M/s Lloyd
Roof india Ltd

Tata Blue Scope Steel Ltd Tata Blue Scope M/s matco Roof Pvt
Steel Ltd Ltd

Prestart infrastructure Everest Tata Blue Scope


Projects Ltd Industries Ltd Steel Ltd

Wooden Wall Panel Armstrong Armstrong

8. SANITARY WARES
CP Bath Fittings Jaquar & Co Pvt Ltd Plumber Prayag Polymer Pvt
Ltd
Marc Gem
Gem
Zolotov Seiko
Seiko
M/S Shakti Enterprises Blue star-Silver
Shine Plastocraft Sanitary
India Pvt Ltd
M/S Mohan Metal
Aluminium Udhyog
Industries
M/S Mohan Metal
M/S Shakti
Industries
Enterprises
M/S. Status
M/S. Status
Sanitech Pvt Ltd
Sanitech Pvt Ltd
(PLAYER)
(PLAYER)

Bib Taps and stop cocks (Brass) Zoloto M/S Prakash & M/S Prakash & Co.
Co. Mayapuri, Mayapuri, Delhi
M/s RS Industries Delhi
(Polytuff) L&K
Zoloto
M/s Shakti
M/s Shakti Enterprises
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 261
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
Enterprises
M/s Precision
M/s Precision Products
Products

M/s RS Industries
(Polytuff)
Wash Basin / WCs Jaquar & Company Pvt Neycer Kermag Somany
Ltd (standard)

Hind ware Hindustan sanitary


Hind ware ware (Hindware)
Hindustan sanitary ware (1st quality)
(Hindware) (1st quality) Hindustan
sanitary ware Cera
Parryware (Supper fine) (Hindware) (1st
quality)

Cera (1st quality) Parryware


(Supper fine)
Johnson Pedder.
Cera (1st quality)

Johnson Pedder.
Stainless steel wash basins / WCs Nirali Amco Amco

Blue star Cobra Anupam

Silver Shine Blue star-Silver


Shine

Designer Bath Suites Jaquar & Company Pvt. - -


Ltd.
Stainless steel Kitchen Sink Prayag Polymer Pvt Ltd Blue star-Silver Anupam Industries
Shine
Jain Brothers Sanitation Nirali
Pvt Ltd Nirali

M/s Shakti Enterprises M/s Shakti


Enterprises

Float Valves / Ball cocks, Cockroach Prayag Polymer Pvt Ltd Prayag Polymer Prayag Polymer Pvt
Traps, Glass shelf Pvt Ltd Ltd
Stainless Steel Plate Rack Prayag Polymer Pvt Ltd Blue star-Silver Blue star-Silver
Shine Shine
Jain Brothers Sanitation
Pvt Ltd Nirali Nirali

Seat Cover for EWC Parryware Commander- Commander-


Champion Champion
Hind ware
Parryware Blue star-Silver
CERA Shine
Hind ware
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 262
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
M/s Shakti Enterprises Hindustan
Blue star-Silver
M/s Precision Products Shine

M/s Shakti
Enterprises

M/s Precision
Products

PVC Flushing cistern Parryware Parryware Commander-


(IS-744-1984) Champion
M/s Shakti
Enterprises M/s Shakti
Enterprises
M/s Precision
Products M/s Precision
Products

Stainless steel Sink cum Draining Board Nirali Amco -


/ Sink
Jain Brothers Sanitation Cobra
Pvt Ltd
Blue Star-Silver
Diamond Shine
CI (Centrifugally cast) Pipe as per IS: Jayaswal Neco Jayaswal Neco -
3989 for sewage disposal & Rainwater
pipes Corporate Ispat Alloys Corporate Ispat
Ltd., Durgapur Alloys Ltd.,
Kapilansh (M/S Durgapur
Kapilansh Dhatu)
M/S Kapilansh
Ashutosh Iron Factory, Dhatu Udyog (p)
Nagpur Ltd,

Ashutosh Iron
Factory, Nagpur

Bengal Iron
Corporation

PVC Pipe SWR pipes (IS-13592 for pipes Finolex Finolex -


& IS-14735 for fittings)
Supreme Supreme

Kisan Mouldings Pvt Ltd Kisan Mouldings


Pvt Ltd
Prince
Prince
M/s sarovaram
Inductries LLP M/s sarovaram
Inductries LLP

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 263
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
SMFC
SMFC

SGSW pipe Gupta Refactories, Gupta Refactories, -


Gwalior Gwalior

Devraj Anand, Devraj Anand,


Ghaziabad Ghaziabad

Perfect Jabalpur Perfect Jabalpur

Looking Mirror Saint Gobin Atul Asahi

Modi Guard Modi Guard Atul

9. PAINTS
Synthetic enamel paint ICI paint (Dulux Gloss) ICI paint (Dulux -
Gloss)
Asian paint (Apcolite)
Asian paint
Shalimar paints (Apcolite)
(Superlac hi gloss)
Shalimar paints
Goodlass Nerolac paint (Superlac hi gloss)
(Nerolac)
Goodlass Nerolac
paint (Nerolac)

Plastic emulsion Paint Goodlass Nerolac (All Goodlass Nerolac -


Escapes) (All Escapes)

Shalimar paints (Hussain Shalimar paints


collection) (Hussain
collection)
Jenson & Nicholson
(Special effect) Jenson &
Nicholson (Special
Asian paints (Royale) effect)

Berger paints (Luxol silk Asian paints


splender) (Royale)

Berger paints
(Luxol silk
splender)
Acrylic washable distemper / oil Good lass Nerolac Paints Good lass Nerolac -
emulsion distemper Paints
Shalimar paints
Shalimar paints
Johnson & Nicholson
Johnson &
Asian paints Nicholson
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 264
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
Berger
Asian paints

Berger
White cement & wall care putty JK White JK White -

Birla White Birla White


Cement Based Paints Super snowcem Super snowcem Cemkote

Duracem Duracem Duracem

Cemplus by TATA Cemplus by TATA Cemplus by TATA


pigments pigments pigments

Gutucem by Asian paints Gutucem by Asian


paints
Accrocem
Accrocem

External weather proof paint Berger paints - Weather Berger paints - -


coat smooth Weather coat
smooth
Asian Paints – APEX
Asian Paints –
Shalimar Paint – XTRA APEX

Nerolac paint - AXCEL Shalimar Paint –


XTRA

Nerolac paint –
AXCEL

Aluminum composite panel M/S Alstone M/S Alstone -


international, Noida (UP) international,
Noida (UP)
10. PLY BOARD / MDF AND HDF BOARDS
Plywood for General Purposes (ISI-303 Novapan Century Plywood Shivam TAR
Marked) Products, Mathura
Kitply Bhutan Board
Bhutan Board
Green Ply Nepal Board
Nepal Board
M/s Jain Wood M/s Jain Wood
Industries Industries

Plain Particle Board / Particle Board Novapan Century Plywood Shivam TAR
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 265
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
Ceiling Tiles Pre-Laminated Particle Board Products, Mathura
Kitply Bhutan Board
Bhutan Board
Green Ply Nepal Board
Nepal Board
M/s Jain Wood M/s Jain Wood
Industries Industries
Laminated Sheets Formica / Sunmica Decolam from
Century -
Century
Green lam
Green lam
Sunmica

11. TILES
Mosaic / PCC plain / Chequered tiles / NITCO Mumbai Star Tiles & M/S Mehatab Tiles
inter locking paver blocks. Indistries, Rama 8, Rani Shopping
Redsun Tiles & Pavers, Devi, Kanpur Centre, Bhanwar,
Panchkula. Indore
Mayur Tiles &
M/s Jain Tiles
Industries
M/s DG Techs Interlocking
Engineering Pvt Ltd paves, Lucknow.
M/s Agrawal Pipe
M/s. DG Tech’s Works
Engineering Pvt
Ltd

M/s Jain Tiles


Industries

M/s Agrawal Pipe


Works

M/s DG Techs
Engineering Pvt
Ltd
PVC tiles / Wooden Flooring Armstrong Premier Vinyl Royal Cashion Vinyl
flooring Ltd, New Products Ltd, Delhi
Marblex Delhi

Armstrong

Krishna Vinyl’s
Ltd, New Delhi

Vitrified tiles Johnson (Marbonite) Oracle Granito Somany


(Marbito)
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 266
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
Bell Granito RAK Ceramics
Somany
Kajaria Varmora Granito
Asian Granito Pvt Ltd

Ceramic tiles / Non skid Ceramic tiles Kajaria NITCO Somany

Johnson Somany Spartek

Orient Regency City tiles Ltd

City tiles Ltd City tiles Ltd Crystal Ceramic


Industries
Crystal Ceramic
Industries Regency

Tile Adhesive / Tile Grout M/S Bal Endura, Fevimate Fairmate


Bangalore

Laticrete Hyderabad
Glass Mosaic Tiles Italia Bisazza Accura

Antistatic & Conductive Flooring Armstrong Armstrong -

Kajaria
12. FENCING
Punched tape concertina coils and flat HMB Engg. Noida. Global -
wrap weld mesh for fencing Technocrats Pvt
Wire Productrs Mandi Ltd
Goving Garh (PB)
HMB Engg. Noida.
Chandra Trading Co.
Ghaziabad Wire Productrs
Mandi Goving
Garh (PB)

Chandra Trading
Co. Ghaziabad

13. ROOFING
Corrugated, Semi Corrugated and Plain M/S RAMCO AC SHEET CHARMINAR Visaka
AC Sheet
UPAL RBL
SWASTIK

M/S ETERNIT EVEREST


LTD
14. INTERNAL WATER SUPPLY

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 267
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
HDPE (Polyethene Water Storage Tanks Sintex (Three layered) Sintex (Two JS Polyplast
(Rotational Moulded) layered)
Tuff Dhara
JS Polyplast
SMFC
Dhara

SMFC

Stop Valves/ Gate Valves /Float Valve Leader Leader -

15. MISCELLANEOUS
Chemical for anti-termite treatment M/S Singhal Pesticides, M/S Singhal -
(chloropyrifos 20 %, Lindain 20%) Agra Pesticides, Agra

M/S Crop Health


Products
Ghaziabad M/S Crop Health
Products
Ghaziabad
M/S Pest Control India M/S Pest
Limited Control India
Montari Industries Ltd Limited
75 Nehru Place, New Montari
Delhi Industries Ltd
75 Nehru
Place, New
Delhi

Integral WP Compound (Liquid) Latex Latex -

Accro-1 - Accro Paints Accro-1 - Accro


PIDILITE Paints

CICO No. 1 PIDILITE

FOSROC (India) Ltd CICO No. 1

FOSROC (India)
Ltd

Master Proof
IWPI

IWL India Ltd

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 268
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III

Integral water proofing compound Water Seal from Water Seal from -
(Powder) Acropaints Acropaints

Impermo from Impermo from


Snowcem Snowcem

Accorproof from ACC Accorproof from


ACC

PIDILITE PIDILITE

FOSROC (India) Ltd FOSROC (India)


Ltd

Construction Chemicals Chokesy Chemicals Chokesy -


Chemicals
Pidilite Industries Ltd
Pidilite
Fosroc India Ltd Industries Ltd

Roof Chemicals Fosroc India Ltd

IWL India Ltd Roof Chemicals

Bal Endura IWL India Ltd

Bal Endura

Bituminous Product IOC IOC M/s MK


Petroproduct
BP BP Faizabad

HP HP Bengal Bitumen
Sarita Vihar New
M/s STP Limited M/s STP Limited Delhi

Shivam Tar Product


Mathura
Barbed wire M/S Swastika Polysteel M/S Swastika -
Pvt Ltd Polysteel Pvt
Ltd
M/S Amar Promoters
Pvt Ltd M/S Amar
Promoters Pvt
Ltd

Ready Mixed Concrete Expert Concrete Expert Concrete -

Lafarge
Lafarge Aggregate & Aggregate &

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 269
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
Concrete India Pvt Ltd Concrete Indian
Pvt Ltd
ACC
ACC
Earthing and Lightening Protection SM Innotech-Earth Plus
SM Innotech-
Systems Earth Plus
Dhruva Tech Pvt Ltd Dhruva Tech
Protec Pvt Ltd Protec
Kanak Earth
Energies
16. PVC, Galvanised Sheet, Panelling, Partitions, huts and Bathrooms
Ecocell Brand Rigid Foam PVC Sheets Kumar Arch Tech Pvt Ltd
of thickness varying from 0.40mm to
0.50mm

Prelaminated sheets of thickness


varying from 0.40mm to 0.50mm

Prefabricated PVC Hut and Bathrooms


PVC Sheets Jain Irrigation Systems Ltd
Sec Color Galvanized Color Powder NCL Altek & Sec color Ltd
coated steel windows doors partitions
and structural glazings
Calcium Silicate Partitions Ramco Industries Ltd
17. PEB & HANGER DOORS
PEB & Hanger Doors Kirby Bldg Systems Kirby Bldg Kirby Bldg Systems
Systems
Lloyd Insulations Lloyd Insulations
(India) Ltd Lloyd Insulations (India) Ltd
(India) Ltd
Octamac Engineering Octamac Engineering
Ltd Octamac Ltd
Engineering Ltd
Everest Industries Ltd Everest Industries Ltd
Everest
Eea Build Systems Ltd Industries Ltd Eea Build Systems
Ltd
Eea Build
Tiger steel Engineering Systems Ltd Tiger steel
(I) pvt Ltd Engineering (I) pvt
Tiger steel Ltd
Modern Prefab System Engineering (I)
Pvt Ltd pvt Ltd Modern Prefab
System Pvt Ltd
RCC Eco-Build system Modern Prefab
Ltd System Pvt Ltd RCC Eco-Build system
Ltd
Saxena Marine Tech (P) RCC Eco-Build
Ltd system Ltd Saxena Marine Tech
(P) Ltd
Saxena Marine
Tech (P) Ltd

18. FLOORING, FLOOR PRODUCTS & CONSTRUCTION CHEMICALS

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 270
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
Cipy Brand EPU (Epoxy Polyurethane Cipy Polyurethane Pvt Cipy Cipy Polyurethane
Industrial Flooring) Ltd Polyurethane Pvt Pvt Ltd
Ltd
Flooring Range (Epoxi/Polyurethane) Pidilite Industries Ltd Pidilite Industries Pidilite Industries
Ltd Ltd
CHRYSO FLOOR HARDNER The Structural Water The Structural The Structural
CHRYSO Proof Acrylic, chryso Emalite Proofing Co Pvt Ltd Water Proofing Water Proofing Co
RTU, CHRYSO Thermoshield Flooring - Co Pvt Ltd Pvt Ltd
Sika Chapdur, Sika Chapdur C, Sikafloor
19 N Purcem, Sikafloor 20N PurCem,
Sikafloor 21N PurCem, Sikafloor 22N
PurCem, Sikafloor 29 N PurCe, Sikafloor
31 N Pur
FLOORING Sika India Pvt Ltd Sika India Pvt Sika India Pvt Ltd
Sika Chapdur, Sika Chapdur C, Sikafloor Ltd
19 N Purcem, Sikafloor 20N PurCem,
Sikafloor 21N PurCem, Sikafloor 22N
PurCem, Sikafloor 29 N PurCe, Sikafloor
31 N PurCem, Sikafloor 81, EpoCem,
Sikafloor 82 Epo Cem, Sikafloor 83
EpoCem, Sikafloor 89, Sikafloor 91,
Sikafloor 91, SLS, Sikafloor 105, Sikafloor
161, Sikafloor 220W Conductive, Sikafloor
261 ASN, Sikafloor 264, Sikafloor 381,
Sikafloor 381 ASN, Sikafloor 619,
Sikafloor 2530W, Sikafloor 7530, Sikafloor
Gurehard 24, Sikafloor - Level 25,
Sikafloor Proseal 22, Sikagard 63,
Sikagard 63/1, Sikagard 67, Sikagard
CCPU, Sika Ceram, Sika Tilofix & Sika Wall
Decor,
19. WATER PROOFING / COATING
Water Proofing/ Coating/ Seal/ Patches/ Pidilite Industries Ltd Pidilite Pidilite Industries
Shields/ Grouts/ Liquid applied Industries Ltd Ltd
Membranes Structural Water
Proofing Co Pvt Ltd Structural Water Structural Water
Proofing Co Pvt Proofing Co Pvt Ltd
Apar Infotech Pvt Ltd Ltd
Apar Infotech Pvt
Apar Infotech Ltd
Pvt Ltd

20. MEMBRANE & LIQUID MEMBRANE


Liquid Applied Membrane. CHRYSO The Structural Water The Structural The Structural
Armourcote 418, CHRYSO Armourcrate, Proofing Co Pvt Ltd Water Proofing Water Proofing Co
CHRYSO Armourcote 525, CHRYSO Co Pvt Ltd Pvt Ltd
Tapelastic, CHRYSO Resicrete 21,
CHRYSO Struco Latex, CHRYSo Resicrete
21 LV, CHRYSO Crystalseal, CHRYSO
Resicrete 2115, CHRYSO Bitcote.
21. ADMIXTURE
Chryso Admixtures Range. The Structural Water The Structural The Structural
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 271
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
(c) Preform Membrane. CHRYSO Proofing Co Pvt Ltd Water Proofing Water Proofing Co
Supaplast MMF. Chryso Armourshield. Co Pvt Ltd Pvt Ltd
Chryso Supaplast RMC 80. Chryso
Armourshield Stick. Chryso Supaplast
PC80-(M). Chryso Amourflex PVC. Chryso
Supaplast RMC.
(d) Protective Coatings. Chryso
Supaplast HP. Chryso Aquakem. Chryso
Supaplast HS, Chryso Marinecote and
Chryso Fluid Premia Range/.
Sika AER, Sika Ferrogard 901, Sika Rapid Sika India pvt Ltd. Sika India pvt Sika India pvt Ltd.
1, Sika Antifreeze, Sikament 170PL4, Ltd.
Sikament 170 UV, Sikament 286
PC/3(VC), Sikament 280, Sikament NN,
Sikament 170, Sikament HE 200, Sika
Viscocrete 10, Sika Viscocrete 10H1,
Sikaplast 500l, Sikaplast 600l, Sikaplast
4001, Sikaplast 3001, Sika Viscorete
20HE, Sika Viscocrete R550 (l),
Plastiment BV 40, Plastocrete Plus, Sika
Noleek Power, Sika Lightcrete, Singunit L,
Singunit Powder 1, Antisol A & Antisol
EWP.
22. REPAIR & REHABILIATION / BONDING AGENT/ GROUPS
Krystalline, Pidicrete URP & Powercrete Pidilite Industries Ltd Pidilite Industries Pidilite Industries
Ltd Ltd
CHRYSO Fluid Optima Range, CHRYSO The Structural Water The Structural The Structural
Excem C. Chryso – Grouts. CHRYSO Proofing Co Pvt Ltd Water Proofing Water Proofing Co
Excem C. Optima Range, CHRYSO Excem Co Pvt Ltd Pvt Ltd
C. CHRYSO Fluid Optima Range, CHRYSO
Excem C.
Grout-Sika Grout 104, Sioka Grout 214, Sika India pvt Ltd. Sika India pvt Sika India pvt Ltd.
Intraplast EP, Intraplast N-200, Intraplast Ltd.
NN, Sikadur 42, Sikadur 42 HES, Sikadur
52, Sikadur 53 UF, Rokkon 1 & Rokkon R.
23. CURING COMPOUNDS
Chryso Curing CHRYSO Excem GP, The Structural Water The Structural The Structural
CHRYSO Rezicure AL, CHRYSO Excem V1 Proofing Co Pvt Ltd Water Proofing Water Proofing Co
& CHRYSO Rezicure WP. Co Pvt Ltd Pvt Ltd

24. APP MEMBRANE


APP Modified Polymeric Membranes Cipy Polyurethane Pvt Cipy Polyurethane Cipy Polyurethane
Ltd Pvt Ltd Pvt Ltd

IWL India Limited – IWL India Limited IWL India Limited –


Hyperplas – Hyperplas Hyperplas

Pidilite Industries Ltd Pidilite Industries Pidilite Industries


Ltd Ltd
M/S Texsa India Ltd
(multi Plas), (Texself M/S Texsa India M/S Texsa India Ltd
1.5) Ltd (multi Plas), (multi Plas), (Texself
(Texself 1.5) 1.5)
Tiki Tar Danosa India
Pvt Ltd Tiki Tar Danosa Tiki Tar Danosa
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 272
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
India Pvt Ltd India Pvt Ltd
Torchtar Membranes &
bitumen Products Pvt Torchtar Torchtar Membranes
Ltd. Membranes & & bitumen Products
bitumen Products Pvt Ltd.
Modern Bitumode Pvt Pvt Ltd.
Ltd. Modern Bitumode
Modern Bitumode Pvt Ltd.
Shivam Tar Product Pvt Ltd.
Shivam Tar Product
Bengal Bitumen Shivam Tar
Product Bengal Bitumen

Bengal Bitumen

25. JOINT SEALANT


Polyurethane & Polysulphide sealant for Cipy Polyuretheanes Cipy Cipy Polyuretheanes
all joints Pvt Ltd. Polyuretheanes Pvt Ltd.
Pvt Ltd.
Rallithane 862 and Ralliprime 190 Ameya Dyechem pvt Ameya Dyechem Ameya Dyechem
Polyurethane base sealant compound Ltd. (ADPL) pvt Ltd. (ADPL) pvt Ltd. (ADPL)

Polysulphide/Polyurethane Pidilite Industries Ltd Pidilite Industries Pidilite Industries


Ltd Ltd
Joint sealant – Sikasil 728NS/SL, Sikaflex Sika India pvt Ltd. Sika India pvt Ltd. Sika India pvt Ltd.
68TF, Igas IH, Sika Polysulphide, Sikaflex
Construction (J), Sikaflex PRO-3WF,
Sikadur Combiflex, Sikaflex 2c SL (h),
Sikaflex 11FC, Sikacryl & Sikabond T2/T8.

Chryso – Joint Sealants (for Building The Structural Water The Structural The Structural
work) CHRYSO Freecure, CHRYSO Proofing Co Pvt Ltd Water Proofing Water Proofing Co
Polycaulk PS-Polysulphide. CHRYSO Stick Co Pvt Ltd Pvt Ltd
SBA and CHRYSO Swellseal Strip

Sillicon Sealant Alstone Internatrional Alstone Alstone


Internatrional Internatrional
Refurbishment. Sika Wrap Glass Fibre, Sika India pvt Ltd. Sika India pvt Ltd. Sika India pvt Ltd.
Sika Wrap Carbon Fibre, Sika Anchorfix
2/3 +, Sikadur 31, Sikadur 32, Sikadur
32LP, Sikadur 41,
Sikladur 43, Sika Ferro Gard 903, Friazinc
R, Sikagard 703W, Sikagard 550W Elastic,
Sika Rep Microcrete 1/2, Sikadur 31 PBA,
Sika Rep Microcrete 3 UW, Sika Rep
Microcrete 4, Sika Carbo Dur, Sikadur 12
Pronto, Sika Top 77, Sika Top 122, Sika
Top 122HS, Sika Top Armatec 108, Sika
Top Armatec 108PC & Sika Top Armatec
110 Epo Ce.
26. POLYMER MODIFIED BITUMEN (PMB)
PMB 40 and PMB 70 conforming to Shiva Asphaltic Shiva Asphaltic Shiva Asphaltic
IRCSP 53/2002 or latest IS 15462:2004 Products Pvt Ltd. Products Pvt Ltd. Products Pvt Ltd.
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 273
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
and base bitumen sourced from any one Ooms Polymer Modified Ooms Polymer Ooms Polymer
of the PSUs of India / Bitumen emulsion Bitumen pvt Ltd. Modified Modified Bitumen
conforming to IS-8887:2004 and ASTM D Bitumen pvt Ltd. pvt Ltd.
2397 Hindustan Colas Ltd. Hindustan Colas Hindustan Colas
Ltd. Ltd.

27. GLASS GRID


Glass Geo Grid / Polyster Geo Grid / Giridhar Techfab Pvt Ltd. Giridhar Techfab Giridhar Techfab Pvt
Glass reinforced Mesh / Glass Fibre Grid Pvt Ltd. Ltd.
Techfeb (India)
Industries Ltd. Techfeb (India) Techfeb (India)
Industries Ltd. Industries Ltd.
Ooms Avenhorn Ooms Avenhorn
HoldingIndia Pvt Ltd. HoldingIndia Pvt Ooms Avenhorn
Ltd. HoldingIndia Pvt Ltd.
Maccaferri Environmental Maccaferri
Solutions Pvt Ltd. Environmental Maccaferri
Solutions Pvt Ltd. Environmental
Solutions Pvt Ltd.

28. BITUMEN EMULSION


Bitumen Emulsion (Rapid, Medium & Shiva Asphaltic Shiva Asphaltic Shiva Asphaltic
Slow Setting – 1&2) Products Pvt Ltd. Products Pvt Products Pvt Ltd.
Ltd.

29. SOIL STABILISER (RBI Grade 81)


SOIL STABILISER Alchemist Technology Alchemist Alchemist
RBI Grade 81 Ltd Technology Ltd Technology Ltd

30. ROOF SHEETS


Cril brand Architectural products – Colour Roof (India) Ltd. Colour Roof Colour Roof (India)
Hispan 975, Steelock Concealed fix (India) Ltd. Ltd.
sheet, stile rainbow and accessories,
flushing & gutters
Tala Bluscope Brand Zincalume/color Tata Bluescope Steel Tata Bluescope Tata Bluescope
bond (high tensile profile sheets for roof Ltd. Steel Ltd. Steel Ltd.
& wall), Smartdek 51 (structural decking
galvanized sheel sheet), PEB lite
(components made of premium quality
steel/galvanized roll frames), Lysaght
subtle, Square fluted steel cladding
Prestar brand colour coated Roof Sheets Prestar infrastructure Prestar Prestar
Projects Ltd. infrastructure infrastructure
Projects Ltd. Projects Ltd.
Everest Roofing Products & Accessories Everest Industries Ltd. Everest Everest Industries
Industries Ltd. Ltd.
Top Guard brand Roofing/Cladding M/S Matco Roof Pvt Ltd. M/S Matco Roof M/S Matco Roof Pvt
Sheets/Panels (PPGI & PPGL), Purlin & Pvt Ltd. Ltd.
Accessories

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 274
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
NOTE: - The products have been grouped into the following categories as per clarification below: -
(a) GROUP-I : Products recommended for Prestigious and Heritage Buildings (High End).
(b) GROUP-II : Products recommended for important / routine use (Middle End).
(a) GROUP-III : Products recommended for lower end use like sheds, garages etc. (Low End).
1. WIRE & CABLES
COPPER WIRE FOR INTERNAL WIRING / RR KABLE HAVELLS India LAPP
TELEPHONE WIRE / FRLS WIRE
FINOLEX POLYCAB SHALABH
PLAZA INDIA LIMITED
RPG (ASIAN)
NICCO ELEKTRON Kalinga
Premium
L&T HPL
DELTON
M/s Vijay Cables SHALABH INDIA
LIMITED
Kalinga KEI
M/s Vijay Cables
M/s Vijay
Kalinga Cables

Kalinga
LT CABLES U/G (XLPE/PVC) Heavy Duty FINOLEX HAVELLS India HPL
armoured/ unarmoured upto 1100V Aluminium
& copper solid/ stranded as per IS 1554 Pt I & RPG (ASIAN) POLYCAB Richa Cables
7098 / 1988 Pt I Pvt Ltd
RR KABLE ELEKTRON
Eon Electric Ltd
UNIVERSAL ANCHOR
PARAGON
HPL India Ltd GLOSTER
KEI Industries
M/s Asian Galaxy PLAZA Ltd
Private Ltd
M/s Asian Galaxy RALISON
M/s Grandlay Private Ltd
Electricals M/s Grandlay
Electricals KALINGA
PREMIUM

M/s Asian
Galaxy Private
Ltd
PVC Insulated Cable upto 1100V copper/ HPL India HPL India Richa Cables
Aluminium sheathed / unsheathed incl cables Pvt Ltd
for outdoor use and low temperature RPG(ASIAN) Indo American
applications as per IS 694 ; 1990 Electricals Indo American
FINOLEX Electricals
ASIAN GALAXY Finolex ASIAN GALAXY
PVT LTD PVT LTD
HAVELLS
ASIAN GALAXY PVT
LTD
HT XLPE CABLE upto 66 KV as per relevant IS UNIVERSAL HAVELLS KEI

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 275
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
RPG(ASIAN) POLYCAB ICL

TORRENT GLOSTER PRIME KABLES

CCI LTD PLAZA PARAMOUNT

FINOLEX KEI Ravin Cables


Ltd
Crystal Cable
Industries Ltd M/s Diamond
Power
Ravin Cables Ltd Infrastructure
Ltd
M/s Diamond Power
Infrastructure Ltd
SUBMERSIBLE COPPER FLAT CABLE FINOLEX PLAZA PLAZA

POLYCAB HAVELLS HAVELLS

RR KABEL KALINGA KALINGA

2. PIPES (CI, GI & DI PIPES)


CI PIPE JINDAL KEJRIWAL KEJRIWAL

TATA JAISWAL NECO JAISWAL NECO

KESORAM BENGAL IRON BENGAL IRON


CORPORATION CORPORATION

ELECTROSTEEL
DI PIPE JINDAL JINDAL SWASTIC

ELECTRO STEEL ELECTRO STEEL JAI BALAJEE

LANCO LANCO Rashmi Metallic


Ltd
M/s Electro Steel M/s Electro Steel
Casting Ltd Casting Ltd
HDPE Pipe / UPVC Pipes & Fittings Finolex Reliance Vectus

Supreme Tirupati Neelkamal


Industries
Kisan Mouldings Pvt Kisan Mouldings
Durton Ltd Pvt Ltd

Kaveri Prince

Rishi
GI Pipes Jindal Prakash Advanced

Tata Oswal Nidhi

Zenith Swastik
PVC Pipes & Fittings Finolex Finolex Kisan Mouldings
Pvt Ltd
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 276
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
Supreme Supreme Indutries
Indutries Jain Irrigation
Kisan Mouldings Pvt System Ltd
Ltd

PPR Pipes & Fittings - Kisan Mouldings Pvt Kisan Mouldings


Ltd Pvt Ltd

Supreme Indutries Supreme


Indutries

3. CONDUITS
RIGID STEEL CONDUITS /MS CONDUITS JINDAL KALINGA VIKASH

FINOLEX AKG PRECISION

MK INDIA BEC STEEL KRAFT

ASIAN BHARAT STEEL


TUBE

NEW INDIA
CONDUITS PVT LTD
FARIDABAD
FLEXIBLE (PVC) CONDUIT/ FINOLEX ICL ICL
SPIRAL CONDUIT
ESS ESS KAY Finolex Finolex
ENGINEERING
Indo American
Electricals Ltd
CASING N CAPING FINOLEX SUPREME SUPREME

MODI PLAZA
PLAZA
JINDAL PRESTO PLAST
PRESTO
ASIAN AKG PLAST

AVON PLAST AKG

HARSH AVON PLAST

HARSH
4. LIGHTS T-5 Lamp/CFL Lamp fittings/HPSV/HPMV/High Mast Lamps
T-5 FITTINGS / TUBE LIGHT FITTINGS / CFL PHILIPS BAJAJ DECON
FITTINGS & ENERGY EFFICIENT TUBES &
LAMPS WIPRO CROMPTON KESELL

SURYA GE SURYA
ROSHNI LTD
MEPRO HAVELLS
SURYA
C&S
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 277
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
MEPRO
SURYA

MEPRO

STREET LIGHT FITTINGS PHILIPS BAJAJ SURYA

WIPRO CROMPTON DECON

Mepro GE KESELL

Surya HAVELLS Adhunik


Switch Gears
Mepro Pvt Ltd

Surya Mepro

C&S
HPSV / HPMV FITTINGS & LAMPS PHILIPS SURYA ROSHNI LTD SURYA
ROSHNI LTD
WIPRO Adhunik Switch
Gears Pvt Ltd Adhunik
HAVELLS Switch Gears
HALONIX Pvt Ltd
CROMPTON
HALONIX
GE

BAJAJ

C&S

HIGH MAST LIGHTS PHILIPS SURYA ROSHNI LTD SURYA


ROSHNI LTD
CROMPTON SPACEAGE Adhunik
Switch Gears
BAJAJ Pvt Ltd
DOMESTIC LIGHT FITTINGS / WALL FITTINGS BAJAJ JAMCO DAYAL

CROMPTON VIKASH
EVERSHINE
HAVELLS PRAKASH
AMC
PHILIPS DECON

WIPRO SURYA ROSHNI LTD

C&S Electric Ltd

5. FUSE GEAR
MCB / ELCB / RCCB / RCBO / ISOLATORS SCHENIDER HAVELLS INDIA STANDARD

LEGRAND INDO ASIAN BENTEC


Electrical and
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 278
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
L&T(LEXIC) SHALABH INDIA Electronics Pvt
LIMITED Ltd
GE(POWER) HAGER
M/s. ADHUNIK
C&S Electric Ltd BCH Switchgears
Pvt Ltd
ABB HPL
SIGMA

Delhi Control
Devices Pvt
Ltd

Novateur
electrical &
Digital
Systems Pvt
Ltd
MCCB / MPCBs SCHENIDER HAVELLS STANDARD

LEGRAND INDO ASIAN BENTEC


Electrical and
L&T(LEXIC) BCH Electronics Pvt
GE(POWER) HAGER Ltd
LEADER
C&S Electric Ltd HPL
Delhi Control
ABB Crompton Devices Pvt
Ltd

Novateur
electrical &
Digital
Systems Pvt
Ltd

VCB / OCB / SF6 CIRCUIT BREAKER / 33 & 11 ABB L&T Megawin


KV HT SWITCH GEAR PANELS Switch Gear
SCHENIDER C&S Electric Ltd Ltd

L&T CROMPTON GREAVES ITE GURGAON

SIEMENS KIRLOSKAR KIRLOSKAR

ITE GURGAON
ACB ABB HAVELLS India Ltd Novateur
C&S Electrci Ltd Electrical &
SCHENIDER Digital
HPL Systems Pvt
L&T Ltd
CROMPTON GREAVES
SIEMENS Benetec
Electrical and
GE POWER ITE GURGAON Electonics Pvt
Ltd
GOD / DO SWITCH PACTIL HARYANA ELECT -

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 279
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
(AIR BREAK) INDUSTRIES
JAIPURIA
RASHTRIYA
MEI

BHEL

DISTRIBUTION BOARDS SCHENIDER HAGAR M/s. ADHUNIK


Switchgears
ABB BCH Pvt Ltd

L&T HPL SIGMA

Lexic VINTEC STANDARD

GE Power PLAZA Novateur


Electrical &
LEGRAND SHALABH INDIA LTD Digital
Systems Pvt
INDO ASIAN Ltd

C&S

HAVELLS India
HT RING MAIN UNIT, SF6 / VCB 11 KV SIEMENS CROMPTON GREAVES Megawin
Switch Gear
SCHENIDER ITE GURGAON Pvt Ltd

ABB KIRLOSKAR ITE GURGAON

L&T Megawin Switch Gear


Pvt Ltd KIRLOSKAR

HT LOAD BREAK SWITCH SIEMENS ITE GURGAON Megawin


Switch Gear
SCHENIDER KIRLOSKAR Pvt Ltd

ABB CROMPTON GREAVES KIRLOSKAR

L&T ITE GURGAON

Havells India Ltd

CHANGEOVER SWITCH / STARTER / HRC L&T INDO ASIAN STANDARD


FUSES
GE POWER HAVELLS SHALABH PVT
LTD
SCHNEIDER HPL
Novateur
C&S CROMPTON Electrical &
Digital
ABB SHALABH PVT LTD Systems Pvt
HAGER Ltd
SIEMENS

HAVELLS

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 280
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
6. SWITCH, PLUG & SOCKET
MODULAR SWITCH / SOCKETS ANCHOR SSK CLIPSAL

LEGRAND CONA NORTH WEST

CRABTREE KAY KAY


(HAVELLS)
LEADER Novateur
MK (HONNEY Electrical &
WELL) HAVELLS India Digital
Systems Pvt
INDO ASIAN Ltd
(GLINT)

ELECTRIC SWITCHES / SOCKETS / BELL PUSH ANCHOR KINJAL PLAZA

LEGRAND PLAZA SSK

HAVELLS India SSK


CONA
HPL CONA
RR Kabel
C&S RR Kabel
EON Electric
Ltd
7. Fan Regulators, Lamp Holders, Ceiling Rose, Electric Call Bells
FAN REGULATOR (ELECTRONIC) Usha PLAZA PENTA

CROMPTON LEADER MOSAIC

BAJAJ KHAITAN

HAVELLS ALMONARD

ANCHOR
LAMP HOLDER / CEILING ROSE ANCHOR ESS ESS KAY ESS ESS KAY

CRAB TREE PLAZA


PLAZA
ELECTRIC CALL BELLS ANCHOR CONA CONA

LEGRAND PLAZA PLAZA

HAVELLS ANCHOR

WIPRO LEGRAND

BAJAJ
8. TIME SWITCHES

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 281
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
TIME SWITCHES LEGRAND HPL -

HAGER INDO ASIAN

ABB BCH

SCHENIDER HAVELLS

L&T Novateur Electrical &


Digital Systems Pvt
GE Ltd

C&S Electric Ltd


9. SUB STATION / TRANSFORMER, POWER TRANSFORMER
COMPACT SUBSTATION / UNITISED SUB SIEMENS ITE GURGAON M/s MEGA
STATION Energy Solutions
SCHENIDER KIRLOSKAR Pune

ABB CROMPTON ITE GURGAON


GREAVES
L&T
TRANSFORMERS UPTO 500 KVA ABB MAHENDRA ENGG -
LTD
CROMPTON
GREAVES INTERNATIONAL
TRANSFORMER LTD
RAJASTHAN INDOTECH
TRANSFORMERS
SCHENIDER

ITE GURGAON

INDOTECH

GE POWER
TRANSFORMERS ABOVE 500 KVA ABB RAJASTHAN RAJASTHAN
TRANSFORMERS TRANSFORMERS
CROMPTON
GREAVES KIRLOSKAR KIRLOSKAR

SIEMENS INDOTECH INDOTECH

SCHENIDER

ITE GURGAON

GE POWER
TRANSFORMER 33 KV STEP DOWN/ ABB KIRLOSKAR KIRLOSKAR
TRANSFORMER 33 / 0.433 KV STEP DOWN
CROMPTON RAJASTHAN RAJASTHAN
GREAVES TRANSFORMERS TRANSFORMERS

SIEMENS INDOTECH INDOTECH

SCHENIDER
ITE GURGAON
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 282
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III

VOLTAMP LTD

GE POWER
10. Voltage Stabilisers, CT’s and PT’s, Sub stn eqpt
VOLTAGE STABLIZER UPTO 5 KVA V-GUARD BLUE BIRD BLUE BIRD

AE M/S SAI M/S SAI


ELECTRICALS ELECTRICALS
APLAB
ITE GURGAON
SINETRAC ITE GURGAON
PREMIER
MICROTECH C&S
SAR
ZENITH
VOLINA M/s Powertech
ITE GURGAON Switchgears
C&S
C&S
M/s Powertech
M/s Powertech Switchgears
Switchgears
SERVO VOLTAGE STABLIZER APLAB VINITEC BLUE BIRD

BRENTFORD ITE GURGAON M/S SAI


ELECTRICALS
SINETRAC POWERWARE
ITE GURGAON
AE M/S SAI
ELECTRICALS C&S
C&S
Electrotecknic M/s Powertech
M/s Powertech Switchgears
Switchgears KIRLOSKAR

BRENTFORD

ITE GURGAON

C&S

M/s Powertech
Switchgears
HT VOLTAGE STABLIZER KIRLOSKAR ELECTROTEKNICA C&S

BRENTFORD KIRLOSKAR M/s Powertech


Switchgears
ANDREW YULE BRENTFORD

AE C&S

C&S M/s Powertech


Switchgears
M/s Powertech
Switchgears
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 283
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
CURRENT & POTENTIAL KAPPA CROMPTON GREAVES CROMPTON
TRANSFORMERS/CT’S(LT) GREAVES
AE C&S
C&S
SIEMENS PRAYAG
PRAYAG
PACTIL C&S
C&S
PRAGATI M/s Powertech
Switchgears M/s Powertech
ABB Switchgears

SCHENIDER

C&S

M/s Powertech
Switchgears
CAPACITOR BANKS HT & LT ABB CROMPTON GREAVES MINIMEX

SCHNEIDER HAVELLS M/S SAI


ELECTRICALS
L&T C&S
UNISTAR
SIEMENS BCH
APCOS
PUSH BUTTON / SELECTOR SWITCH / L&T HPL ALTOS
INDICATING LAMP
LEGRAND KAYCEE GEPC

SIEMENS BCH

C&S

ABB
Energy Meters (KWH) Tamper Proof Digital / L&T Anchor
Analog Meters
Havells Datapro

HPL Bharat Bijlee

Indo Asian Bentec Electrical &


Electronics Pvt Ltd
Secure
Delhi Control Services
Legrand Pvt Ltd
SWITCH FUSE / MAIN SWITCH / FEEDER L&T UNILAC ASIAN
PILLAR BOX AND LT DISTRIBUTION PANELS /
POWER FACTOR COMPENSATOR HARMONIC SCHNEIDER TRICOLITE
FILTER / AUTOMATIC POWER FACTOR POWER CARE
CONTROLLER (APFC) ABB ADLEC JABALPUR

SIEMENS ITE GURGAON

LEGRAND HPL

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 284
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
HAVELLS SHALABH INDIA LTD

C&S UNIVERSAL SWITCH


GEAR CONTROL

L&T
11. WATER HEATERS
176 GEYSERS Kitchen / Bathrooms BAJAJ BAJAJ VENUS

USHA LEXUS USHA LEXUS CROMPTON

RACOLD RACOLD Eon Electric Ltd


HAVELLS HAVELLS
Jaguar & Co Pvt Eon Electric Ltd Orison
Ltd
12. FANS
CEILING / EXHAUST / CABIN FANS USHA USHA POLAR

CROMPTON CROMPTON MIE

BAJAJ BAJAJ

ALMONARD ALMONARD

HAVELLS HAVELLS

KHAITAN KHAITAN

ORIENT ORIENT
EXHAUST FANS PVC BODY KHAITAN KHAITAN POLAR

HAVELLS HAVELLS ORIENT

CROMPTON CROMPTON

BAJAJ BAJAJ

USHA USHA

POLAR

ORIENT
AIR CIRCULATOR /TURBO VENTILATOR ALMONARD ALMONARD CROMPTON
/WALL MOUNTED FAN GREAVES
BAJAJ BAJAJ
BHARAT BIJLEE
HAVELLS HAVELLS

KHAITAN KHAITAN
USHA USHA
13. JUNCTION BOXES
FLUSH MOUNTING PVC BOX NAITHANI PLASTIC ANY ISI MARK ANY ISI MARK
MOULDING WORK PRODUCT PRODUCT

SUPREME

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 285
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
INDUSTRIES

SINTEX
INDUSTRIES LTD
14. LAMINATED SHEET
LAMINATED SHEET ANCHOR ANCHOR ANCHOR

HYLAM HYLAM HYLAM

NATIONAL NATIONAL NATIONAL


15. JOINTING KIT FOR CABLES
HEAT AND COLD SHRINKABLE BOXES M-SEAL CABSEAL DENSON

RAYCHEM M-SEAL CABSEAL

RAYCHEM

DENSON
16. FLAME PROOF FITTINGS
FLAME PROOF FITTING / EXHAUST FAN AND SUDHIR BALIGA SHYAAM
FIXTURE
PHILIPS FLEXPRO FCG

BAJAJ

CROMPTON

FLAME PROOF MOTORS ABB JYOTI -

CROMPTON KIRLOSKAR

SIEMENS

HAVELLS
17. CONDUCTORS
ALUMINIUM / ACSR CONDUCTORS INDIAN VK CONDUCTORS VK
ALUMINIUM CO. CONDUCTORS
KRISHNA
BHARAT KRISHNA
CONDUCTOR MPCAB
MPCAB
ALUMINIUM IND.
18. HT/LT INSULATORS
HT / LT INSULATORS WS INSULATOR MODERN -
INSULATOR
SOUTHEN
INSULATORS HITKARI CJI

JAYSHREE DENSON

JAIPURIA

REYCHEM

BIRLA 3M

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 286
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
19. CABLE LUGS
CABLE LUGS JOHNSON ASCON -

DOWELL AXIS

INDIANA
20. DG SET
DG SET – ALTERNATOR STEMFORD KIRLOSKAR Mahindra &
Mahindra Ltd
CATTER PILLAR JYOTI

CROMPTON NGEF
GREAVES
Mahindra &
Mahindra & Mahindra Ltd
Mahindra Ltd
DG SET – ENGINE CUMMINS KIRLOSKAR Mahindra &
Mahindra Ltd
CATTER PILLAR CROMPTON
GREAVES
Mahindra &
Mahindra Ltd Mahindra &
Mahindra Ltd

21. LIGHTNING ARRESTORS


LIGHTNING ARRESTORS SCHENIDER - -

BHEL

GE POWER

OBLUM
INSULATORS

WS INSULATORS

SOUTHERN
INSULATORS
22. BUS TRUNK
AIR INSULATED TRUNK BUS BARS/BUS DUCTS/ C&S HENSEL -
BUS BAR TRUNKING SYSTEM
LEGRAND SINTEX

SCHENIDER
23. RCC / PCC POLES
PCC POLES CONCRETE UDHYOG MOHAN CONCRETE -
JHANSI UDHYOG

MOHAN CONCRETE CONCRETE UDHYOG


UDHYOG JHANSI

HINDUSTAN CHAMAN FABRIC


PRESTRESSED PANCHKULA
CONCRETE
STRUCTURE

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 287
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
RK INDUSTRIES & SHREE AMBEY
POLES FABRIC LUCKNOW
STEEL TUBULAR POLES JINDAL INDIA TUBE CO -

NATIONAL TUBE JAI BHARAT POLES

BHARAT CONDUIT M/S SOHAN LAL &


SONS
BCW KANPUR
24. PROTECTION RELAYS
HT SWITCH GEAR PROTECTION RELAY ABB ABB JVS
ELECTROMECHANICAL / DIGITAL
SCHNEIDER SCHNEIDER SCHNEIDER

L&T L&T L&T

GE POWER GE POWER

SIEMENS SIEMENS

ASHIDA ASHIDA
25. SOLAR LIGHTING
SOLAR LIGHTING PANELS TATA BP SOLAR TATA BP Solar GLOMAC

PHILIPS BAJAJ

C&S
SURYA ROSHNI
LTD
BIRLA POWER
26. BATTERY/BATTERY CHARGERS
BATTERY CHARGER & BATTERY EXIDE BCH -

AMCO ESCORP

PANASONIC NUCLEOUS

SINETRAC STANDARD
PRESTOLITE SF SONIC

AMRON OKAYA

LUMINUOUS
27. EXTERNAL WATER SUPPLY
CENTRIFUGAL PUMP KIRLOSKAR BE BE

BECON MAXFLOW MAXFLOW

CROMPTON WASP WASP

JYOTI

KSB
MOTORS KIRLOSKAR CROMPTON CROMPTON

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 288
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
L&T BCH BCH

SCHNEIDER BHARAT BIJLEE BHARAT


BIJLEE
JYOTI L&T
L&T
SIEMENS

NGF

ABB

KSB
TURBINE PUMP / VERTICAL TURBINE PUMP KIRLOSKAR WORTHINGTON -

JYOTI CROMPTON

JOHNSON

KSB

SUBMERSIBLE PUMP / HORIZONTAL PUMP KIRLOSKAR CALAMA SMFC

KSB SHAKTI

JYOTI V-GUARD

TULLU GRANDFOS

CRI

SMFC
GM GATE VALVES / STOP VALVES / CI SLUICE ZOLOTO VENUS KARTAR
VALVES / REFLUX VALVES / FOOT VALVES / AIR
RELEASE / FOOT VALVE LEADER KEJRIWAL BIR

AUDCO KARTAR

KIRLOSKAR BIR

IVC

UPADHYAY

L&T
MOTOR STARTER / SINGLE PHASE PREVENTOR L&T L&T BENTEC
/ PHASE SEQUENCE CORRECTOR(AUTO) / FASD
STARTER / DOL STARTER / AUTO MOTOR ABB BENTEC SINETRAC
CONTROL TIMER PANEL ELECTRONIC DIGITAL
MOTOR PROTECTION RELAYS C&S SINETRAC STANDARD

HAVELLS STANDARD HPL

BCH HPL

INDO ASIAN MINILEC

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 289
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III

CROMPTON SECO

SCHNEIDER GIC
WATER LEVEL INDICATOR DIGITAL / DEVICE SINETRAC PUMPUTER PUMPUTER

AKASH AKASH AKASH

PHOTRON PHOTRON
PHOTRON
SURYA SURYA
SURYA
SECO
WATER METER DASMESH DASMESH -

KIRLOSKAR KIRLOSKAR
28. AIR CONDITIONING
ELECTRIC MOTOR KIRLOSKAR CROMPTON CROMPTON

L&T BCH BCH

SCHNEIDER BHARAT BIJLEE


BHARAT
JYOTI L&T BIJLEE

SIEMENS L&T

NGF

ABB

KSB
MOTOR STARTER L&T BENTEC BENTEC

ABB L&T SINETRAC

C&S SINETRAC STANDARD

HAVELLS STANDARD HPL

BCH HPL

INDO ASIAN MINILEC

CROMPTON SECO

SCHNEIDER GIC

COOLING COIL / AHU VOLTAS VOLTAS EDGETECH

BLUE STAR BLUE STAR PARKAIRE

ZECO ZECO UNIVERSAL

ACCEL ACCEL

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 290
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
CARRIER CARRIER

EDGETECH
CONDENSOR VOLTAS UNIVERSAL -
PARKAIRE
BLUE STAR

ZECO

ACCEL
CARRIER
AIR FILTER KIRLOSKAR TENACITY -

ATHLETE
COOLING TOWER PAHARPUR THERMO PACK -

MIHIR DELTA

VOLTAS

BLUE STAR
EXPANSION VALVE / THERMOSTAT / DANFOSS ALCO -
HUMIDISTAT
SPORLON RANCO

INDFOSS

HONEYWELL
HP / LP CUT OUT DANFOSS RANCO -

INDFOSS PENN

JOHNSON
THERMO METERS H-GURU AIRCOOL -

THERMAX RENUTROL

ZENITH

SCIENTIFIC
HOT WATER GENERATOR THERMAX THERMAX -

ZENITH SANT

RAID CONTROL

STRIP HEATER RACOLD SANT -

DASS PASS EMI

HOTWEL CROWN
WINDOW / SPLIT TYPE AC VOLTAS SAMSUNG -

HITACHI LG

CARRIER DAIKIN
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 291
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III

BLUE STAR
PACKAGE TYPE AC BLUE STAR VOLTAS -

HITACHI CARRIER
CHILLING PACKAGE UNIT VOLTAS KIRLOSKAR -

BLUE STAR
PUMP MONO BLOCK KIRLOSKAR - -

CROMPTON
AC CONTACTORS L&T C&S -

ABB GE
SIEMENS
29. SOLAR WATER HEATING SYSTEM
SOLAR WATER HEATING SYSTEM TATA BP SOLAR V GUARD -

BHEL BHEL
30. SHOCK PROOF INSULATION
ELECTRICAL INSULATION RUBBER MAT JAIPURIA JYOTI -

JYOTI INSUILATICA
31. FIRE FIGHTING SYSTEM
FIRE DETECTOR SIEMENS SIEMENS -

HONEYWELL HONEYWELL
Fire Pump / Jockey Pump KIRLOSKAR CRI -

KSB Grundfoss
32. MISCELLANEOUS ITEMS
GI SHEET TATA JINDAL -
CLASS 8, 120 Gram / Sqm
SAIL TATA

SAIL
EOT CRANE ROCKWELL POINEER CRANES -
HOISTO
TURBO FURGUSAN
HERCULIS HOISTO (INDIA) PVT LTD
AIR CURTAIN ALMONARD - -

CROMPTON
ADVANCE LIGHTNING PROTECTION UNITY PHEONIX PRAGATI -
ELECTROCOM
VOLTAS SM Innotech- Earth
Plus

Dhruva Tech PVT LTD


–PROTEC
WATER COOLERS VOLTAS VOLTAS -

BLUESTAR BLUESTAR

USHA SHRIRAM USHA SHRIRAM


CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 292
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
DIFFUSERS/ GRILLER CARRIER ATE -

MHP
MARPO
INVERTER LUMINOUS MICROTECH -

SUKAM SUKAM

LUMINOUS
GPRS / GSM BASED SCADA WIRELESS SECO M/S SURYA -
ELECTRONIC &
CONTROLS JODHPUR
UNDER WATER LIGHTS PHILIPS BAJAJ -

CROMPTON PHILIPS
GREAVES
AIR COMPRESSOR BLUE STAR INGEROLL RAND -

INGEROLL RAND BLUE STAR


ELECTRIC LIFTS OTIS MITSUBISHI -

KONE INDIA KONE INDIA

JHONSON JHONSON
STATIC FREQUENCY CONVERTER SIEMENS MITSUBISHI -

ABB TOSHIBA
MANUAL CALL POINT APOLLO SAFEWAY -

DG CON

SURAKSHA
NAVEEN
ISOLATION TRANSFORMER VOLINA VOLINA -
NON GASES BASED CHLORINATION SYSTEM / DECLIBAC DECLIBAC POTER & -
DOSING SYSTEM WITH DOSING PUMP WATTS CORP
POTER & WATTS
CORP BRIOZING
UNLIMITED
BRIOZING
UNLIMITED

CHEMICAL FOR CHLORINATION DECLIBAC DECLIBAC -

POTER & WATTS POTER & WATTS


CORP CORP

BRIOZING BRIOZING
UNLIMITED UNLIMITED
CHLORONOME PLANT CAPITAL CONTROL CAPITAL CONTROL -

JESCO JESCO

PATTERSON PATTERSON
SEWAR MANHOLES CI COVERS` BENGAL IRON -
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 293
PARTICULAR SPECIFICATIONS (CONTD….)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
CORPORATION
33. ENERGY SAVER
Mega Energy saver for window, split and Package M/s Mega Energy -
AC, Mega Energix-P/G Energy saver for pumps and Solutions Pune
fan motors. Mega SLC Energy Saving light
34. LED LIGHTS
LED lights Energy efficient lighting systems Havells Havells Havells
and Luminaires for domestic / commercial /
industrial / street lighting M/S Insta Power Phillips Phillips
Ltd.
M/S Surya Roshni Electron*
Phillips Ltd.
M/S Surya
M/S Surya Mepro Roshni Ltd.
Roshni Ltd.
M/s DIFIFLIC Mepro
Mepro Enerpax Global Pvt
Ltd M/s DIFIFLIC
M/s DIFIFLIC Enerpax Global
Enerpax Global Pvt Ltd
Pvt Ltd

Mega LED Lighting for indoor and outdoor SYSKA SYSKA *M/s Mega
Use. Energy Solutions
Mega Solar LED Lighting C &S C &S
C &S
M/s DIFIFLIC VIN Semiconductors
Enerpax Global Pvt Ltd SYSKA.
Pvt Ltd
M/s DIFIFLIC VIN
Enerpax Global Pvt Semiconductors
Ltd Pvt Ltd

M/s DIFIFLIC
Enerpax Global
Pvt Ltd
35. SEWAGE TREATMENT PLANT :- Makes to be Referred from latest approved list issued by E-in-C’s branch.
36. WATER TREATMENT
Mark Baxer brand water disinfectant granules / BM Aqua Tech Pvt Ltd.
tablets - Sodium Dichloro ISO - Cyanurate (NaDCC)
RO Plants, Filters & Softeners Fontus Water Limited.

Thermax Limited.

Sophisticated Industrial Materials Analytic Lab Pvt Ltd


(SIMA)
37. MISC
PLC wireless gateways, wireless communication M/S CIMCON Software (India) Pvt Ltd.
and misc, items
PLC/IRTU Model (10000, 300, 6000, 9000), ISLC 3000,
Wireless Gateway Unit, Aqua Scanet, Power Scanet,
Lighting gale FEP (Front End Processor), IPMU 4000
Energy Meter, ICOM 6000 wireless communication
modem

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 294
PARTICULAR SPECIFICATIONS (CONTD…..)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
MISCELLANEOUS ITEMS
231 GI SHEET TATA JINDAL -
CLASS 8, 120 Gram / Sqm SAIL TATA
SAIL
232 EOT CRANE ROCKWELL POINEER CRANES -
HOISTO TURBO FURGUSAN
HERCULIS HOISTO (INDIA) PVT LTD
233 AIR CURTAIN ALMONARD - -
CROMPTON
234 ADVANCE LIGHTNING PROTECTION UNITY PHEONIX PRAGATI -
VOLTAS ELECTROCOM
PRAGATI SM Innotech- Earth
ELECTROCOM SM Plus
Innotech- Earth Dhruva Tech PVT
Plus LTD –PROTEC
235 WATER COOLERS VOLTAS VOLTAS -
BLUESTAR BLUESTAR
USHA SHRIRAM USHA SHRIRAM
236 AVIATION OBSTRUCTION PHILIPS BAJAJ -
LIGHT WIPRO WIPRO
GEC
237 UPS SIEMENS MICROTECH APLAB
V GUARD SU-KAM MICROTECH
238 DAMPER CARRIER ATE -
MHP
MARPO
239 DIFFUSERS/ GRILLER CARRIER ATE -
MHP
MARPO
240 INVERTER LUNINOUS MICROTECH -
SUKAM SUKAM
241 GPRS / GSM BASED SCADA WIRELESS SECO BRAND M/S SURYA -
ELECTRONIC &
CONTROLS
JODHPUR
242 UNDER WATER LIGHTS PHILIPS BAJAJ -
CROMPTON PHILIPS
GREAVES
243 AIR COMPRESSOR BLUE STAR INGEROLL RAND -
INGEROLL RAND BLUE STAR
244 FIRE PUMP / JOCKEY PUMP KIRLOSKAR CRI -
KSB GRUND-FOSS
245 ELECTRIC LIFTS OTIS MITSUBISHI -
KONE INDIA KONE INDIA
JHONSON JHONSON
246 STATIC FREQUENCY CONVERTER SIEMENS MITSUBISHI -
ABB TOSHIBA
247 MANUAL CALL POINT APOLLO SAFEWAY -
DG CON SURAKSHA

NAVEEN
248 ISOLATION TRANSFORMER VOLINA VOLINA -
249 NON GASES BASED CHLORINATION SYSTEM DECLIBAC POTER DECLIBAC POTER & -
/ DOSING SYSTEM WITH DOSING PUMP & WATTS CORP WATTS CORP
BRIOZING BRIOZING
CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 295
PARTICULAR SPECIFICATIONS (CONTD…..)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
UNLIMITED UNLIMITED
250 CHEMICAL FOR CHLORINATION DECLIBAC POTER DECLIBAC POTER & -
& WATTS CORP WATTS CORP
BRIOZING BRIOZING
UNLIMITED UNLIMITED
251 CHLORONOME PLANT CAPITAL CONTROL CAPITAL CONTROL -

JESCO JESCO
PATTERSON PATTERSON
252 SEWAR MANHOLES CI COVERS` BENGAL IRON -
CORPORATION
SEWAGE TREATMENT PLANT
254 MBBR Thermax Limited. Thermax Limited. Nitasha
Ion Exchange Ion Exchange Constructions.
(India) Ltd. (India) Ltd. Hydrotech
Fontus Water Ltd. Paryavaran
(India) Pvt Ltd.
Sophesticated
Industrial
Materials Analytic
(SIMA) Labs Pvt
Ltd.

255 MBR Thermax Limited. Thermax Limited. Thermax


Nitasha Nitasha Limited.
Constructions. Constructions. Nitasha
Sophesticated Sophesticated Constructions.
Industrial Materials Industrial Materials Sophesticated
Analytic (SIMA) Analytic (SIMA) Labs Industrial
Labs Pvt Ltd. Pvt Ltd. Materials
Analytic (SIMA)
Labs Pvt Ltd.
256 FBBR, FAB, FMR, SAFF Thermax Limited. Thermax Limited. Thermax
Nitasha Nitasha Limited.
Constructions Constructions Nitasha
Sophisticated Sophisticated Constructions
Industrial Materials Industrial Materials Sophisticated
Analytic Lab Pvt Analytic Lab Pvt Ltd Industrial
Ltd (SIMA) (SIMA) Materials
Fontus Water Ltd. Analytic Lab Pvt
Ltd (SIMA)
Fontus Water
Ltd.
257 SBR Thermax Limited. Thermax Limited. Thermax
Nitasha Nitasha Limited.
Constructions Constructions Nitasha
Sophisticated Sophisticated Constructions
Industrial Materials Industrial Materials Sophisticated
Analytic Lab Pvt Analytic Lab Pvt Ltd Industrial
Ltd (SIMA) (SIMA) Materials
Analytic Lab Pvt
Ltd (SIMA)
Hydrotech
Paryavaran
(india) Pvt Ltd

CONTD ……
NIT NO CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO 296
PARTICULAR SPECIFICATIONS (CONTD…..)
APPENDIX ‘B’
LIST OF APPROVED PRODUCTS / MAKES TO BE INCORPORATED IN WORK
S. PRODUCT NAME NAME OF MAKE / MANUFACTURER
No. GROUP-I GROUP-II GROUP-III
258 SBBR - Sophesticated -
Industrial Materials
Analytic (SIMA) Labs
Pvt Ltd.
259 ASP Technology Nitasha Nitasha Nitasha
Constructions Constructions Constructions
Sophisticated Sophisticated Sophisticated
Industrial Materials Industrial Materials Industrial
Analytic Lab Pvt Analytic Lab Pvt Ltd Materials
Ltd (SIMA) (SIMA) Analytic Lab Pvt
Hydrotech Hydrotech Ltd (SIMA)
Paryavaran (india) Paryavaran (india) Hydrotech
Pvt Ltd Pvt Ltd Paryavaran
(india) Pvt Ltd

260 Package type treatment plant for water & Sophisticated Sophisticated Sophisticated
waste water Industrial Materials Industrial Materials Industrial
Analytic Lab Pvt Analytic Lab Pvt Ltd Materials
Ltd (SIMA) (SIMA) Analytic Lab Pvt
Ltd (SIMA)
261 PSTP-Package Sewage treatment plant, M/S Sintex - -
PWTS- AM Advance Septic Tank and PWTS- Industries Limited
STBF Sewage Treatment Plant (Plastic Division)
262 Testing Lab for water & waste water, Sophisticated Sophisticated Sophisticated
chemical, building material and other Industrial Materials Industrial Materials Industrial
products as per NABL approval Analytic Lab Pvt Analytic Lab Pvt Ltd Materials
Ltd (SIMA) (SIMA) Analytic Lab Pvt
Ltd (SIMA)
WATER TREATMENT
263 Mark Baxer brand water disinfectant granules / BM Aqua Tech Pvt Ltd.
tablets - Sodium Dichloro ISO - Cyanurate (NaDCC)
264 RO Plants, Filters & Softeners Fontus Water Limited.
Thermax Limited.
Sophisticated Industrial Materials Analytic Lab Pvt Ltd
(SIMA)

MISC
265 PLC wireless gateways, wireless M/S CIMCON Software (India) Pvt Ltd.
communication and misc, items
PLC/IRTU Model (10000, 300, 6000, 9000), ISLC
3000, Wireless Gateway Unit, Aqua Scanet, Power
Scanet, Lighting gale FEP (Front End Processor),
IPMU 4000 Energy Meter, ICOM 6000 wireless
communication modem

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 297

PARTICULAR SPECIFICATIONS (CONTD……)

APPENDIX ‘C’
SOURCES OF MATERIALS

S. NO. NAME OF MATERIALS SOURCE OF MATERIALS FOR WORKS AT


STATION
1. Fly Ash Bricks and brick tiles As specified here-in-before

2. Coarse aggregate for all RCC works Crushed aggregate of Rishikesh, Hardawar,
Rispana, Tones, Song, Raipur, Rajpur (Dehradun).

3. Coarse aggregate for all PCC works Crushed aggregate of Rishikesh, Hardawar, Raipur.

4. Coarse sand for RCC/PCC lime Rishikesh, Hardawar, Raipur.


concrete, DPC and seal coat.

5. Sand for plastering, pointing, brick Rispana, Tones, Song, Raipur, Rajpur (Dehradun),
masonry, stone masonry, sand for Yamuna near Bagpat.
cushioning, filling and covering for LT
cables

6. Broken / crushed stones for Hardcore Crushed aggregate of Rishikesh, Hardawar,


/ Sub base / Soling / WBM / Stone Rispana, Tones, Song, Raipur, Rajpur (Dehradun).
screening / chippings, for premixed
carpeting / semi dense asphaltic
concrete, bituminous macadam
-------------------------------------------------------------------------------------------------------------------------------
NOTES: -

1. Sources indicated are for guidance only. The tenderer shall ascertain the actual position / exact
location of source before submitting his tender and no additional payment shall be made on account of
misunderstanding or its distance from site of works.

2. The tenderer shall amongst other things also ascertain all information such as royalties, taxes,
duties and other charges etc. on the materials and no additional payment shall be made on account of
the foregoing.

3. However, if due to any ban imposed by the Sate Government/any other authority on obtaining
the materials from the sources specified hereinabove and /or specified materials is not available at the
source mentioned above, these materials conforming to specifications as given in particular
specifications will be obtained by the contractor from any other place / source without any extra cost to
the Government.

……………………………………
(Signature of Contractor) Astt Dir (Contracts)
Dated………………………… For Accepting Officer
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 298

PARTICULAR SPECIFICATION
MATERIALS AND TESTS
APPENDIX 'D'
Srl Material Tests Method of Frequency of tests of test Level of Rate Remarks
No Testing test
1 2 3 4 5 6 7 8
1 Brick (i) Compressive strength IS-3495 As per IS : 5454 given under:- A 180/- Checks for visual and
(Pt-II) dimensional
characteristics shall
also be carried out as
per IS : 5454

(ii) Water absorption IS-3495 Lot size Sample size Permissible No A 150/-
(Pt-II) of defective
bricks

(iii) Efflorescence IS-3495 1001 to 05 0 A 180/- LEGEND


(Pt-I) 10000 A - Site Lab
10001 10 0 B - Zonal Lab
to 35000 C - National test
35001 15 01 house/SEMT
to 50000 Wing/Engg. College

2 Coarse (i) Sieve analysis IS-2386(Pt-I) One test for every 15 cubic metre of A 120/-
aggregate aggregates or part there of brought at
site.
(ii) Flakiness Index IS-2386(Pt-I) One test for every 15 cubic metre of A 90/-
aggregates or part there of brought at
site.
(iii) Estimation of IS-2386(Pt-I) One test for every 100 cubic metre of A 120/-
deleterious material aggregate of Part thereof.

(iv) Organic impurities IS-2386(Pt-I) One test per source of supply C 120/-

(v) Moisture contents IS-2386(Pt-II) Regularly as required A 120/-

(vi) Specific gravity. IS-2386(Pt-II) One test for each source of supply B 120/-

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 299

PARTICULAR SPECIFICATION
MATERIALS AND TESTS
APPENDIX 'D'
1 2 3 4 5 6 7 8
3 Fine aggregate (i) Sieve analysis IS-2386(Pt-I) One test for every 15 cubic metre of FA A 180/-
or part when brought to site

(ii) Test for clay, silt and IS-2386(Pt-I) One test for every 15 cubic metre of FA A 90/-
impurities or part when brought to site

(iii) Specific gravity IS-2386(Pt-II) One for each source of supply B 180/-

(iv) Moisture content IS-2386(Pt-II) Regularly as required subject to 2 A 180/-


tests/day when being used.

(v) Test for organic IS-2386(Pt-II) One test for each source of supply C 180/-
impurities

4 Structural (i) Slump test or IS : 1199 The minimum frequency of sampling of A 180/- Random sampling
concrete (M-15 compacting factor test or concrete of each grade shall be as shall be carried to
grade and vee-bee time under:- cover all mix units.
above)
Qty of concrete No of samples
in the work (CUM)
(ii) Compressive strength IS : 516 1-5 1 A 120/- As per IS-456, Clause
6 - 15 2 No. 14 for frequency
16 - 30 3 of sampling
31 - 50 4
51 and above 4 + 1 for
each addl 50 Cum
or part thereof
5 (a) PCC block (i) Compressive strength IS : 2156 -1984 8 blocks out of 14 A 60/- Samples - 14 blocks
walling (Hollow (Appx 'B') from consignment of
block) every 5000 blocks or
part thereof.

Srl No 5 (Contd…)

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 300

PARTICULAR SPECIFICATION
MATERIALS AND TESTS
APPENDIX 'D'
1 2 3 4 5 6 7 8
(ii) Water absorption IS : 2156 -1984 3 blocks out of 14 B 120/-
(Appx 'E')

(iii) Density IS : 2156 -1984 3 blocks out of 14 B 90/-


(Appx 'A')

(b) PCC solid (i) Compressive strength IS : 2185 12 block out of 18 A 60/- Samples - 18 blocks
block for walling from consignment of
every 1000 blocks or
part thereof.

(ii) Water absorption IS : 2185 3 blocks out of 18 B 120/- These blocks to be


checked for
dimenstion and
weight.
(iii) Density IS : 2185 3 block out of 18 B 120/-

6 Cement flooring (i) Water absorption IS-1237 6 tiles out of 18. B 180/- Samples of 18 tiles
tiles/terrazzo (Appx 'D') from each source of
tiles supply selected at
random

(ii) Wet transverse IS-1237 6 tiles out of 18. B 144/-


strength (Appx 'E')

(iii) Resistance to wear IS-1237 6 tiles out of 18. C 540/-


(Appx 'F')

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 301

PARTICULAR SPECIFICATION
MATERIALS AND TESTS
APPENDIX 'D'
1 2 3 4 5 6 7 8
7 Burnt clay (i) Water absorption IS-3495 6 tiles out of 12 B 216/- SAMPLES : 12 tiles
roofing tiles (Part-II) from each source of
(hand made) supply selecetd at
IS-2690 (Pt-II) random.
LENGTH
150 mm to (ii) Compressive strength IS-3495 6 tiles out of 12 A 180/-
250 mm (Part-I)
WIDTH
100 mm to
200mm
THICKNESS
35mm to 50mm

8 Mangalore (i) Water absorption IS : 654 6 tiles out of 32 B 180/- SAMPLES : 32 tiles
pattern roofing (Appx 'A') from each
tiles consignment of 3000
tiles or part thereof.
(ii) Breaking load IS : 654 6 tiles out of 32 B 120/- These tiles shall be
(Appx 'C') checked for
dimensions.
9 Timber (i) Specific gravity and IS : 1708 Minimum 3 samples from a lot of 4 cum B 120/-
weight or 250 pieces of seasoned timber

(ii) Moisture content IS : 1708 - do - A 120/-


10 Water for (i) Test for acidity IS-456 & 3015 Once at the stage of approval of source B 240/- Also refer clause No.
constn. of water 4.3 of IS-456 and its
Purposes subsequent clauses
(ii) Test of alkalinity IS-456 & 3015 -do- B 240/- regarding suitabilitly of
water.
(iii) Test for solid content IS-456 & 3015 -do- C 300/-

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 302

PARTICULAR SPECIFICATION
MATERIALS AND TESTS
APPENDIX 'D'
1 2 3 4 5 6 7 8
11 Welding of steel Visual inspection test IS-822 100% visual inspection Work site 360/- Specialised test, their
work clause 7.1 method and frequency
to be decided on
consideration of their
importance by
Accepting Officer.

12 Timber paneled (a) Dimensions sizes IS : 1003 (Pt-I) Frequency of sampling from each lot A 180/-
glazed door workmanship and finish shall be as under:-
window shutters LOT SIZE SAMPLE SIZE
(including 26 to 50 5
factory made 51 to 100 8
shutters) 101 to 150 13
151 to 300 20
301 to 500 32
501 to 1000 50
1001 to above 80

(b) STRENGTH TESTS


(i) Slamming IS : 1303 From the each lot 5% of the factory
made shutters shall be manufacturer
tested for strength tests.

(ii) Impact Identation IS : 1303 ~do~

(iii) Shock resistance IS : 1303-1990 ~do~

(iv) Edge loading IS : 1303-1990 ~do~

13 Ply Wood (a) Moisture content IS : 1734 Six test pieces cut from each of the C 240/- Sampling shall as per
(IS : 303) (Part I) boards selected as per table shall be IS : 7835 Table
subjected to tests

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 303

PARTICULAR SPECIFICATION
MATERIALS AND TESTS
APPENDIX 'D'
1 2 3 4 5 6 7 8
14 Wood particle (a) Density IS - 2360 Three test specimens from each sample A 60/- Sampling shall be as
board (medium (Part-III) (Size 150 mm x 75 mm) per IS : 3487-83 with
density) moistsure metre
IS : 3097
(b) Moisture content IS - 2360 ~do~ A&B 60/-
(Part-III)
(c) Water absorption IS - 2360 ~do~ (Size 300mmx300mm) A 60/-
(Part-16)
(d) Swellilng due to IS - 2360 ~do~ (Size 125mmx100mm) A 60/-
surface absorption (Part-17)
(e) Swelling in water IS - 2360 ~do~ (Size 200mmx100mm) A 60/-
(Part-17)
(f) Modulus of rupture IS - 2360 Three test specimens as per IS : 2380 B 90/-
(Part-4)
(g) Screw withdrawal IS - 2360 Three test specimens as per IS : 2385 C 120/-
strength (Part-4)
15 Cement (i) Setting time IS:4031-63 Once for each consignment or as and B' 180/-
affirmed 1980 when required
(ii) Soundness IS:4031-63 Once for each consignment or as and B' 120/-
affirmed 1980 when required
(iii) Compressive Strength IS:4031-63 Once for each consignment or as and B' 360/-
affirmed 1980 when required
(i) Finenness IS:4031-63 Once for each consignment or as and B' 120/-
affirmed 1980 when required

Signature of contractor Astt Dir (Contracts)


Dated ………………….. For Accepting Officer

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 304

PARTICULAR SPECIFICATIONS (CONTD……)

APPENDIX ‘A’
LIST OF EQUIPMENT FOR FIELD TEST LABORATORY

FOR BUILDING WORKS

1. WEIGHING BALANCE
(a) 7 Kg to 10 Kg capacity, semi-self indicating type (Accuracy-10 gram)
(b) 500 gm capacity, semi-self indicating type (Accuracy-1 gram)
(c) Pan balance – 5 Kg capacity (Accuracy-10 gram)

2. OVENS
Electricity operated, thermostatically controlled upto 220 0C (Sensitivity-1 0C)

3. SIEVES AS PER IS-460-1962


(a) IS SIEVES 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm,
25 mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm complete with lid and pan.

(b) IS SIEVES 200 mm internal dia (brass frame) consisting of 2.36 mm, 1.18 mm,
500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with
lid and pan.

4. Sieve shaker capable of 200 mm and 300 mm dia, sieves, manually operated with timing switch
assembly.

5. EQUIPMENT FOR SLUMP TEST


Slump cone, steel plate, tamping rod, steel scale and scoop.

6. Dial gauges 25 mm travel 0.01 mm / division, least count – 02 Nos.

7. 100 Tonne compression testing machine, electric cum manually operated.

8. Graduated measuring cylinder 200 ml capacity-03 Nos.

9. ENAMEL TRAYS (FOR EFFLORESCENCE TEST FOR BLOCKS)


(a) 300 mm x 250 mm x 40 mm – 02 Nos.
(b) Circular plates of 250 mm dia –04 Nos.

FOR ROAD WORKS

1. WEIGHING BALANCES
(a) 7 Kg to 10 Kg, capacity semi self indicating type (Accuracy-10 gram)
(b) 500 gm capacity, semi self indicating type (Accuracy-1 gram)
(c) Chemical balance, 100 gm capacity (Accuracy-0.1 gram)
(d) Pan balance - 5 Kg capacity (Accuracy-10 gram)
(e) Platform scale - 300 Kg capacity
-------------------------------------------------------------------------------------------------------------------------------

……………………………………
(Signature of Contractor) Astt Dir (Contracts)
Dated………………………… For Accepting Officer
NIT NO CEBZ/MRT/T-14/2020-21 SERIAL PAGE 305

APPENDIX ‘E’

To be signed by the bidder and same signatory competent /authorized to sign the relevant
contract on behalf of MES.

INTEGRITY AGREEMENT

This integrity agreement is made at ………………………on this …………..day of ……….20…

BETWEEN

President of India represented through Chief Engineer, Military Engineer Services, HQ Chief Engineer,
Bareilly Zone, Bareilly Cantt-243001

(Hereinafter referred to as the “Principal/Owner” which expression shall unless repugnant to the
meaning or context hereof include its successor and permitted assigns)

AND

……………………………………………………………………………………………………………..

(Name and Address of the Bidder / Contractor)

through …………………………………………………………………………

(Details of duly authorized signatory)

(Hereinafter referred to as the “Bidder/Contractor” and which expression shall unless repugnantto the
meaning or context hereof include its successor and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No ………………………...)

(hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure,
contract for “PROVISION OF 0.5 MW SOLAR POWER PLANT AT EBS BABUGARH”.

”.Hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Bidder (s) and
Contractor (s)

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity
Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall
also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree
as follows and this Pact witnesses as under:

1. Commitment of the Principal/Owner

(a) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:

Contd./….

CONTD ……
NIT NO CEBZ/MRT/T-14/2020-21 SERIAL PAGE 306

(INTEGRITY AGREEMENT CONTD….)

(i) No employee of the Principal/Owner, personally or through any of his/her family

members, will in connection with Tender, or the execution of the Contract, demand, take a

promise for or accept, for self or third person, any material or in material benefit which

the person is not legally entitled to.

(ii) The Principal/Owner will, during the Tender process, treat all Bidder (s) with equity and
reason. The Principal Owner will, in particular, before and during the Tender process, provide to all
Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional
information through which the Bidder(s)could obtain an advantage in relation to the Tender process
or the Contract execution.

(iii) The Principal/Owner shall endeavor to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.

(b) If the Principal/Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal code (IPC)/ Prevention of corruption Act, 1988 (PC Act) or is in
violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the
Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as
per its internal laid down policies and procedures.

2. Commitment of the Bidder(s)/Contractor (s)

(a) It is required that each Bidder/Contractor (including their respective officers, employees and
agents) adhere to the highest ethical standards, and report to the Government / Department all suspected
acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during
the tendering process and throughout the negotiation or award of a contract.

(b) The Bidder(s)/Contractor (s) commits himself to take all measures necessary to prevent corruption.
He commits himself to observe the following principles during his participation in the Tender process and
during the Contract execution:

(i) The bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal/Owner’s employees involved in the Tender process or
execution of the contract or to any third person any material or other benefit which he/she is not
legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the
tender process or during the execution of the Contract.

(ii) The Bidder(s)/Contractor will not enter with other bidder(s) into any undisclosed agreement
or understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.

(iii) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act.
further the Bidder(s)/Contractor(s) will not use improperly, (for the purpose of competition or
personal gain), or pass on to others, any information or documents provided by the Principal/Owner
as part of the business relationship, regarding plans, technical proposals and business details,
including information contained or transmitted electronically.

CONTD ……
NIT NO CEBZ/MRT/T-14/2020-21 SERIAL PAGE 307

(INTEGRITY AGREEMENT CONTD….)

(iv) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s)of Indian Nationality shall
disclose name and addresses of foreign agents/representatives, if any. Either the Indian agent on
behalf of the foreign principal or the foreign principal directly could bid in a tender but not both.
Further, incases where an agent participate in a tender on behalf of one manufacturer, he shall not
be allowed to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender of the same item.

(v) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payment he
has made, is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the Contract.

(c) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be
an accessory to such offences.

(d) The Bidder(s)/Contractor(s) will not directly or through any other person or firm indulge in
fraudulent practice means a willful misrepresentation or omission of facts or submission of fake/forged
documents in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and/or to influence the procurement process
to the detriment of the Government interests.

(e) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision through
intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall
upon a person, his/her reputation or property to influence their participation in the tendering process).

3. Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contractor its established policies and laid down procedures, the Principal/Owner shall have the following
rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/Contractor
accepts and undertakes to respect and uphold the Principal/Owner’s absolute right.

(a) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed
a transgression through a violation of Para 2 above or in any other form, such as to put his reliability or
credibility in question, the Principal/Owner after giving 14 days notice to the Contractor shall have powers
to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if
already executed or exclude the Bidder/Contractor from future contract award processes. The imposition
and duration of the exclusion will be determined by the severity of transgression and determined by the
Principal/Owner. Such exclusion may be forever or for limited period as decided by the Principal/Owner.

(b) Forfeiture of EMD/Performance Guarantee/Security deposit. If the Principal/Owner has disqualified


the Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the
Contract or has accrued the right to terminate/determine the Contract according to Para 3(a), the
Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may
in its considered opinion forfeit the entire amount of Earnest Money Deposit / Performance Guarantee/
Security Deposit of the Bidder/Contractor.

CONTD ……
NIT NO CEBZ/MRT/T-14/2020-21 SERIAL PAGE 308

(INTEGRITY AGREEMENT CONTD….)

(c) Criminal liability : if the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or
of an employee or a representative or an associate of a Bidder or Contractor which constitutes corruption
within the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this regard, the
Principal/owner will inform the same to law enforcing agencies for further investigation.

4. Previous Transgression

(a) The bidder declares that no previous transgression occurred in the last 5 years with any other
company in any country confirming to the anticorruption approach or with Central Government or State
Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion
from the Tender process.

(b) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as
deemed fit by the Principal/Owner.

(c) If the Bidder/Contractor can prove that he has resorted/ recouped the damage caused by him and
has installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion,
revoke the exclusion prematurely

5. Equal treatment of all Bidders/Contractors/Subcontractors

(a) The Bidder(s)/Contractor(s) undertake (s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the
principles laid down in this agreement/Pact by any of its Subcontractors/sub-vendors.

(b) The Principal/Owner will enter into Pacts on identical terms as this one with all bidders and
Contractors.

(c) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the
Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender
process, from the Tender process.

6. Duration of the Pact

This pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor
after the final payment under the contract has been made or till the continuation of defect liability period,
whichever is more and for all other bidders, till the contract has been awarded. If any claim is made/lodged
during the time, the same shall be binding and continue to be valid despite the lapse of this Pact as
specified above, unless it is discharged/determined by the Competent Authority, MES.

7. Other Provisions

(a) This Pact is subject to Indian law, place of performance and jurisdiction is the Headquarters of the
formation of the Principal/Owner, who has floated the Tender.

(b) Changes and supplements need to be made in writing. Side agreements have not been made.

(c) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by
one or more partner holding power of attorney signed by all partners and consortium members. In case of
a company, the Pact must be signed by a representative duly authorized by board resolution.

CONTD ……
NIT NO CEBZ/MRT/T-14/2020-21 SERIAL PAGE 309

(INTEGRITY AGREEMENT CONTD….)

(d) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

(e) It is agreed term and condition that any dispute or difference arising between the parties with
regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in
accordance with this Integrity Agreement / Pact or interpretation thereof shall not be subject to arbitration.

8. Legal and Prior Rights

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies
belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative
and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the parties
agree that this Integrity Pact will have precedence over the Tender/Contract documents with regard any of
the provisions covered under this Integrity Pact.

9. Independent Monitors

(a) That the MoD has appointed following Independent Monitors for this Pact:-

(i) Shri Anjan Kumar Banerjee (IA & AS Retd.), IEM (anjan.banerjee@gov.in)

(ii) Shri Hem Kumar Pande, (IAS Retd.), IEM (hempande@nic.in)

Nodal Officer of MES

1. Shri Bhagirathi Pani, Director (Contracts) (dircont1einc-mes@nic.in)

Note: At any stage, the Accepting Officer / MOD may nominate other Independent Monitors. Any complaint
with regard to violation of IP, whenever received, will be referred to the Independent Monitors for their
comments/enquiry.

(b) The task of the Monitor, is to review independently and objectively, any complaint received with
regard to violation of Integrity Pact and offer comments or carry out enquiry as deemed fit.

(c) That the Monitor is not subject to any instructions by the representatives of the parties and would
perform his functions neutrally and independently.

(d) That the Bidder/contractor accepts that if the Monitor needs to access any records then the Monitor
shall have the right to access without restriction to all project documentation of the Principal/Owner
including that provided by the Bidder/Contractor. The Bidder/Contractor will also grant the Monitor, upon
his request and demonstration of a valid interest, unrestricted and unconditional access to his project
documentation including minutes of meeting. The same is applicable to Sub-Contractors and Associates.
The Monitoris under obligation to treat the information and documents of the Principal/owner and Bidder/
Contractor /Sub-Contractors/Associates with confidentiality.

CONTD ……
NIT NO CEBZ/MRT/T-14/2020-21 SERIAL PAGE 310

(INTEGRITY AGREEMENT CONTD….)

(e) That if the Monitor has reported to the Principal/Owner a substantiated suspicion of an offence
under relevant Anti-Corruption Laws of India and the Principal/Owner has not, within reasonable time,
taken visible action to proceed against such offence or reported it to the Vigilance Department, the Monitor
may also transmit this information directly to the Central Vigilance Commissioner, Government of India.

(f) The word ‘Monitor’ would include singular and plural.

…………………………………………..

(For and on behalf of Principal/Owner)

…………………………………………..

(For and on behalf of Bidder/Contractor)

WITNESSES:

1…………………………………………..

(Signature, name and address)

2…………………………………………..

(Signature, name and address)

Place:

Dated:

CONTD ……
NIT NO CEBZ/MRT/T-14/2020-21 SERIAL PAGE 311

APPENDIX ‘E’

INTEGRITY PACT

To
Chief Engineer.
Bareilly Zone
Bareilly Cantt, UP.

SUBJECT : SUBMISSION OF TENDER FOR THE WORK OF PROVISION OF 0.5 MW SOLAR


POWER PLANT AT EBS BABUGARH
Dear Sir,

I/We acknowledge that MES is committed to follow the principle therof as enumerated in the integrity
Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We
will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which
I/We will stand disqualified form the tendering process. I/We acknowledge that THE MAKING OF THE BID
SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We cofirm acceptance with the Integrity Agreement in letter and sprit and further agree that execution of
the said Integrity Agreement shall be seprate and distinct from the main contract which will come into
existence when tender/bid is finally accepted by MES. I/We acknowledge and accept the duration of the
Integrity Agreement, which shall be in the line with para 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while
submitting the tender/bid, MES shall have unqualified, absolute and unfettered right to disqualify the
tenderer/ bidder and reject the tender/bid is accordable with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

CONTD ……
NIT NO CEBZ/MRT/T-14/2020-21 SERIAL PAGE 312

INTEGRITY PACT

To,

_________________

_________________

_________________

SUBJECT: NIT No CEBZ/MRT/T-14 OF 2020-21 FOR THE WORK PROVISION OF 0.5 MW


SOLAR POWER PLANT AT EBS BABUGARH

Dear Sir,

It is hereby declared that MES is committed to follow the principle of transparency, equity and
competiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the bidder will
sign the integrity agreement which is an integral part of tender/bid documents failing which the tenderer /
bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily
rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be
deemed as acceptance and signing of the integrity agreement on behalf of the MES.

Yours Faithfully

(Ankit Goyal)
AEE (QS&C)
Asst Dir (Contracts)
For Accepting Officer

CONTD ……
NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 313

LIST OF DRAWINGS
NAME OF WORK :- PROVISION OF 0.5 MW SOLAR POWER PROJECT AT EBS BABUGARH

S. Description of Drawings Drg No. Sheet Date of Date of


No. No. drawing Revision
1 2 3 4 5 6

LIST OF DRAWINGS

1 LIST OF DRAWINGS BZ / MRT / LD / 245 1/1 25.11.2020 -

SITE PLAN

1 SITE PLAN SHOWING EXTERNAL B/R SERVICES BZ / MRT / LP / 210 1/1 20.11.2020 -

MAIN CONTROL ROOM

1 FLOOR PLANS, ELEVATIONS, SECTION & INT BZ / MRT / 864 1/1 05.11.2020 -
E/M PLAN, TOILET DETAILS AND SCHEDULE OF
FINISHES

2 PLAN SHOWING COLS, FOOTINGS, PLINTH BZ / MRT / STR / 864 1/1 13.11.2020 -
BEAMS, ROOF SLABS, SCHEDULES & MISC STR
DETAILS

EXTERNAL B/R TD DRAWINGS

1 Typical Cross Section of Roads and Paths. TD / 026 1/3 20.05.1981 20.12.2004

2 Typical Cross Section of Roads and Paths. TD / 026 2/3 20.05.1981 20.12.2004

3 Typical Cross Section of Roads and Paths. TD / 026 3/3 20.05.1981 20.12.2004

4 STD ROAD CROSS SECTION FOR PLAIN MISC/CPT/01/2011 1/1 08.09.2011 -

5 Typical Detail of Culverts TD / 027 1/4 20.05.1987 20.12.2004

6 Typical Detail of Culverts TD / 027 2/4 20.05.1987 20.12.2004

7 Typical Detail of Culverts TD / 027 3/4 20.05.1987 20.12.2004

8 Typical Detail of Culverts TD / 027 4/4 20.05.1987 20.12.2004

9 Typical Drains. TD / 028 1/3 02.06.1987 20.12.2004

10 Typical Drains. TD / 028 2/3 02.06.1987 20.12.2004

11 Typical Drains. TD / 028 3/3 02.06.1987 20.12.2004

12 Typical Details & Schedule of Septic Tank (Brick TD / 217 1/7 25.11.1968 20.12.2004
Construction)

13 Typical Details & Schedule of Septic Tank (Brick TD / 217 2/7 25.11.1968 20.12.2004
Construction)

14 Typical Details & Schedule of Septic Tank (Brick TD / 217 3/7 25.11.1968 20.12.2004
Construction)

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 314

LIST OF DRAWINGS
S. Description of Drawings Drg No. Sheet Date of Date of
No. No. drawing Revision
1 2 3 4 5 6

15 Typical Details & Schedule of Septic Tank (Brick TD / 217 4/7 25.11.1968 20.12.2004
Construction)

16 Typical Details & Schedule of Septic Tank (Brick TD / 217 5/7 25.11.1968 20.12.2004
Construction)

17 Typical Details & Schedule of Septic Tank (Brick TD / 217 6/7 25.11.1968 20.12.2004
Construction)

18 Typical Details & Schedule of Septic Tank (Brick TD / 217 7/7 25.11.1968 20.12.2004
Construction)

19 Typical Detail of Soak Well TD / 309 1/4 17.02.1986 20.12.2004

20 Typical Detail of Soak Well TD / 309 2/4 17.02.1986 20.12.2004

21 Typical Detail of Soak Well TD / 309 3/4 17.02.1986 20.12.2004

22 Typical Detail of Soak Well TD / 309 4/4 17.02.1986 20.12.2004

23 Typical Detail of Manhole TD / 270 1/4 12.12.1979 20.12.2004

24 Typical Detail of Manhole TD / 270 2/4 12.12.1979 20.12.2004

25 Typical Detail of Manhole TD / 270 3/4 12.12.1979 20.12.2004

26 Typical Detail of Manhole TD / 270 4/4 12.12.1979 20.12.2004

27 Types of Concrete Bedding for Sewers TD / 282 1/1 21.12.1989 20.12.2004

28 Detail of Barbed Wire Fencing and Compound TD / 090 1/3 20.12.2004 -


Wall with Swan Neck Fencing.

29 Detail of Barbed Wire Fencing and Compound TD / 090 2/3 20.12.2004 -


Wall with Swan Neck Fencing.

30 Detail of Barbed Wire Fencing and Compound TD / 090 3/3 20.12.2004 -


Wall with Swan Neck Fencing.

EXTERNAL B/R TD DRAWINGS

1 Gen Arch Notes, Notes For Sanitation & TD / 046 (R-1) 1/1 06.09.2003 20.12.2004
Schedule of Finishes

2 Typ Details of Plinth Protections, Steps, Ramp, TD / 161 1/1 01.07.2017 28.05.2020
Cill, Coping, Gully Trap & Local Sunk

3 Fixing Details of Nahani & Gully Traps TD / 034 1/4 21.07.1989 20.12.2004

4 Fixing Details of Nahani & Gully Traps TD / 034 2/4 21.07.1989 20.12.2004

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 315

LIST OF DRAWINGS
S. Description of Drawings Drg No. Sheet Date of Date of
No. No. drawing Revision
1 2 3 4 5 6

5 Fixing Details of Nahani & Gully Traps TD / 034 3/4 21.07.1989 20.12.2004

6 Fixing Details of Nahani & Gully Traps TD / 034 4/4 21.07.1989 20.12.2004

7 Precaution for Leakage, Seepage & Dampness TD / 041 1/7 04.01.1993 20.12.2004

8 Precaution for Leakage, Seepage & Dampness TD / 041 2/7 04.01.1993 20.12.2004

9 Precaution for Leakage, Seepage & Dampness TD / 041 3/7 04.01.1993 20.12.2004

10 Precaution for Leakage, Seepage & Dampness TD / 041 4/7 04.01.1993 20.12.2004

11 Precaution for Leakage, Seepage & Dampness TD / 041 5/7 04.01.1993 20.12.2004

12 Precaution for Leakage, Seepage & Dampness TD / 041 6/7 04.01.1993 20.12.2004

13 Precaution for Leakage, Seepage & Dampness TD / 041 7/7 04.01.1993 20.12.2004

14 Detail of Niches for Internal Electrification TD / 051 1/5 14.07.1994 20.12.2004

15 Detail of Niches for Internal Electrification TD / 051 2/5 14.07.1994 20.12.2004

16 Detail of Niches for Internal Electrification TD / 051 3/5 14.07.1994 20.12.2004

17 Detail of Niches for Internal Electrification TD / 051 4/5 14.07.1994 20.12.2004

18 Detail of Niches for Internal Electrification TD / 051 5/5 14.07.1994 20.12.2004

19 Detail of Niches for Water Meter TD / 052 1/3 14.07.1994 20.12.2004

20 Detail of Niches for Water Meter TD / 052 2/3 14.07.1994 20.12.2004

21 Detail of Niches for Water Meter TD / 052 3/3 14.07.1994 20.12.2004

22 Detail of Steel Gates TD / 120 1/4 20.09.1993 20.12.2004

23 Detail of Steel Gates TD / 120 2/4 20.09.1993 20.12.2004

24 Detail of Steel Gates TD / 120 3/4 20.09.1993 20.12.2004

25 Detail of Steel Gates TD / 120 4/4 20.09.1993 20.12.2004

26 Door With Wooden & Pressed Steel Frame TD / 69 1/7 17.07.1999 20.12.2004

27 Door With Wooden & Pressed Steel Frame TD / 69 2/7 17.07.1999 20.12.2004

28 Door With Wooden & Pressed Steel Frame TD / 69 3/7 17.07.1999 20.12.2004

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 316

LIST OF DRAWINGS
S. Description of Drawings Drg No. Sheet Date of Date of
No. No. drawing Revision
1 2 3 4 5 6

29 Door With Wooden & Pressed Steel Frame TD / 69 4/7 17.07.1999 20.12.2004

30 Door With Wooden & Pressed Steel Frame TD / 69 5/7 17.07.1999 20.12.2004

31 Door With Wooden & Pressed Steel Frame TD / 69 6/7 17.07.1999 20.12.2004

32 Door With Wooden & Pressed Steel Frame TD / 69 7/7 17.07.1999 20.12.2004

33 Typ Details of Precoated Steel Windows & Vent TD / 158 1/2 21.01.2016 08.06.2017
(Box Section) with / without Fly Proof & with
Grill / Guard bars

34 Typ Details of Precoated Steel Windows & Vent TD / 158 2/2 21.01.2016 08.06.2017
(Box Section) with / without Fly Proof & with
Grill / Guard bars

35 PVC Internal Solid panel Door (All Toilet Doors) TD / 131 / 09 1/1 12.06.2009 -

36 Cupboard CB-4, CB-5, and Fixing Details of MS TD / 009 1/4 20.12.2004 -


Hook

37 Cupboard CB-4, CB-5, and Fixing Details of MS TD / 009 2/4 20.12.2004 -


Hook

38 Cupboard CB-4, CB-5, and Fixing Details of MS TD / 009 3/4 20.12.2004 -


Hook

39 Cupboard CB-4, CB-5, and Fixing Details of MS TD / 009 4/4 20.12.2004 -


Hook

40 MISC Details TD / 313 1/7 27.08.2003 -

41 MISC Details TD / 313 2/7 27.08.2003 -

42 MISC Details TD / 313 3/7 27.08.2003 -

43 MISC Details TD / 313 4/7 27.08.2003 -

44 MISC Details TD / 313 5/7 27.08.2003 -

45 MISC Details TD / 313 6/7 27.08.2003 -

46 MISC Details TD / 313 7/7 27.08.2003 -

47 Detail of Mirror with Niche over WHB, Urinals, TD / 283 1/1 01.04.1982 20.12.2004
Fixing of Mosquito Net Wire, Pelmet Box, Ramp,
Towel Rail, Skirting, DADO, Pegs fixed to Door

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 317

LIST OF DRAWINGS
S. Description of Drawings Drg No. Sheet Date of Date of
No. No. drawing Revision
1 2 3 4 5 6

EXTERNAL E/M TD DRAWINGS

1 Fixing Arrangement of Street Light and Pole. TD / EM / 1 1/1 27.11.1973 20.12.2004

2 Detail of Danger Board. TD / EM / 2 1/1 27.11.1973 20.12.2004

3 Cable Laying Details in Trenches with Path TD / EM / 4 1/1 27.11.1973 20.12.2004


Indicators.

4 Typ Detail of Errection of Electric Pole HT with / TD / EM / 8 1/3 25.07.1975 20.12.2004


without Strut Stay assembly for Poles etc.

5 Typ Detail of Errection of Electric Pole HT with / TD / EM / 8 2/3 25.07.1975 20.12.2004


without Strut Stay assembly for Poles etc.

6 Typ Detail of Errection of Electric Pole HT with / TD / EM / 8 3/3 25.07.1975 20.12.2004


without Strut Stay assembly for Poles etc.

7 Typical Detail of Fixing 2 Pole / 4 Pole Structure TD / EM / 9 (R) 1/4 06.07.1988 20.12.2004
and Transformer, Earthing for Transformer, Sub
Station and Pole etc.

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 318

LIST OF DRAWINGS
S. Description of Drawings Drg No. Sheet Date of Date of
No. No. drawing Revision
1 2 3 4 5 6

8 Typical Detail of Fixing 2 Pole / 4 Pole Structure TD / EM / 9 (R) 2/4 06.07.1988 20.12.2004
and Transformer, Earthing for Transformer, Sub
Station and Pole etc.

9 Typical Detail of Fixing 2 Pole / 4 Pole Structure TD / EM / 9 (R) 3/4 06.07.1988 20.12.2004
and Transformer, Earthing for Transformer, Sub
Station and Pole etc.

10 Typical Detail of Fixing 2 Pole / 4 Pole Structure TD / EM / 9 (R) 4/4 06.07.1988 20.12.2004
and Transformer, Earthing for Transformer, Sub
Station and Pole etc.

11 Detail of Pit for Valves, Stop Cocks, Brick TD / EM / 12 1/2 14.07.1994 20.12.2004
Masonary & Stone Masonary.

12 Detail of Pit for Valves, Stop Cocks, Brick TD / EM / 12 2/2 14.07.1994 20.12.2004
Masonary & Stone Masonary.

13 Detail of Cable Duct TD / EM / 6 1/4 09.04.1974 20.12.2004

14 Detail of Cable Duct TD / EM / 6 2/4 09.04.1974 20.12.2004

15 Detail of Cable Duct TD / EM / 6 3/4 09.04.1974 20.12.2004

16 Detail of Cable Duct TD / EM / 6 4/4 09.04.1974 20.12.2004

17 Platform for Transformer Panel, Elevation, TD / 091 1/2


Section and Detail

18 Platform for Transformer Panel, Elevation, TD / 091 2/2


Section and Detail

INTERNAL E/M TD DRAWINGS

1 Sketch of Light Fittings for Various Types of TD / 025 1/5 10.10.1988 20.12.2004
Accomodation

2 Sketch of Light Fittings for Various Types of TD / 025 2/5 10.10.1988 20.12.2004
Accomodation

3 Sketch of Light Fittings for Various Types of TD / 025 3/5 10.10.1988 20.12.2004
Accomodation

4 Sketch of Light Fittings for Various Types of TD / 025 4/5 10.10.1988 20.12.2004
Accomodation

5 Sketch of Light Fittings for Various Types of TD / 025 5/5 10.10.1988 20.12.2004
Accomodation

6 Notes and Legends for Electric Fittings TD / EM / 21R 1/1 01.01.2003 20.12.2004

7 Detail of Lightning Conductor & Earthing TD / EM / 11 1/2 27.11.1973 20.12.2004

8 Detail of Lightning Conductor & Earthing TD / EM / 11 2/2 25.07.1975 20.12.2004

STD Drawings

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 319

LIST OF DRAWINGS
S. Description of Drawings Drg No. Sheet Date of Date of
No. No. drawing Revision
1 2 3 4 5 6

1 General Structural Masonry Construction Notes STD / 147 R 1/3 22.07.1998 02.05.2005

2 General Structural Masonry Construction Notes STD / 147 R 2/3 22.07.1998 02.05.2005

3 General Structural Masonry Construction Notes STD / 147 R 3/3 22.07.1998 02.05.2005

4 Typ Detail of Seismic Strengthening Measures STD / 169 1/5 13.01.2007 -

5 Typ Detail of Seismic Strengthening Measures STD / 169 2/5 13.01.2007 -

6 Typ Detail of Seismic Strengthening Measures STD / 169 3/5 13.01.2007 -

7 Typ Detail of Seismic Strengthening Measures STD / 169 4/5 13.01.2007 -

8 Typ Detail of Seismic Strengthening Measures STD / 169 5/5 13.01.2007 -

9 Detail of Brick Fdn and Parapet Wall STD / 149 R 1/2 17.08.1998 02.05.2005

10 Detail of Brick Fdn and Parapet Wall STD / 149 R 2/2 17.08.1998 02.05.2005

11 Typ Detail of RCC Lintel & Beam STD / 150 R 1/2 21.01.1980 27.04.2005

12 Typ Detail of RCC Lintel & Beam STD / 150 R 2/2 21.01.1980 27.04.2005

13 Typ Detail of RCC Chajja, Facia, Fins, Shelves, & STD / 151 R 1/4 17.08.1998 27.04.2005
Roof Projection

14 Typ Detail of RCC Chajja, Facia, Fins, Shelves, & STD / 151 R 2/4 17.08.1998 27.04.2005
Roof Projection

15 Typ Detail of RCC Chajja, Facia, Fins, Shelves, & STD / 151 R 3/4 17.08.1998 27.04.2005
Roof Projection

16 Typ Detail of RCC Chajja, Facia, Fins, Shelves, & STD / 151 R 4/4 17.08.1998 27.04.2005
Roof Projection

17 Typ Detail of RCC Slab STD / 152 R 1/5 17.08.1998 27.04.2005

18 Typ Detail of RCC Slab STD / 152 R 2/5 17.08.1998 27.04.2005

19 Typ Detail of RCC Slab STD / 152 R 3/5 17.08.1998 27.04.2005

20 Typ Detail of RCC Slab STD / 152 R 4/5 17.08.1998 27.04.2005

21 Typ Detail of RCC Slab STD / 152 R 5/5 17.08.1998 27.04.2005

22 Reinf Det Requirements for Framed Structure STD / 154 R 1/7 16.01.1999 27.04.2005

23 Reinf Det Requirements for Framed Structure STD / 154 R 2/7 16.01.1999 27.04.2005

24 Reinf Det Requirements for Framed Structure STD / 154 R 3/7 16.01.1999 27.04.2005

CONTD ... ...


NIT NO. CEBZ/MRT/T-14 OF 2020-21 SERIAL PAGE NO. 320

LIST OF DRAWINGS
S. Description of Drawings Drg No. Sheet Date of Date of
No. No. drawing Revision
1 2 3 4 5 6

25 Reinf Det Requirements for Framed Structure STD / 154 R 4/7 16.01.1999 27.04.2005

26 Reinf Det Requirements for Framed Structure STD / 154 R 5/7 16.01.1999 27.04.2005

27 Reinf Det Requirements for Framed Structure STD / 154 R 6/7 16.01.1999 27.04.2005

28 Reinf Det Requirements for Framed Structure STD / 154 R 7/7 16.01.1999 27.04.2005

29 Detail of HDPE overhead Tank STD / 157 R 1/1 28.02.2003 27.04.2005

NOTES :
(i) The Typical Drawings listed above are available in two bound folders titled 'TD Drawings' & 'STD Drawings'
prepared by the department. These folders have already been issued on payment and are deemed to be in the
possession of tenderers. Therefore such drawings are not enclosed but the same shall form part of tender
documents.
(ii) Tenderers are supposed to refer the two drawing folders mentioned above with reference to subject work for
Typical Drawings. If desired, these folders can be obtained on payment from HQ CEBZ Bareilly or else referred to
in the office of HQ CEBZ, CWE No.2 Meerut and GE Roorkee.
(iii) The furniture Drawings listed above are available in FD folders titled 'FD Drawings' held with the department.
These folders are deemed to be in the possession of tenderers. Therefore, these drawings are not enclosed but
the same shall form part of tender documents. In case, the above drawings are not available with the tenderer(s),
the same can be seen in the office of CEBZ Bareilly, CWE No.2 Meerut and GE Roorkee during working hours.

(iv) The list of TD/STD/FD drawings are mentioned above are tentative. Please note that if any drg of ibid folders,
which is not shown in the list above but the same is essential for execution of the work, will be deemed to be
included in the contract.

____________________ Astt Dir (Contracts)


(Signature of Contractor) for Accepting Officer

CONTD ... ...

You might also like