8262 Tender Docs

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 52

CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 1

MILITARY ENGINEER SERVICES

NAME OF WORK: TERM CONTRACT FOR ARTIFICER WORKS IN THE AREA OF AICTS
AND OTHER THAN AICTS AREA UNDER AGE BR I SOUTH PUNE

Sl. Particulars Srl Page(s) No


No
1. Contents sheet 01

2. Tender Forwarding letter Including Instructions to Tenderers 02 to 06


for filling of Tender.

3. Notice of Tender IAFW-2162 (Revised 1960) including 08 to 19


Appendix `A' to Notice of Tender.

4. Tender and Item Rate Contract for Works by Measurement 20 to 32


IAFW-1779-A (Revised 1955). (Incl. BOQ 22 – 23)

5. General Conditions of Contracts IAFW-2249 (1989 print) & 33 to 71


Errata/Amendments to IAFW-2249 (1989 Print)

6. Schedule of Minimum Fair Wages 72 to 79

7. Special Conditions 80 to 89

8. Particular Specifications. 90 to 103

9 Errata/Amendments/Corrigendum to the tender documents

10. Relevant correspondence.

11. Acceptance letter.

Drawings –Nil Total Pages

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 2

Tele: 020-26363528 e-procure


Tele FAX : 020-26363528 Garrison Engineer (South)
E-mail at spun4-mes@nic.in No. 1 General Bhagat Marg,
Pune-411 040

8262 / /E8 Jun 2021

M/S’_______________________________

___________________________________

___________________________________

___________________________________

CA NO : GE (S) / OF 2021-2022 : TERM CONTRACT FOR ARTIFICER WORKS IN THE


AREA OF AICTS AND OTHER THAN AICTS AREA UNDER AGE BR I SOUTH PUNE

Dear Sir,
1. Tender documents in respect of above work are uploaded on the site www.defproc.gov.in.
The tender is on single stage two covers e-tendering system. The contents of Cover I & Cover II
are specified in NOTICE OF TENDER.

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

3. Bid will be opened on due date and time fixed for opening in the presence of
tenderers/bidders or their authorised representatives, who have uploaded their quotation bid and
who wish to be present at the time of opening the bids.

4. Your attention is also drawn to instruction on filling and submission of tender attached
herewith. You may forward your points on tender documents and/or depute your technical
representative for discussion on tender drawings and to clarify doubts, if any, on or before date
mentioned in the Critical dates mentioned on website. You are requested not to write piece meal
points and forward your points duly consolidated well before due date viz. bid submission start
date.

5. Unenlisted contractors are required to submit the scanned copies (in PDF file) of
documents required as per eligibility criteria mentioned in instructions for filling the tender
documents and Appendix ‘A’ to NIT along with EARNEST MONEY DEPOSIT (EMD) and tender
fee on eprocurement portal and submit the physical documents in the office of GE (South) Pune
within time limit specified in NIT. Inadequacy/deficiency of documents shall make the bid liable for
rejection resulting in disqualification for opening of finance bid.

6. (a) Contractor having not executed standing security bond and standing security deposit in
any MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD)
mentioned in Notice of Tender and shall ensure receipt of hard copy of EMD in the office of
tender issuing authority (GE South Pune) before date & time fixed for this purpose. In case of
failure to abide by any of these two requirements, the finance bid will not be opened.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 3

- 2-

(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/- (Rupees Eighteen Lakhs 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 GE (South) Pune before date & time fixed for this
purpose.

8. The contractor must ensure that the tender/bid on the proper form is uploaded in time as
the Accepting Officer will take no cognizance of any quotations/offer received in any other
electronic or physical form like 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 are available for perusal in the Office of GE concerned and this
office.

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


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

‘Yours faithfully’

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 4

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER

1. EARNEST MONEY DEPOSIT (EMD)


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

(a) Deposit at Call Receipt from a Scheduled Bank in favour of Garrison Engineer
Concerned
(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of
Garrison Engineer. It is advisable that Earnest Money is deposited in the form of deposit
call receipt from an approved Schedule Bank for easy refund. In case the tenderer/bidder
wants to lodge ‘EARNEST MONEY DEPOSIT’ in any other form allowed by MES, a
confirmation about its acceptability will be obtained from the Accepting Officer well in
advance of the bid submission end date and time. Earnest Money Deposit shall be
submitted in the name of concerned GE.

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

2. PERFORMANCE SECURITY
2.1 Within 28 days of receipt f the letter of Acceptance, the successful contractor shall deliver
to the Accepting Officer a Performance Security in any of the forms given below for an amount
equivalent to 3% of the contract sum.
(a) A Bank Guarantee in the prescribed form.
(b) Government Securities, FDR or any other Government Instruments stipulated by the
Accepting Officer.
2.2. If the performance security is provided by the successful contractor in the form of a Bank
Guarantee it shall be issued by Nationalised/Scheduled Indian Bank but its confirmation shall be
done only from the Head Office of the Bank.
2.3 Failure of the successful contractor to comply with the requirements of sub-clause 2.1 shall
constitute sufficient grounds for cancellation of the award of work and forfeiture of the Earnest
Money. In case of MES enlisted contractor, amount equal to the Earnest Money stipulated in the
Notice Inviting Tender, shall be notified to the tenderer for depositing the amount through MRO
issue of tender to such tenderers shall remain suspended till the aforesaid amount equal to the
Earnest Money is deposited in Government Treasury.
2.4. All compensation or other sums of money payable by the contractor to the Government under
the terms of this contract or under any other contract with Government may be deducted from, or
paid by the sale of a sufficient part the Performance Security or from the interest arising there
from or from any sums which may be due or become due to the contractor by the Government on
any account whatsoever and in the event of his Performance Security being reduced by reason of
any such deduction, or sale as aforesaid, the contractor shall within ten days thereafter make
good in cash or securities endorsed as aforesaid , any sum or sums which may have been
deducted from or realized by the sale of his Performance Security or any part thereof.
Government shall not be responsible for any loss of securities or any depreciation in the value of
securities while in their charge nor for loss of interest thereon.

Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 5

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER

2.5. In the event of contract being cancelled, under condition 52, 53 & 54 of General Conditions
of Contract, the Performance Security shall be forfeited in full and shall be credited into
consolidated fund of India.
3. GENERAL INSTRUCTIONS FOR COMPLIANCE
3.1. The bids received only in the electronic form will be considered. All bids shall be submitted
on www.defproc.gov.in portal. Documents should be scanned and forwarded in ‘PDF' form and
‘xls' form as indicated.
3.2. Bids shall be uploaded on www.defproc.gov.in portal on or before the bid closing date
mentioned in the tender. No tender/bid in any other electronic or physical form like email /fax/ by
hand/through post will be considered.
3.3. Bid should be DIGITALLY signed using valid DSC. All pages of tender documents,
corrections/ alterations shall be signed/initialed by the lowest bidder after acceptance.
3.4. Drawings, if issued in physical form, must be returned duly initialed by the tenderer/bidder
in separate envelope indicating his name and address.
3.5. The tender shall be signed, dated and witnessed at all places provided for in the
documents after acceptance. All corrections shall be initialled. The Contractor shall initial every
page of tender and shall sign all drawings forming part of the tender. Any tender/bid, which
proposes alterations to any of the conditions whatsoever, is liable to be rejected.
3.6. ln the technical bid, a scanned copy of Power of Attorney in favour of the person uploading
the bid using his/her DSC shall be uploaded. In case the digital signatory himself is the sole
proprietor, scanned copy of an affidavit on stamp paper of appropriate value to this effect stating
that he has authority to bind the firm in all matters pertaining to contract including the Arbitration
Clause, shall be attached in ‘PDF’ form. In case of partnership concern or a limited company,
digital signatory of the bid/tender shall ensure that he is competent to bind the contractor (through
partnership deed, general power of attorney or Memorandum and Articles of Association of the
Company) in all the matters pertaining to the contracts with Union of India including arbitration
clause. A scanned copy of the documents confirming of such author it 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 of the firm or the Company, as
the case may be, in all matters pertaining to the contract including the Arbitration Clause.
3.7. Even in case of Firms or Companies which have already given Power of Attorney to an
individual authorizing him to sign tender in pursuance of which bids are being uploaded by such
person as a routine, fresh Power of Attorney duly executed in his favour stating specifically that
the said person has authority to bind such partners of the Firm, or the Company as the case may
be, including the condition relating to Arbitration Clause, should be uploaded in ‘PDF' form with
the tender/bid; unless such authority has already been given to him by the Firm or the Company.
It shall be ensured that power of attorney shall be executed in accordance with the constitution of
the company as laid down in its Memorandum & Article of Association.
3.8. Hard copies of all above documents should be sent by the contractor to the Tender issuing
authority (GE (S) Pune) well in advance to be received before the date & time fixed for the same.

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


Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 6

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER

3.10. The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention
is also drawn to special condition 3 referred hereinafter and also conditions 24 & 25 of IAFW 2249
(General conditions of contract).

3.11. Tenderers/bidders who uploaded their priced tenders/bids and are desirous of being present at the
time of opening of the tenders/bids, may do so at the appointed time.

3.12. The tenderer/bidder shall quote his rate on the BOQ file only. No alteration to the format will be
accepted, else the bid will be disqualified and summarily rejected.

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

3.14. In case revised BOQ is uploaded by the department, tenderer /bidder has to quote in revised
BOQ only. The uploading quotation in pre-revised BOQ shall be considered as a willful negligence
by the bidder and his quotation shall be considered non-bonafide.

Note :- The contractor shall ensure compliance of the EPF & MP Act 1952 by the Sub contractor, if
any engaged by the contractor for the said work in terms of conditions of tender/contract.

4. REVOCATION/ REVISION OF OFFER UPWARD / OFFERING VOLUNTARY REDUCTION,


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

5. CPM (Critical Path Method)


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

5.2. The tenderer/bidder is expected to be fully conversant with the CPM technique and employ
technical staff who can use the technique in sufficient details. Sufficient books and other literature on the
subject are widely available in the market which the tenderer /bidder may make use of.

7.3. The tenderer’s/bidder’s attention is drawn to special condition of the tender regarding preparation
of the detailed network analysis and time schedule for the work and his liability for employing sufficient
resources to adhere to this schedule. Any inability on the part of the tenderer/bidder in using the technique
will be taken as his technical inefficiency and will affect his class of enlistment and future
prospect/invitation to tenders for future works.

5.4. Department may issue amendments/errata in form of CORRIGENDUM to tender /revised


BOQ to the tender documents. The tenderer/bidder is requested to read the tender documents in
conjunction with all the errata/ amendments/corrigendum, if any, issued by the department.

6. These instructions shall form part of the contract documents.

Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 7

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER

7. The benefit to reduction in performance security from existing 5% to 3% of the contract


value and exemption of EMD will not be applicable in the following condition :-

(a) When firm is having contracts under dispute where in arbitration / court proceedings
have already been started or are contemplated.

(b) When the firm is having outstanding recoveries against the demand of MES.

(c) The contractor failed to submit the performance security / security deposit before the
deadline defined in the request for bid documents/ notice inviting tender.

7.1 Tendered shall be required to sign the bid security declaration certificate as below and
upload the same along with application letter for issue of tender.

CERTIFICATE

I / We hereby understand and accept that if I / We withdraw or modify my / our bids during
the period of validity, or if I/We are awarded the contracts and on being called upon to submit the
Performance Security / Security Deposit, fail to submit the Performance Security / Security
Deposit before the deadline defined in the request for bid documents/Notice Inviting Tender, I /
We shall be debarred from exemption of submitting Bid Security/Earnest Money Deposit for a
period of 6 (six) months, from the date I/We are declared disqualified from exemption from
submission of Earnest Money Deposit/Security Deposit, for all tenders issued by MES during this
period.

I / we hereby confirm that there are no outstanding recoveries against my / our firm and I /we do
not intend to abandon the work after entertaining the relief

Dated : Signature of Contractor

Place :

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 8

MILITARY ENGINEER SERVICES


NOTICE OF TENDER

1. A tender is invited for the work as mentioned in Appendix `A' to this Notice of tender.

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 rough guide and if the work costs more or less, a tenderer will
have no claim on that account. The tender shall be based as mentioned in aforesaid Appendix `A'.

3. The work is to be completed within the period as indicated in aforesaid Appendix ‘A’/ Notes to
Schedule `A’ in accordance with the phasing, if any, indicated in the tender from the date of handing over
the site, which may be one or about two weeks after the date of the acceptance of the tender.

4. Normally contractors, whose names are on the MES approved list for the area in which the work
lies within whose financial category the estimated amount would fall, may tender. In case where the
tendered amount is in excess of the financial category of the contractor, the Accepting Officer reserves the
right to accept the tender, in which event the tenderer would be required to lodge "Additional Security
Deposit" as notified by the Accepting Officer in terms of conditions of contract.

5. Contractors, whose names are borne on the MES approved list of any MES formation and who
have deposited Standing Security and have executed Standing Security Bond, may also tender without
depositing Earnest Money Deposit alongwith the tender and if the Accepting Officer proposes to accept
the tender, such tenderer would be required to deposit "Security Deposit" as notified by the Accepting
Officer before acceptance of tender. In case, however the Accepting Officer subsequent to deposition of
Security Deposit decides not to accept the tender for any reason, whatsoever, the amount deposited will
be refunded to the tenderer. Not more than one tender shall be submitted 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, will be allowed to tender for the same contract as separate competitors. Breach
of this condition will render the tenders of both parties liable for rejection.

4. The Garrison Engineer South, No. 1 General Bhagat Marg, Pune - 411040 will be the Accepting
Officer, hereinafter referred to as such for the purpose of this contract.

5. Tender forms and conditions of contract and other necessary documents will be published on
www.defproc.gov.in on or after the date as mentioned in the aforesaid Appendix ‘A’

6.1. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the
tenderer/bidder on or before the date & time mentioned in NIT. A scanned copy of DD with enlistment
details/documents shall be uploaded as packet 1/cover-1 (‘T’ bid) of the tender/bid on e-tendering portal.
DD is refundable in case T bid is not accepted resulting in non-opening of ‘Q’ bid. The applicant contractor
shall bear the cost of bank charges for procuring and encashing the DD and shall not have any claim from
Government whatsoever on this account.

6.2. In case of contractor who has not executed the “Standing Security Bond" the tender shall be
accompanied by "Earnest Money" for the amount referred to in the aforesaid Appendix ‘A' in the form of
deposit at call receipt in favour of GE mentioned in the aforesaid Appendix ‘A' by Scheduled Bank/or
receipted treasury Challan the amount being credited to the revenue deposit of the GE.

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 tender without depositing earnest money alongwith the tender.

Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 9

IAFW-2162 (Revised 1960)

NOTICE OF TENDER (CONTD….)

6.4 The successful contractor within 28 days of receipt of letter acceptance shall deliver to
Accepting Officer a Performance Security Deposit @ 3% of Contract Sum for a period of covering
defects liability period in the following forms :-
(a) A Bank Guarantee Bond in prescribed form
(b) Government Securities, FDR or any other Government Instrument as approved by
Accepting Officer.

7. (a) GE will return the Earnest Money wherever applicable to all unsuccessful tenderers, by
endorsing an authority on the deposit receipt for its refund, on production by the tenderer of a
certificate of the Accepting Officer that the bonafide tender was received and all documents were
returned.

(b) The GE will either return the Earnest Money to the successful tenderers, by endorsing an
authority on the deposit receipt for its refund, on receipt of an appropriate amount of Security
Deposit or will retain the same on account of Security Deposit if such transaction is feasible.

8. Copies of the drawings and other documents pertaining to the work (signed for the purpose of
identification by the Accepting Officer or his accredited representatives) and samples of materials and
stores to be supplied by the contractor will be open for inspection by the tenderer in the offices of GE as
mentioned in the aforesaid Appendix `A' during office working hours.

9. The tenderers are advised to visit site by making prior appointment with the GE by giving sufficient
time.

10. Tenderers shall be deemed to have full knowledge of all relevant documents, samples, site etc,
whether he has inspected them or not.

11. Any tenderer which proposes any alternative to any of the conditions laid down or proposes any
other conditions of any description whatsoever is liable to be rejected.

12. The submission of tender by a tenderer implies that he has read this notice and the conditions of
contract and has made himself aware of the conditions and rates at which stores, tools and plants etc. will
be issued to him and local conditions and other factors bearing on the execution of the work.

13. Tenderers must be in possession of copy of MES Schedule of Rates (Part- I)-2009 and (Part- II)
2020 (Rates) including, errata / amendments thereto .

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

15. This notice of tender shall form part of the contract.

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 14

APPENDIX ‘A’ TO NOTICE INVITING TENDER (Contd../-)


Annexure
1.4

Criteria for Fresh Enlistment & Upgradation

(a) Criteria for Fresh Enlistment in various classes shall be as under:-

Class Past Experience of Completed Works in Financial Soundness (in Rs)


Last 5 years& AverageAnnual Turn Over
(in Rs)
(1) (2) (3)
‘SS’ (a) Two works costing not less than Rs. 12.00 (a) Solvent upto Rs. 8.00 Crore
Crore each Or
Or Financially sound for engagement upto
One work costing not less than Rs. 20.00 crore Rs.40.00 Crore
And
(b) Average annual turnover for two (b) Working capital not less than Rs. 75.00
consecutive years shall not be less than Lakh
Rs.20.00 Crore
‘S’ (a) Two works costing not less than Rs. 7.50 (a) Solvent upto Rs. 4.00 Crore
Crore each Or
Or Financially sound for engagement upto
One work costing not less than Rs. 12.00 crore Rs.15.00 Crore
and
(b) Average annual turnover for two (b) Working capital not less than Rs. 50.00
consecutive years shall not be less than Rs. Lakh
12.00 Crore
‘A’ (a) Two works costing not less than Rs. 4.00 (a) Solvent upto Rs. 2.00 Crore
Crore each Or
Or Financially sound for engagement upto
One work costing not less than Rs. 6.00 crore Rs.7.50Crore
and and
(b) Average annual turnover for two (b) Working capital not less than Rs. 30.00
consecutive years shall not be less than Rs. Lakh
6.00 Crore
‘B’ (a) Two works costing not less than Rs. 1.50 (a) Solvent upto Rs. 100.00 Lakh
Crore each Or
Or Financially sound for engagement upto
One work costing not less than Rs. 2.50 crore Rs.3.00 Crore
and and
(b) Average annual turnover for two (b) Working capital not less than Rs. 12.00
consecutive years shall not be less than Rs. Lakh
300.00 Lakh
‘C’ (a) Two works costing not less than Rs. 50.00 (a) Solvent upto Rs. 40.00 Lakh
Lakh each Or
Or Financially sound for engagement upto
One work costing not less than Rs.80.00 Lakh Rs.100.00 Lakh
and and
(b) Average annual turnover for two (b) Working capital not less than Rs. 10.00
consecutive years shall not be less than Rs. Lakh
100.00 Lakh
Contd….P/15
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 15

APPENDIX ‘A’ TO NOTICE INVITING TENDER(Contd../-)

‘D’ (a) Two works costing not less than Rs. (a) Solvent uptoRs. 20.00 lakh
25.00 Lakh each Or
Or Financially sound for engagement upto Rs.50.00
One work costing not less than Rs. 40.00 Lakh
Lakh
and (b) Working capital not less than Rs. 7.50 Lakh
(b) Average annual turnover for two
consecutive years shall not be less than
Rs. 50.00 lakh

‘E’ (a) Three works costing not less than Rs. (a) Solvent uptoRs. 10.00 lakh
7.50 Lakh each Or
Or Financially sound for engagement upto Rs.25.00
Two work costing not less than Rs. 10.00 Lakh
Lakh each
Or (b) Working capital not less than Rs. 5.00 Lakh
One work costing not less than Rs. 20.00
Lakh each
and
(b) Average annual turnover for two
consecutive years shall not be less than
Rs.25.00 lakh

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

Class Past Experience of Completed Financial Soundness (in Rs) Limit of


Works in Last 5 years& Average minium
Annual Turn Over (in Rs) reserves
(See No 5
below)
(1) (2) (3) 4
‘SS’ (a) Two works costing not less than (a) Solvent upto Rs. 8.00 Crore Rs. 120.00
Rs. 12.00 Crore each Or Lakh
Or
One work costing not less than Rs. Financially sound for engagement
20.00 crore upto Rs.40.00 Crore
and
(b) Average annual turnover for two (b) Working capital not less than Rs.
consecutive years shall not be less than 75.00 Lakh
Rs. 20.00 Crore
‘S’ (a) Two works costing not less than (a) Solvent upto Rs. 4.00 Crore Rs. 80.00 Lakh
Rs. 7.50 Crore each Or
Or Financially sound for engagement
One work costing not less than Rs. uptoRs. 15.00 Crore
12.00 crore
and (b) Working capital not less than Rs.
(b) Average annual turnover for two 50.00 Lakh
consecutive years shall not be less than
Rs. 12.00 Crore
Contd….P/16
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 16

APPENDIX ‘A’ TO NOTICE INVITING TENDER(Contd../-)


‘A’ (a) Two works costing not less than (a) Solvent upto Rs. 2.00 Crore Rs. 75.00 Lakh
Rs. 4.00 Crore each Or
Or Financially sound for engagement
One work costing not less than Rs. uptoRs. 7.50 Crore
6.00 crore and
and (b) Working capital not less than Rs.
(b) Average annual turnover for two 30.00 Lakh
consecutive years shall not be less
than Rs. 6.00 Crore
‘B’ (a) Two works costing not less than (a) Solvent uptoRs. 100.00 Lakh Rs. 60.00 Lakh
Rs. 1.50 Crore each Or
Or Financially sound for engagement upto
One work costing not less than Rs. Rs.3.00 Crore
2.50 crore and
and (b) Working capital not less than Rs.
(b) Average annual turnover for two 12.00 Lakh
consecutive years shall not be less
than Rs. 300.00 Lakh
‘C’ (a) Two works costing not less than (a) Solvent uptoRs. 40.00 Lakh Rs. 25.00 Lakh
Rs. 50.00 Lakh each Or
Or Financially sound for engagement upto
One work costing not less than Rs. Rs. 100.00 Lakh
80.00 Lakh and
and (b) Working capital not less than Rs.
(b) Average annual turnover for two 10.00 Lakh
consecutive years shall not be less
than Rs. 100.00 Lakh
‘D’ (a) Two works costing not less than (a) Solvent uptoRs. 20.00 lakh Rs. 12.50 Lakh
Rs. 25.00 Lakh each Or
Or Financially sound for engagement upto
One work costing not less than Rs. Rs.50.00 Lakh
40.00 Lakh
and (b) Working capital not less than Rs.
(b) Average annual turn over for two 7.50 Lakh
consecutive years shall not be less
than Rs. 50.00 lakh

Notes:-
1. Authority competent to enlist shall be called Registering Authority.
2. The categories for enlistment shall be decided on the basis of nature of works executed by
Contractor. Contractors who have experience of executing of Prefab/PreEngineered
Structures and fulfil other criteria, shall also be eligible for enlistment in category a(i). At the time of
renewal, contractors already enlisted in Cat (a) (i) Building &Roads. shall be enlisted in Cat (a) (i)
Building works & (a) (v) Roads. In case of E class contractors, Registering Authority shall issue suitable
amendments to enlistment letters in respect of separate categories for buildings works iea(i) and roads
i.e. a(v) without any application from contractor.
3. For enlistment upgradation/renewal/reclassification etc, in category (b) Electrical Engineering Works
(i) to (iii), a declaration/undertaking shall be obtained from the applicant contractor in affidavit form
whereby the contractor shall undertake to either obtain valid Electrical License of required class in its
name or engage an agency having valid Electrical License of required class through MoU (Memorandum
of Understanding) for execution of all electrical works as well as works under category (c) [including its
sub categories (i) to (vii)] and the category (d)(v) to the extent Rule 29 under Part Ill of Central Electricity
Authority (Measures Relating to Safety and Electric Supply) Regulations, 2010 is applicable either in full
or part of the scope of work of contract awarded to him and that all such electrical works shall be
executed by him through such agency only (either self or other agency) having valid Electrical License of
required class from State /Union Territory Authorities where works are to be executed.
Contd….P/17
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 17

APPENDIX ‘A’ TO NOTICE INVITING TENDER (Contd../-)

4. Working capital with the Contractor shall be judged from balance sheet/bank's certificate as per
Appendix 1.3 I bank statement for last 6 month/overdraft or cash credit facility from bank/fixed deposit
receipts with banks.

5. The requirements of minimum reserves are applicable for enlistment related process of existing
contractors i.e. Change in constitution/Renewal/Reclassification (Revision in Monetary Limit) etc, if they
have contracts in hand not having Performance Security provisions, till their contracts are completed and
their Final Bills do not become MINUS. For this, these contractors will submit affidavit on non-judicial
stamp paper of appropriate value (minimum value Rs. 1 00) declaring that all their contracts without
Performance Security provisions are completed and the Final Bills are not MINUS. Immovable/movable
property (minimum reserve) shall be exclusively in the name of Contractor and not in the name of family
members/relatives/others.In case of Limited companies, immovable/movable property (considered for
minimum reserve) shall be exclusively in the name of Company and should be reflected in the Balance
Sheet of the Company.

6. "Last two consecutive years" shall mean immediate last two consecutive financial years reckoned
from the date of application for upgradation. Two consecutive years for the purpose of fresh enlistment
shall mean any of the two consecutive financial years in last Five Financial Years preceding the date of
application for enlistment. For documents in support of works experience, TDS certificate for IT/Sales
Tax NAT/GST shall also be asked from applicant firms. All documents related to works experience and
turnover (except Form 26 AS and portal generated GST return) shall be got independently verified
from the client issuing authority. Registering Authority may seek clarification from the hartered
Accountant in case of any doubt. Annual turnover to be considered for enlistment purpose shall mean
the turnover from all businesses carried out by the applicant firm in relation to construction work related
to categories of works for which the enlistment is being sought. It may be total turnover as shown in the
audited balance sheet or part thereof. Necessary clarification shall be obtained from the Chartered
Accountant whose audited balance sheet is submitted by the applicant firm in case considered
necessary by the Registering Authority.

7. Upgradation of enlisted contractor shall be done gradually in stages. Before a contractor is considered
for upgradation, he should have worked at least for two years in the present tendering limit and should
meet the criteria laid down. Normally upgradation will be done only to one next higher class at a time.
However, if performance of any particular contractor is of very high order and Registering Authority
considers upgradation of such contractor by more than one class justified, the same shall be done only
with prior approval of E-in-C's Branch. Following considerations shall be applied to ascertain whether the
performance of contractor is of very high order or otherwise:
(a) Contractor has completed works, value of which is more than 1.25 times the requirement in which the
upgradation is being considered.
(b) Average Annual Turnover of the contractor is more than 1.25 times the requirement in which the
upgradation is being considered.
Example: For a contractor enlisted in class 'C' having tendering limit of 100 lakh, proposed to be
upgraded to class 'A' having tendering limit of 7.50 crore, minimum value of works completed and turn
over shall be as under :
(i) Two works completed costing not less than 5.00 crore each (1.25 x 4.00)
Or
One work costing not less than 7.50 crore (1.25 x 6.00)

(ii) Average annual turnover 7.5 crore (1.25 x 6.00)

(c) Average marks secured in Performance Reports (Stage-11) for the works completed inlast five years
shall not be less than 70%. Where report for any work is not available, it will be deemed to contain only
60% average marks.

8. Contractors of 'A' class and above only shall be eligible for enlistment in categories(a) (iii) Runways
and Pavements and (a)(iv) Marine and Harbour Works subject to prior approval of E-in-C.
Contd….P/18
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 18

APPENDIX ‘A’ TO NOTICE INVITING TENDER(Contd../-)

9. The criteria laid down above for enlistment/ upgradation may be relaxed in the case of contractors
whose performance has been found to be of a very high order. Such relaxation may, however be given
only with the prior approval of E-in-C's Branch.

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

(a) Application for enrolment as contractor on IAFW-2190 (Revised 2020). Coloured Photographs affixed
on application shall be self-attested.

(b) Affidavit for constitution of firm.

(c) List of works executed during last five years (As per Appendix 1_2) including copies of Work
Orders/Work allotment letters, Copies of completion certificates and Form16 AITDS certificate for GST
(GSTR-7A).

(d) Annual turnover certificate duly supported with audited balance sheet. The turn over certificate must
bear the UDIN (Unique Document Identification Number). The turn over certificate and audited balance
sheet should be from same Chartered Accountant. In case balance sheets are not audited, Form 26 AS
and /or Annual GST return shall be forwarded in support of turnover.

(e) Audited balance sheet of last five years in case of Limited companies

(f) Solvency certificate from scheduled bank as per specimen given in Appendix-1.3

(g) Working Capital certificate from scheduled bank as per specimen given in Appendix-1.3.

(h) Affidavit from contractor that there is no Government dues/ recovery outstanding against him. If there
is any Government dues/recovery outstanding from the contractor, enlistment/ upgradation shall not be
carried out.

(j) Affidavit from contractor giving brief details of arbitration I litigation cases he was involved in.
Registering Authority will critically examine such details and if contractor is considered habitual litigant,
his enlistment/ upgradation shall not be carried out. Contractor shall be deemed to be a habitual litigant if
he moves the court more than once ignoring arbitration clause and court does not uphold his view.

(k) Two self-attested photographs of Proprietor/Partners/ Directors of firm for verification of character
and antecedents from the police authorities. Places where online police verification process is available,
the contractor will carry out police verification of the Proprietor/Partners/Directors and submit the
verification reports for cross verification by the Department. Alternatively the contractor may submit a
copy of valid passport issued by Govt of India.

(I) Copy of partnership deed in case of partnership firm.

(m) Memorandum and Articles of Association in case of Limited Companies.

(n) Copy of Registration Certificate of firm with Registrar of Companies/Register of Firms.

(o) Affidavit that no near relative(s) of the contractor or his/their employees/agents is/are working as
Gazetted/ Commissioned Officer(s) in MES/ Corps of Engineers/Ministry of Defence. If the near
relative(s) is/are working in such capacity in any formation upto Zonal CE/CCE, he/ they shall furnish
details. The contractor shall not be entitled to tender for the works in entire area of CE Zone/CCE.

(p) Affidavit that no near relative(s) of the contractor or his/their employees/agents is/are working as
Junior Engineer(s) in MES/Corps of Engineers. If his near relative
Contd….P/19
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 19

APPENDIX ‘A’ TO NOTICE INVITING TENDER(Contd../-)

(s) is/are working in such capacity in any formation upto CWE/ GE(I) office, the contractor
shall furnish details. The contractor shall not be entitled to tender for the works in entire area of that
CWE/GE(I).

(q) Copy of power of attorney/Resolution of the Board in favour of any Partner/ Director of the firm.

(r) Copy of immediate last Income Tax Return.

(s) A separate sheet containing specimen signatures (signed in black ink) and affixed with photographs
of Proprietor/Partners/Directors (to be used as Appendix B of enlistment letter).

(t) Self-attested copy of PAN Card of Proprietor, Partners, Directors and the firm/ Company.

(u) Self-attested copies of GST registration, EPFO registration and ESIC registration certificates.

Notes:-
(i) All the documents submitted by the contractor shall be signed by Proprietor/all Partners/all Directors
unless specifically authorised to a Partner/Director through POA or Resolution of the Board.

(ii) Photocopies of documents shall be self-attested. Registering Authority shall ask production of original
documents to verify the photocopies.

(iii) All affidavits shall be given on non-judicial stamp paper of appropriate value duly signed by the
contractor and attested by the Magistrate/Notary public.

(iv) Registering Authority shall cross-verify the genuineness of financial documents at Para (d) & (e)
above from issuing Chartered Accountant (CA) and documents at Para (f) & (g) from the concerned
Bank branch by referring in writing to them alongwith copy of above documents submitted by contractor.
Registering Authority is also at liberty to verify the genuineness of all the documents from other
reliable/authentic sources.

(v) All documents related to work experience and turnover (except Form 26AS and portal-generated
GST return) shall be got independently verified from the client/issuing Authority. For documents in
support of works experience, TDS certificate for IT/Sales TaxNAT/GST shall also be asked from
applicant firms. Registering Authorities may seek clarifications from the Chartered Accountant in case of
any doubt.

(vi) Documents mentioned at Para 1.5 (a) and 1.5 (s) shall not be applicable for thepurpose of
documents to be uploaded for bidding purpose by unenlisted firms.
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 20

IN LIEU OF IAFW-1779A (REVISED 1955)


ITEM RATE TENDER AND CONTRACT TO BE USED IN CONJUNCTION WITH
GENERAL CONDITIONS OF CONTRACTS IAFW-2249 (1989 PRINT )

Tele: 020-26363528 e-procure


Tele FAX : 020-26363528 Garrison Engineer (South)
E-mail at spun4-mes@nic.in No. 1 General Bhagat Marg,
Pune – 411 040

8262/ /E8 Jun 2021

ITEM RATE TENDER AND CONTRACT FOR WORKS REQUIRED IN THE


TERM CONTRACT FOR ARTIFICER WORKS IN THE AREA OF AICTS AND
OTHER THAN AICTS AREA UNDER AGE BR I SOUTH PUNE

A tender/ bidder who is qualified as per the eligibility criteria mentioned in the tender
documents and has interalia sound past record is hereby authorised to tender for the above
work. The tender/bid (both COVER-1 & and COVER-2) shall be submitted/uploaded on the
MES website portal (www.defproc.gov.in) as per time and date mentioned in tender documents.

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF


TO ACCEPT THE LOWEST OR ANY TENDER

___________________________ SIGNATURE OF OFFICER


SIGNATURE OF CONTRACTOR ISSUING THE DOCUMENTS
GARRISON ENGINEER (SOUTH)

DATE 2021 DATE 2021


CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 21

SCHEDULE 'A' NOTES

SCHEDULE 'A'

AREA OF APPLICABILITY OF THIS CONTRACT

The T C area is contained within the bounded in area of AICTS OTHER THAN AICTS
AREA under AGE B/R-I (South) Pune.

No work shall be ordered on the contractor outside the limits of these boundaries.

The approximate quantum of work in terms of proportion to the work likely to be ordered
during currency of contract is indicated in Particular Specification clause No. 2 (scope of work).

Working Condition : Under current affairs of Covid 19 :-

That under the current circumstances of epidemics disease of Covid-19 contractor shall
follow all the guidelines as circulated by Min of Health Department, National executive
committee / ministry of home affairs Govt of India and Govt of Maharashtra / Local
administration as well as all notification and guidelines on working at site of works for
precautionary measures to avoid any infection to persons / works working at site / the
mandatory provision under the guide lines are briefed in Appx ‘C’ to Particular Specification all
the aspects. In this regard all safety measures are deemed to consider accounted by the
contractor. while quoting unit rate and extra claim subsequent by the contractor, nothing shall
be entertained by the Govt.

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 24

PERCENTAGE YARD STICK FOR ORDERING WORK ON CONTRACTOR

S. No. Description Percentage out


of total value of
work

01. Excavation & earth work 1.50%

02. Cement Concrete 4.00%

03. Brick Work 4.50%

04. Stone/PCC block masonry 15.00%

05. Wood work/carpenter work 7.00%

06. Wood work/joinery 4.00%

07. Builders hard ware 1.00%

08. Steel and iron work 3.00%

09. Roof covering 10.00%

10. Ceiling, lining and partitions 6.00%

11. Flooring 25.00%

12. Plastering and pointing 6.00%

13. White/colour wash/distemper etc. 1.00%

14. Painting 1.00%

15. Glazing 1.50%

16. Demolition/dismantling 3.00%

17. Drainage/sewage disposal/plumbing 6.25%

18. Electric Work 0.25%

TOTAL 100.00%

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 25

SUPPLEMENTARY RATES
The rates given below shall be deemed to form a part of MES standard schedule of rates
Part-II 2020 for purpose of this contract. The supplementary rates shall be subject to the
percentage quoted on Sl page No. 22.

Supple- Description Unit Unit Rate Remark


mentary Rs. s
Rate No
1 2 3 4 5
01. M & L for solid block masonary exc. 10 cm width blocks CUM 4500.00
of PCC design mix Gde C-5 set in CM (1:6) complete
all as specified & directed by Engr-in-Charge.

02. M & L for solid block masonary n. exc. 10 cm width Sqm 500.00
blocks of PCC Gde C-4 set in CM (1:4) complete all as
specified & directed by Engr-in-Charge.
03. Filleting in any position and any shape in cement RM 10.00
mortar (1:4) including mitered stop etc sectional area of
fillet not exceeding 10Sqcm as in for dado/skirting top.
04. Extra for mirror polishing to Kota stone flooring in lieu of Sqm 120.00
ordinary polishing as specified in SSR.

05. Finishing the plastered surfaces with sponge finish Sqm 12.00
complete.
06. S&F fiber reinforced PVC connecting pipe 45cm long Each 100.00
with brass check nuts and washers at both sides for
WHB.
07. Cleaning of blocked sewage /drain pipe by roding etc till RM 20.00
smooth flow of sewage is obtained for drain pipe of any
description and any dia.
08. Taking out settled sludge from man holes/septic tanks Cum 500.00
and removing the same by means of covered vehicles
to a distance exc 100mtr & exc 150m and burring the
same in ground.
Note :- Semi solid/liquid sludge shall not be measured
but shall be removed and rate quoted shall be deemed
to include for the same.
09. Dismantling of wooden gates (area upto 3 Sqm each Each 100.00
shutter leaf).
10. All as per item No 08 above but exceeding 3 Sqm each Each 120.00
shutter leaf.
11. M&L for providing 20mm to 30mm thick polished Sqm 800.00
Shahabad as in floor jointed and pointed in CM (1:3).
12. Dismantling of existing projecting type/box hinges, butt Each 100.00
hinges from steel windows/steel door frames by electric
arc and M&L for provision for projecting type/box
hinges butt hinges fixed to existing steel window
shutter, door frame etc complete.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 26

SUPPLEMENTARY RATES CONTD….


Supple- Description Unit Unit Rate Remark
mentary Rs. s
Rate No
1 2 3 4 5
13. S&F chromium plated grating 100mm dia Each 100.00
14. S&F 32mm bore PVC flexible waste pipe for wash hand Each 50.00
basin/sink.
15. All as per item above but size 40mm bore Each 100.00
16. S&F jet spray stainless steel Each 500.00
17. S&F Jet Spray PVC Each 300.00
18. S&F Aluminum single leaf door on pivots alongwith Sqm 3200.00
hydraulic door closer (Aluminium Extruded section), door
lock, handles, 5mm thick plain glass in top and 12mm thick
prelaminated particle board (both side laminated) in bottom
panel, fixed with rubber beading and glazing clips and using
aluminium powder coated sections as given in 'JINDAL'
Catalogue complete all as directed by Engineer-in-Charge.
a) Rectangular tube 14005 (b) Shutter vertical 18501
(c) Shutter top rail 19503 (d) Shutter Middle rail 20060
(e) Shutter Bottom rail 19511 (f) Glazing clips 19352
19. S & F three track sliding window with two or more Sqm 4000.00
shutter with 4 mm thick tinted glass, one shutter using
stainless steel wire cloth 0.36mm nominal dia &
1.18mm width aperture for mosquito proofing with good
quality bearing, handle, lock, rubber beading and
glazing clips etc using following aluminium powder
coated sections conforming to catalogue of 'JINDAL' or
of equivalent make complete all as specified and
directed by Engr-in-Charge:-
(a) Bottom frame 20620 (b) Top frame & vertical 20621
(c) Handle (side) 20606 (d) Shutter inter lock 20724
(e) Shutter top & bottom 20844
(f)Glazing Clip 19352
20. S&F Aluminum double leaf door on pivots alongwith Sqm 3200.00
hydraulic door closer (Aluminium Extruded section), door
lock, handles, 5mm thick plain glass in top and 12mm thick
prelaminated particle board (both side laminated) in bottom
panel, fixed with rubber beading and glazing clips and using
aluminium powder coated sections as given in 'JINDAL'
Catalogue complete all as directed by Engineer-in-Charge.
a) Rectangular tube 14005 (b) Shutter vertical 18501
(c) Shutter top rail 19503 (d) Shutter Middle rail 20060
(e) Shutter Bottom rail 19511 (f) Glazing clips 19352
21. S & F in repairs double action floor spring hydraulically Each 4000.00
regulated made of minimum 1.25mm thick alloy sheet
foundation box, with stainless steel cover, governing
pivot made of brass, other parts made of mild steel
heavy duty of approved make as per sample approved
and directed by Engr-in-Charge.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 27

SUPPLEMENTARY RATES CONTD….


Supple- Description Unit Unit Rate Remark
mentary Rs. s
Rate No
1 2 3 4 5
22. S & F ventilators/louvers using 5mm thick x 10cm wide Sqm 2500.00
frosted glass strips and following aluminium powder
coated sections conforming to catalogue of 'JINDAL' or
of equivalent make and rubber beading etc all as
directed :-
(a) SP 20048 (b) Glazing clips 19352
23. Taking down shutters cleaning, repairing easing, Sqm 500.00
making good by changing stiles, lock rails top & bottom
rail with cleats, rubber beading etc and refixing in the
same position after repairing and making good all as
directed by Engineer-in-Charge.
(Note : Replaced aluminium section will be measured
separately as supply only)
24. S&F in repairs 5mm thick plane or frosted glass in Sqm 900.00
panels of aluminium doors and partitions etc complete
all as specified and as directed.
25. S&F in repairs Wall mixer 3 in 1 including telephone Each 4500.00
shower for 15mm bore of pipe conforming to Cat Part
No. CON-CHR-281KN of ‘Jaquar’ or of equivalent make
26. S&F in repairs CP health faucet (ABS body) with 1 mtr Each 1300.00
long PVC type & wall hook conforming to Cat Part No.
ALD-CHR-565GA of ‘Jaquar’ or of equivalent make

Notes (i) Rate for “M&L for coloured ceramic matt finish tiles of size
300x300x7mm thick light colour as in floors etc., set and jointed in
neat cement to match” shall be priced as per SSR No. 13074 without
any extra cost however subject to adjustment of quoted percentage.
(ii) Please note that if AC boards are fixed in aluminum grid / ceiling
works. Rs. 3/- Sqm shall be deducted from the rates of SSR item No.
1581 while pricing.

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 28

RECOVERY RATE FOR SCHEDULE OF CREDIT


NOTE :
i) The materials obtained from dismantling shall be the property of the contractor and
these materials shall be priced at the rates given below as a credit offered to the Govt.
The contractor shall ensure that the dismantled/demolished material are removed from
the site from time to time and will not be allowed to accumulate at site. No
claim/compensation whatsoever will be entertained at the later stage. The materials
which are not covered here under shall be the property of the department which shall
be returned at the store yard of the Engineer-in-Charge. Wherever useful materials
are obtained from dismantling, the same shall be reused in the work at the discretion of
the Engineer-in-Charge. The decision of the Engineer-in-Charge/GE in this regard
shall be final, conclusive and binding.

ii) Unserviceable material obtained from dismantling/demolition shall be reused or


deposited in the store yard of AGE B/R-I (S) at the discretion of Engr-in-Charge.

Ser Description Unit Rate


No. Rs. Ps.
1 2 3 4
01. Mangalore pattern roofing tiles including ridge tiles Sqm 15.00
02. The battens of any size and of any description. Sqm 8.00
03. Timber in scantling of any description. Cum 1,000.00
04. Timber under 40 Sqcm in section. RM 5.00
05. Brick masonry of any description. Cum 90.00
06. Stone masonry of any description. Cum 100.00
07. Shahabad/Cuddappa/Kota stone slabs/Terrazzo or plain Sqm 15.00
cement tiles etc of any description and in any position.
08. AC Sheet any size in ceiling including cover fillets. Sqm 25.00
09. AC corrugated or semi corrugated sheets in roof. Sqm 15.00
10. Timber in boarding of any size/description and thickness sqm 15.00
upto 50mm.
11. Wooden/Steel door chowkats including shutter exceeding 1.5 Each 150.00
Sqm and not exceeding 4 Sqm including iron mongery etc.
12. All as sl item No. 11 above but area not exceeding 1.5 Sqm. Each 125.00
13. All as sl item No. 11 above, but glazed/gauzed Each 100.00
14. Wooden/Steel window glazed shutter not exceeding 1.5 Sqm Each 85.00
including iron mongery gauzed and glazed.
15. Wooden door shutter single leaf any type exceeding 1.00 Each 100.00
Sqm, but not exceeding 2.00 Sqm including iron mongery.
16. All as item No. 15 above but area not exceeding 1.5 Sqm Each 125.00
and including grills.
Contd…
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 29

RECOVERY RATE FOR SCHEDULE OF CREDIT (CONTD….)

Ser Description Unit Rate


No. Rs. Ps.
1 2 3 4

17. Wooden chowkat/pressed steel frame only without shutter Each 65.00
area not exceeding 1.5 Sqm

18. Wooden chowkat/pressed steel frame only without shutter Each 90.00
area exceeding 1.5 Sqm but not exceeding 4.00 Sqm

19. GI tubing of any class, bore 15mm any position. RM 12.00

20. GI tubing of any class bore 20mm. RM 15.00

21. GI tubing of any class bore 25mm. RM 17.00

22. GI tubing of any class bore 32mm. RM 25.00

23. GI tubing of any class bore 40mm. RM 38.00

24. GI tubing of any class bore 50mm. RM 50.00

25. Taps/shower rose of any type, size and description viz bib Each 17.00
taps, stop valve, pillar taps, shower rose and the like etc.

26. CI flushing cistern including fittings viz brackets etc. Each 60.00

27 PVC flushing cistern including fittings complete. Each 15.00

28. AC drain/rains water pipe upto 100mm dia including fittings. RM 10.00

29. CI drain pipe upto 100mm dia including fittings. RM 12.00

30. Wooden gates of any type (area upto 3 Sqm Each Each 60.00
Leaf/Shutter).

31 Steel / Iron scrap. Kg. 12.00

32. PVC water tank, etc as in scrap. Kg. 6.00

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 30

SCHEDULE ‘B’
ISSUE OF MATERIALS TO THE CONTRACTOR
(SEE CONDITION 10 OF IAFW-2249)

Ser Particulars Rate at which materials Place of issue by Remarks


No will be issued to the name for all items of
Contractor this schedule
Unit Rate (Rs.)
(1) (2) (3) (4) (5) (6)

NIL

SCHEDULE `C'
LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT WHICH WILL BE
HIRED TO THE CONTRACTOR SEE CONDITIONS 15, 34 AND 35 OF IAFW-2249
(1989 PRINT)

Sl Qty Particulars Details of Hire charges Stand by Place of Remarks


No MES crew per unit per charges per issue by
supplied working day unit per off name
Rs day Rs
(1) (2) (3) (4) (5) (6) (7) (8)

NIL

SCHEDULE `D'

TRANSPORT TO BE HIRED TO THE CONTRACTOR


(SEE CONDITION 16 AND 35 OF IAFW-2249 - 1989 PRINT)

Sl Qty Particulars Rate per unit per Place of issue (by Remarks
No working day of 8 hours name)
(Rs)
(1) (2) (3) (4) (5) (6)

NIL

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 31

TENDER
TO THE PRESIDENT OF INDIA: -

Having examined and perused the following documents: -

1. Specifications signed by AGE (Contracts) for Garrison Engineer (South) Pune.


2. Drawings detailed in the specifications.
3. Schedule 'A', 'B', 'C' and 'D' attached hereto.
4. MES Standard Schedule of Rates 2009(Part-I )-Specifications IAFW-2249 for
Part-I and (SSR-2020 (Part II) Rates (hereinafter and in IAFW-2249, referred to as the
`MES SCHEDULE')
5. General Conditions of Contracts, IAFW-2249 (1989) print together with amendment
Nos 1 to 48 and Errata 1 to 20.
6. WATER CONDITION 31 OF IAFW-2249 : GENERAL CONDITIONS OF CONTRACT

** Water will be supplied by the MES at the rate of Rs 3.75 per thousand worth of
work done.

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


*(a) That the sum of Rs.................. (Rupees ............... .........................only) forwarded
as Earnest Money shall either be retained as a part of the Security Deposit or be
refunded by the Government on receipt of the appropriate amount of Security Deposit as
per condition 22 of IAFW-2249.
(b) To perform such services and execute such works as detailed in particular
specifications clause 2 of Particulars specifications upon the terms and conditions of
referred to in the aforesaid documents and upon the documents and upon the conditions
hereinafter contained, as may be demanded and are enumerated in the aforesaid MES
Schedule of Rates 2020 during the period of one year from the date of acceptance and
at the rates contained in aforesaid MES Schedule of Rates 2020 subject to adding there
to/deducting from as quoted hereinafter.

* Contractor to insert here rate percent } Adding there to Percent


striking out words not required. If NET } * Deducting there from Percent
Schedule rates are offered 'NIL' should be }
inserted in both spaces. }

In words_____________________________________________________Percent.

OR
At such other rates as may be fixed under the provisions of condition 62 and further
agree to refer all disputes as required by condition 70 to the sole arbitration of serving
officer having degree or equivalent or having passed final exam of Sub Div II of
Institution of Surveyors (India) recognised by Govt of India to be appointed by the Chief
Engineer Pune Zone, Pune-1 or in his absence the officer, officiating as Chief Engineer
whose decision shall be final conclusive and binding.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 32

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

TENDER (CONTD…)

(c) Total estimate of any single work job services as detailed in condition 4-A shall not
exceed Rs. 1,50,000/-.
(d) The number of civil works people who may be employed by the GE and the
provisions of condition-4A (e) (ii) shall not exceed average of 50 per day in any one
calendar month.

Signature _________________ Name

in the capacity of _____________________ duly authorised to sign tender for and on behalf of

M/S/Shri __________________________________________________(IN BLOCK LETTERS)

WITNESS

(Signature & Name) Date_______________________

Address______________ Postal address_______________

_____________________ ___________________________

_____________________ Telegraphic address

Phone No. __________________

ACCEPTANCE

_____________________________ alteration (s) have been made in these documents and as

evidence that these alterations were made before the execution of the Contract Agreement,

they have been initialled 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. The above tender was accepted by me on behalf of the President

of India for sum of Rs_________________ (Rupees _______________________________

only)

on the ________________________day of _____________________

Signature____________ _________dated this ___________day of ________________

Appointment: Garrison Engineer (South), No.1 General Bhagat Marg, Pune - 40


CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 71

(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

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


FOR LUMP SUM CONTRACTS (IAFW-2159) & MEASUREMENT CONTRACTS
(IAFW -1779 AND 1779- A)

A Copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249) (1989 PRINT )


with Errata 1 to 20 and amendment Nos 1 to 48 has been supplied to me/us AND is in my/our
possession. I / We have read and understood the provisions contained in the aforesaid
GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I/We agree
that I/We shall abide by the terms and conditions thereof, as modified if any, elsewhere in these
tender documents.

It is hereby further agreed and declared by me/us, that the General Conditions of
Contracts (IAFW-2249) (1989 Print ) including condition 70 thereof pertaining to settlement of
disputes by Arbitration containing 33 pages (Srl Page No 33 to 65) with errata 1 to 20 and
amendment Nos 1 to 48 (Srl Page No 66 to 71) form part of these tender documents.

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 72 to 79

SCHEDULE OF MINIMUM FAIR WAGES PAYABLE BY THE CONTRACTOR UNDER


FAIR WAGES ACT.

1. It is hereby agreed by * me / us that the Schedule of Minimum Fair Wages as


published vide Government of India, Min of labour No. 1 (2) 92 IS-II dated 10 Mar 92
applicable to Area ‘C’ containing 08 (Eight) pages (Serial page Nos. 72 to 79) shall form part
of these tender documents).

2. It is also agreed by *me / us that although latest notification, as available with the
Accepting Officer, has been formed the part of contract, in case the Government has further
revised the wages, the latest revised wages of labours shall only be applicable.

3. *My / our signature (s) here under is deemed to * my / our having signed the aforesaid
Schedule of Minimum Fair Wages part of this tender and in agreement of provisions of Para
2 above.

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date

*Delete which is not applicable.


CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 80

SPECIAL CONDITIONS
1. GENERAL
1.1 The following Special conditions shall be read in conjunction with the General
Conditions of Contracts IAFW-2249 and IAFW-1779A (R-1955) including errata /
amendments there to. If any provision in these special conditions is at variance with the
aforesaid documents, these special conditions shall be deemed to take precedence there
over.

1.2 The term `General Specifications’ referred to herein before/ here in after as well as
referred to in IAFW- 2249. (General Conditions of Contracts), shall mean the Specifications
contained in MES Schedule.

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

2. VISIT TO SITE BY CONTRACTOR


2.1 The tenderers is advised to visit the site of works with prior permission of GE(S) Pune.
The tenderers shall also make themselves familiar with working conditions, accessibility to
site (s), availability of materials and other cogent conditions which may affect the entire
completion of work under this contract.

2.2 In case of a tender containing an offer is submitted, the tenderers shall be deemed to
have visited the site (s) and made themselves familiar with the working conditions etc.
whether they actually inspect the site or not.

2.3 The works under the contract lies in UNRESTICTED AREA

3. CONDITIONS FOR WORKING IN UNRESTRICTED AREA


a) The Contractor, his agents, employees, work people and vehicles may require
to pass through the unit lines in which case the Engineer-in-Charge shall, at his discretion
have the right to issue passes, control their admission to the site of work or any part there of.
The Contractor shall on demand by the Engineer -in-Charge submit a list of personnel , etc,
concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such people.
Passes issued shall be returned at any time on demand by the Engineer-in-Charge and in
any case on completion of the work.

b) The Contractor and his agent, 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 keeping to specified routes, occasional 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 reason what so
ever and the Contractor shall have no claim on this account. Nothing extra shall be
admissible for any man hours lost on this account.

Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 81
SPECIAL CONDITIONS (CONTD…)

4. CONTRACTORS REPRESENTATIVES , WORKERS AND AGENTS :

4.1 Tenders attention is invited to Condition 25 of IAFW-2249. Tenderer shall employ


only Indian Nationals as his representative, servants and workers and verify their
antecedents and loyalty before employing them for the works. He shall ensure that no person
of doubtful antecedents and nationality is, in any way, associated with work. If for reasons of
technical collaboration or other consideration the employment of any foreign national is
unavoidable, the tenderer shall furnish full particulars to this effect to the Accepting Officer at
the time of submission of his tender.
4.2 The Contractor shall on demand by the Engineer-in-charge, submit list of his agents,
employees and work people, concerned and shall satisfy the Engineer-in-charge as to the
bonafides of such people.

5. MINIMUM WAGES PAYABLE TO LABOUR ;


5.1 The contractor shall have no claim what so ever if any local regulation or otherwise is
required to pay wages in excess of the wages shown in the Schedule of minimum fair wages
under condition 58 of IAFW-2249

6. CONTRACT LABOUR (REGULATION AND ABOLITION ) ACT. :


6.1 Contract labour (Regulation & Abolition) Act 1970 is applicable to MES contractors.
Rates quoted by the tenderer shall be deemed to take into account the cost etc. required to
comply with the provisions contained in the said act and the rules framed under the said act.

7. ROYALTIES :
7.1 Reference Condition 14 of IAFW-2249. No quarries on defence land are available.

8. ACCOMMADATION FOR CONTRACTOR .


8.1 No storage/labour accommodation can be provided to the contractor for his use.
However, as per Condition 32 of IAFW-2249. GE may permit to the contractor to occupy
any building for stores if available at site subject to recovery of prescribed rent .

9. BLASTING :
9.1 Blasting is prohibited.

10. WATER SUPPLY :


10.1 Refer condition 31 of General conditions of contracts IAFW-2249. Water will be
supplied by MES.

10.2 Water will be supplied by MES on payment at the point (s) marked on site plan. As the
water supply by MES is likely to be intermittent the contractor shall make his arrangements
for storing the water required for the works, labour and workmen etc at his own expense. The
contractor shall not have any claim on account of short /intermittent supply and shall make
his own arrangement to supplement requisite quantity at his own cost.

11. ELECTRICITY SUPPLY :


11.1 Electricity will be supplied by MES on payment. It is however, optional for the
contractor to buy it from MES or make his own management at his own cost. In the event of
contractor deciding to buy it from MES, he shall be charged for its consumption at a uniform
rate of Rs. 13.86/- per unit for lighting as well as for power. The condition given in
succeeding sub paras, shall be applicable for electric supply by MES.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 82

SPECIAL CONDITIONS (CONTD…)

11.2 Electric supply shall be made available by MES at the point (s) tentatively marked on
site plan/ decided by GE. However the exact location of the electric point (s) shall be shown
by the GE.

11.3 The main switch & KWH meter to register the power supplied shall be provided and
installed by MES. Contractor shall provide all necessary connections/ cables, fittings etc from
the main switch & meter, in order to ensure a proper & suitable supply of electricity for
execution for the work.

11.4 The MES does not guarantee for continuity of supply and no compensation what so
ever shall be allowed for supply becoming intermittent or for breakdown in the system.

11.5 GE or his representative shall be free to inspect all the power consuming devices.
Any electric line provided by the contractor which is not to the satisfaction of the GE as
conforming to IE rules shall be disconnected from the supply, if so directed by him.

11.6 It is the responsibility of Contractor to maintain the unit power factor of electric supply.
For this contractor shall provide capacitor of appropriate capacity to each connection for
installation of his construction equipment.

12. CO-OPERATION WITH OTHER AGENCIES :


12.1 Refer Condition 24 of IAFW-2249. The Contractor shall permit free access and
generally afford reasonable facilities to other agencies and departmental workmen engaged
by the Govt to carryout their part of the work if any, under separate arrangements. The
Contractor is expected to have general procedural knowledge of local metro politan /
municipal rules of construction.

13. MATERIALS :

13.1 Refer condition 10 of IAFW-2249.

13.2 Items materials conforming to Indian Standard Specifications and bearing ISI mark
shall be accepted only. Where ISI marked items/materials are not manufactured,
items/materials superior to IS specifications may be used without any extra cost to
Government. However before incorporating such materials /items, the contractor shall
produce necessary test certificates as required by the GE for approval of materials/items.

13.3 Indian Standard of the year of publication (Edition) as referred to in the MES Schedule
shall be followed. Where any IS referred has been amended, or revised or superseded, the
contractor shall follow amended/ revised/superseded provisions as applicable on the date of
receipt of tender).
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 83

SPECIAL CONDITIONS (CONTD…)

13.4 A list of items/ articles which are having IS certification mark and are readily available
is given below. It is mandatory that IS certified marked items/ articles as listed below only
are incorporated in the works. (For items which are applicable to this tender).

1. Integral water proofing compound.


2. Joinery.
a) Solid core of wooden flush door shutters.
b) Particle board panel inserts of factory made paneled shutters.
3. Builders Hardware
a) Steel Butt Hinges.
b) Ferrous Tower Bolts.
c) Non-ferrous Tower Bolts.
d) Door handles (Non ferrous)
e) Parliament Hinges, Ferrous
f) Continuous Piano Hinges
g) Non-ferrous Metal Sliding Door Bolts
h) Tee and Strip Hinges
j) Mild steel sliding Door Bolts
4. Ceiling and Lining
a) Ply wood for general purposes
b) Blackboards
c) Veneered / decorative ply wood
d) Fibre hard board
5. Flooring
White Portland cement.
6. Water supply plumbing, drains and sanitary appliances
a) Concrete pipes with or without reinforcement.
b) Salt Glazed stone ware pipe and fittings.
c) Flushing Cisterns for water closets and urinals other than plastic.
d) Cast copper alloy screwed down pipe taps & stop valve for water
services.
e) Galvanised mild steel tubes, stop cock, bib cock.
f) Sand cast CI spigot & socket soil, waste & ventilation pipe & fittings.
g) Certrifugally cast (spun) CI spigot and socket soil, waste and
ventilation pipes, fittings and accessories.
h) Ball valves (Horizontal plunger type) including floats for water supply
purposes.
j) Cast iron manhole covers and frames.
k) Vitreous China sanitary appliances.
i) Wash down water closets.
ii) Squatting pans.
iii) Wash basins.
iv) Foot Rests.
l) Plastic WC seats and covers.
m) Pillar taps.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 84

SPECIAL CONDITIONS (CONTD…)

7. ELECTRICAL WORKS.
a) Ceiling rose.
b) Switches.
c) Socket wire outlet 3 pin plug and socket.
d) Switch fuses (Main & Switch)
e) Rigid steel conduit.
f) Single core cable polyethylene insulated and PVC sheathed cable.
g) Starter for tube light.
h) Fluorescent lamps.
j) Aluminium stranded conductor.

13.5 A list of items/ articles commonly available in market and which are superior to IS
marked items is given below :
(Items which are not applicable / required in this contract shall be deemed to have
been deleted.)
1. Glazed earthenware tiles.
2. AC Sheets.
3. AC rain water pipes.
4. paint synthetic Enamel.
5. Distempers (Oil emulsion and dry type )
6. Bath room chromium plated cast copper alloy Fancy type bib taps, stop valves
and pillar taps.

13.6 The tenderer is advised to inspect samples of materials which are displayed in the
sample room in the office of GE (S) Pune, 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 to be incorporated in the work, by the contractor shall
conform to, or shall be superior in quality to, samples displayed and shall comply with the
specifications, mentioned in particular specifications.

13.7 The contractor shall not procure materials in bulk unless the samples are approved by
the Garrison Engineer in writing.

13.8 The quantity of materials such as paint, water proofing compound, chemicals for
antitermite treatment and the like ( as applicable ) and directed by the Engineer-in - charge ,
the quantity of which cannot be checked after incorporation shall be recorded in the
measurement books as “ NOT TO BE ABSTRACTED” and signed by the contractor and the
Engineer-in-charge as a check to ensure that the required quantity had been brought to site
for incorporation in the work.

13.9 Materials brought to site shall be stored as directed by the Engineer-in-charge and
those already recorded in the Measurement Book shall be suitably marked for identification.

13.10 The contractor shall ensure as far as practicable that the materials are brought to site,
in original sealed containers/ packing, bearing manufacturers marking except in the case of
the requirement of materials being less than the smallest available commercial packing.

Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 85
SPECIAL CONDITIONS (CONTD…)

13.11 The contractor shall produce original receipted vouchers/ invoices/bills in respect of
supplies for the following items ( as applicable ) to the Engineer-in-charge in addition to any
other items as directed by Engineer-in-charge before payment is made in RARs, against
material lying as site :-
a) Water proofing compound.
b) Chemicals for anti-termite treatment.
c) Paint, distempers and cement base paints.
d) All grades of bitumen.
e) Steel reinforcing bars and structural steel
f) Any other proprietary articles.
g) Cement.
13.12 The purchase documents shall be endorsed, dated and initialed by the Engineer - in-
charge duly verified giving contract number and name of work. A certified true copy of each
of such documents shall be kept on record by the Engineer-in-Charge as well as by GE.
13.13 Where the cost of each category of materials is less than Rs. 2500/- production of
documents may not be insisted upon.
14. RECORD OF CONSUMPTION OF CEMENT :
14.1 For the purpose of keeping a record of cement consumed in the works, the Contractor
shall maintain a pucca bound register with serially numbered pages duly initialled by
Engineer-in-Charge, showing daily receipt, quantity used in works and balance in hand at the
end of each day. This register shall be signed daily by the Contractors representative and
MES representative in token of their verification of its correctness. This register shall be
checked by Engineer-in-Charge at least once a week and on the day, cement is brought by
the contractor.

14.2 The register shall be kept at site in the safe custody of the Contractor during progress
of the work and he shall on demand produce the same for verification of inspecting Officer.
On the completion of the work, cement register shall be handed over to the Engineer-in-
Charge for record with MES.
15 VALIDITY OF TENDER
15.1 This tender shall remain open for acceptance for a period of sixty days from the date
on which the tenders are due to be submitted. For the purpose of calculating this period, the
day on which the tenders are due to be submitted, shall be excluded.
16. VALUATION OF DEVIATIONS
16.1 Condition 62 of General Conditions of Contracts (IAFW-2249) shall be referred.
17. OFFICIAL SECRET ACT
17.1 In reference to Condition 2-A of General Condition of contract IAFW-2249, the
contractor shall be bound by the Indian Official Secret Act 1923 and particularly, section 5
thereof.
18. DAMAGE TO EXISTING WORK :
18.1 Any damage done to any existing structures, under ground cable, pipe lines road
surfaces, drains and fixtures etc. during execution of works shall be made good by the
contractor at his own expense. Rectification, reinstallation etc., making good and touching
up shall be carried out according to the materials and workmanship originally provided and to
the entire satisfaction of the GE.

Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 86

SPECIAL CONDITIONS (CONTD…)

19 PRODUCTION OF VOUCHERS FOR MATERIALS :


19.1 Contractor shall produce original purchase vouchers/ Invoices challans alongwith Test
Certificates wherever applicable from the manufacturers and or their authorised agents for
the full quantity of the materials as applicable as a pre requisite document before submitting
claims for payment for advance on account of materials collected, in accordance with
Condition 64 of IAFW-2249 , General Conditions of Contracts. However vouchers in respect
of cement , steel , major E/M equipments like transformers , DG Sets , Pumps , Motors , AC
and lift equipments shall be submitted invariably.

20. REFUND OF PERFORMANCE SECURITY


The performance Security Deposit mentioned in condition 19 may be refunded to the
contractor after the expiration of the defects liability period (vide Condition 46) by the GE
provided always that the contractor shall first have been paid the final bill and have rendered
a No-Demand certificate (I.A.F W-451).

21 ACCEPTABLE QUALITY OF WORK AND FINISHES :


21.1 To determine the acceptable standard of workmanship, The Garrison Engineer may
order the contractor to execute certain typical portion of works and services such as some
length of wall, portion of different type of floors, plaster, pointing, painting any other
finished/items, sanitary fittings, plumbing, electrical fittings etc under strict and constant
supervision of MES staff and label these works as guiding samples so that further works
shall be executed to conform these samples.

22. WATCH, WARD AND LIGHTING


22.1 The Contractor shall provide and maintain all necessary watch and ward and lighting
arrangements to keep the traffic off the trenches. Necessary boards and sign posts shall be
provided and set up to the entire satisfaction of the Engineer-in-charge.

22.2 The Contractor shall reimburse the loss to the Govt. on account of any damage, that
may occur on this account.

23. PRECAUTION AGAINST RISKS


23.1 The Contractor shall be responsible at his own expense in taking precaution to
prevent any damage from what so ever cause arising, other than out of accepted risks and
to minimise the amount of any such loss or damage and for adoption of necessary protective
measures required for the purpose in compliance with condition 38 of IAFW-2249 and Rule
5 of the MES SAFETY CODE code vide (Annexure `B’) of IAFW-2249 until the works have
been handed over duly completed to the Engineer-in-charge.

24 CLEANING DOWN
24.1 Refer Condition 49 of IAFW-2249 General Conditions of Contracts. The Contractor
shall leave the whole premises clean and tidy before handing over the works.

25 APPROACHES
25.1 The contractor shall provide at his own cost all temporary approaches to the site
( where not existing ) for the use of his labour and transport.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 87

SPECIAL CONDITIONS (CONTD…)

26. SECURITY OF CLASSIFIED DOCUMENTS


26.1 Contractors special attention is drawn to condition 2-A and 3 of IAFW-2249 ( General
Conditions of Contracts). The contractor shall not communicate any classified information
regarding the works, either to sub contractor or others, without the prior approval of the
Garrison Engineer. The contractor shall also not make copies of the design / drawings and
other documents furnished to him in respect of the work and he shall return all documents on
completion of work or earlier on determination of the contract. The contractor shall
alongwith the final bill attach a receipt from the Engineer - in - charge in confirmation of his
having returned the classified documents as per Condition 3 of IAFW-2249.

27. CONSTRUCTION OF LABOUR WELFARE TAX.


27.1 The lump sum / unit rate quoted by the tenderer shall be deemed to include the
element of tax consequent to building and construction workers (Regulation of employment
and conditions of services) welfare cess act 1996.

27.2.1 While awarding contracts, it should be ensured that the contractors shall have
provident fund number and condition has been included in the NIT that any sub contractor
engaged should also have provident fund code.

27.2.2 The contract conditions should stipulate that all the worker deployed by the
contractors or sub contractor are enrolled as number of provident fund and should be given
the Universal Account Number (UAN).

27.2.3 While clearing the final bills of the contract, the Contractor shall be given a certificate
that all workers employing directly or indirectly by him are registered for EPF and the due
contribution have been credited into their account.

28. BLANK

29. MINOR CONSTRUCTION DETAILS :


29.1 Lump sum /rates quoted by the contractor shall be deemed to allow for all minor
constructional details which are not specifically shown on drawings or given in the Particular
specifications but are essential and finally intended for the execution of work and services in
workmen like manner and sound construction. In case opinion between contractor and GE,
as to whether or not certain items of works constitutes “Minor constructional details” which
is deemed to have been included in the contractor’s quoted lump sum / rate the decision of
the Accepting Officer shall be final, conclusive and binding.

30. OUT OF POCKET EXPENSES :-


Out of pocket expenses incurred by the tenderer in submitting this tender can not be
reimbursed whether the tender is accepted or not.

31. VALUE ADDED TAX


VAT as applicable to works contracts shall also deemed to be included in the tendered
rates and nothing extra shall be paid/reimbursed by the department on this account.

Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 88

SPECIAL CONDITIONS (CONTD…)

32. RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED


TO CONTRACT VALUE”

32.1 (a) The rates quoted by the Contractor shall be deemed to be inclusive of all taxes
(including GST on materials, GST on Works Contracts, Turnover Tax, Labour Welfare cess/
tax etc), duties Royalties, Octroi & other levies payable under the respective statutes. No
reimbursement/refund for variation in rates of taxes, 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 (b) here-in-below.

(b) The taxes which are levied by Govt at certain percentage rates of Contract
Sum/Amount shall be termed as “taxes directly related to Contract value” such as GST on
Works Contracts, Turnover fax, Labour Welfare cess /tax and like but excluding Income Tax.
The tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract
value” with existing percentage rates as prevailing on last due date for receipt of tenders.
Any increase in percentage rates of “taxes directly related to Contract value” with reference
to prevailing rates on last due date for receipt of tenders shall be reimbursed to the
Contractor and any decrease in percentage rates of “taxes directly related to Contract value”
with reference to prevailing rates on last due date for receipt of tenders shall be refunded by
the Contractor to the Govt/deducted by the Govt from any payments due to the Contractor.
Similarly imposition of any new “taxes directly related to Contract value” after the last due
date for receipt of tenders shall be reimbursed to the Contractor and abolition of any “taxes
directly related to Contract value” prevailing on last due date for receipt of tenders shall be
refunded by the Contractor to the Govt/deducted by the Govt from the payments due to the
Contractor.

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

(d) 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
information’s as the GE may require.

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


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

Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 89

SPECIAL CONDITIONS

(f) The GST has become leviable on all works contracts. The liability of paying GST is on
service provider i.e. Contractor. GST shall be applicable for this tender.

33. DEFECT LIABILITY PERIOD


Refer condition 46 of IAFW-2249 (General Conditions of Contracts), the defect liability
period for the subject contract shall be “TWENTY FOUR” calendar months after the works
have been handed over to Government (hereinafter referred to as the ‘defect liability period’).

34. The unit rate quoted by the tenderer for all items of BOQ shall be deemed
to include for all additional expenditure / amount required for taking all
precautionary measures against spread of corona virus disease (Covid-19) as
per Government body Notifications issued from time to time. No extra claim on
this account will be entertained.

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 90

PARTICULAR SPECIFICATIONS

NAME OF WORK : TERM CONTRACT FOR ARTIFICER WORKS IN THE AREA OF AICTS
AND OTHER THAN AICTS AREA UNDER AGE BR I SOUTH PUNE

1. MES SCHEDULE :
General Rules specifications, special conditions and all preambles in the MES
Schedule shall be deemed to be applicable to the works under this contract. Materials
not specified in MES Schedule and are to be incorporated in the work shall comply to
the latest ISI. Materials with ISI certificate will be given preference over those not
having ISI certificate mark.

2. SCOPE OF WORK :
The scope of work comprises of tender and contract for Artificers work i.e
Provn/Addition/alterations/repairs etc as detailed in condition 7 of IAFW-2249 for the
period and area specified in Schedule ‘A’ on Sl. Page 22 of CA. The approx %age of
work with reference to SSR trade section is attached as Annexure ‘A’ on serial page
No 18 of CA.

The break down given in Annexure mentioned above is for rough guidance only.
The break down may be varied as per requirement of work/services at the discretion
of Engineer-in-Charge during currency of the Contract. Dismantled materials shall be
the property of contractor for which recovery at the rate assessed by Department as
appended on serial page No 25 to 27 of CA will be affected from payment due
to contractor in said work order. However if required, Engineer-in-Charge may take
whole or part quantity of dismantled/demolished materials on charge and contractor
will have no claim on that account.

Contractor shall not have any claim whatsoever due to the actual variations in
percentage break down.

Site plan showing the area covered under this contract is held in the office of GE (S)
for the verification of the tenderer. The contractor may refer the same and make
himself familiar with the area covered under the contract, types of accn accessibility to
site and other aspect as deemed necessary for the proper execution of the work. No
claim of whatsoever nature will be entertained at later stage in case the tenderer is
failed to refer the above plan.”

Contd…
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 91

PARTICULAR SPECIFICATIONS (CONTD….)

3. MATERIALS AND SAMPLES :


Materials of following makes shall be incorporated in the work.
(a) Mangalore Tiles (a) Charminar (b) Raja (c) RECHO
(d) Prajapat (e) Kerala Tile Wks, Trisur
(b) Cement / Terrazo/ Flooring Tiles (a) M/s Nitco, Mumbai (b) M/s Mehtab Tiles, Indore (c)
(Plain / chequered) National Tiles
(d) Bharat Tiles and Engg Coy, Bangalore
(e) Modern Tiles and Marbles, Bangalore
(c) Non skid ceramic/glazed tiles (a) Johnson Tiles (b) Kajaria (c) Somany
(d) RAK Ceramic Tiles
(d) Sanitary Fittings – Water Closet / (a) Parryware (b) Jaquar (c) RAK Ceramics
Urinals / Wash Hand Basin (d) Hindware (e) CERA (1st Class)
(WHB) - Vitrous China / Squatting (f) Johnson
Orissa Pattern
(e) GI Pipes / tubing and Fittings (a) Tata (b) Jindal (c) Prakash (d) Swastik

(f) Synthetic Enamel Paint (a) Asian Paints (b) Berger Paints (c) Nerolac
(d) ICI Paints (e) Dulux

(g) 2nd class Hard Wood Sal wood / Lal Teak / Silver only
(h) Cement Base Paint (a) Super Snowcem (b) Duracem (c) Aquacem
(d) Shalimar (e) Berger
(j) AC plain / sheet (ISI marked) (a) Charminar (b) Everest (c) UP Asbestos
(d) Ramco
(k) Brass CP Bib Cock / Stop Cock / (a) Jaquar (b) Marc (c) CERA (d) Kohler
Pillar Cock
(l) Oil Bound Distemper (a) Nerolac (b) Berger Paints (c) ICI India (d) Asian Paints

(m) BWP/BWR plywood (a) Anchor (b) Kitply (c) Greenply


(n) Vitrified Tiles / Heavy duty (a) Johnson Marbonite (b) Kajaria (c) Somany
exterior vitrified / Anti Slip Vitrified (d) AGL Tiles (e) RAK Ceramic Ltd.
tiles
(o) Cement Concrete Interlocking (a) Mehtab Tiles, Indore (b) M/s Ultra Tiles,
Paver Blocks / Tiles (c) Nitco (d) Patel Furniture Mart
(e) Navya Tiles, Jodhpur
(p) Fancy type (Chromium plated) (a) Jaguar (b) Marc (c) ESS-ESS (d) Plumber
bib tap, stop valves, Shower rose
and Pillar taps, Towel ring, Toilet
Paper holder, Towel rail etc
(q) PVC Water Tanks (a) Sintex (b) Polycon, Jaipur (c) Rotax
(d) Asish Plast
(r) HDPE Pipes & Fittings (a) Finolex (b) PRINCE (c) Supreme
(d) JAIN Irrigation System
(s) Sheet Glass plain / Frosted / Heat (a) Hindustan Pilkington Glass Works
absorbing Glass & Reflective (b) Saint Gobain (c) Modiguard (d) Asahi
Solar Control Film (e) Atul Glass Industries (f) Golden Fish
(t) Mirror (a) Modi (b) Atul (c) Saint Gobain (d) Swastik

(u) Stainless steel Plate rack (a) Blue Star (Silvershine) (b) Nirali
(c) SPC (Selected Products Co. (d) Jayna (e) Prayag

Contd…
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 92

PARTICULAR SPECIFICATIONS (CONTD….)

4. CONCRETE :
(a) All PCC and RCC work shall be executed as per section 4 of MES Schedule 2009
Part-I specifications.
(b) All concreting shall be volumetric mix as specified in clause as per in 4.11.2.4 on serial
page No. 48 of MES Schedule 2009 Part-I.
(c) Irrespective of what is specified with regard to grading of sand given in clause 4.4.7 (2)
of MES Schedule Part-I, the fine aggregate (Sand) shall conform to sample kept in
central sample room maintained in the office of CWE, Pune for the purpose of
plastering. Sand shall be screened and shall be washed before incorporated in the
work, if the same contains more than 5% silt/clay or other deleterious materials.
5. BRICK WORK :
(a) Material and workmanship shall be as per section -5 of MES Schedule Part-I.
(b) Bricks common burnt clay building bricks, (old size) irrespective of what is specified in
MES Schedule Part-I, bricks shall be local burnt bricks class ‘B’ conforming to sample
kept in the Central Sample Room maintained in the office of the CWE, Pune-1.
Crushing Strength shall be minimum 35 Kg per Sqcm.
(c) SAND : Irrespective of what is specified in MES Sch Part-I sand for mortar shall be
conforming to sample kept in Central Sample Room of CWE, Pune-1.
6. STONE MASONARY :
(a)Material and workmanship shall be (c) in section 6 of MES Schedule Part-I.
(b) Stone masonry shall be trap stone & dimension shall be as specified in clause 6.2.4 of
SSR Part-I : 2009.
(c) Thickness of joints for RR Masonry shall not be more than 25 mm.
(d) If PCC bond stones are used the same shall be used with prior permission of GE.
Same shall be paid without any price adjustment as per connected stone masonry rate
only. However cement for casting of PCC bond stone shall be allowed.
7. PCC BLOCK MASONRY :
7.1 Fine Aggregate : Sand shall be as locally available free from any deleterious materials and
as per sample approved by GE. Adequate arrangements for screening and washing of sand in
bulk quantities shall be made, Stone dust shall be from crusher.
(b) Coarse Aggregate : Stone aggregate shall be locally available and as per sample
approved by GE.
7.2 PCC SOLID BLOCK :
7.3 Materials : The blocks shall conform to IS-2185 (Part-I).
7.4 The blocks shall be of the following grades :
(a) Solid blocks shall be graded C-4/C-5. Generally 200 mm wide and 300 mm wide solid
blocks shall be of grade C-5 and 100 mm shall be of grade C-4.
7.5 Mix of concrete used for manufacturing of blocks shall be as follows :-
(a) Grade – C-4 :
(i) One part of cement by volume.
(ii) Five parts of fine aggregate (4 parts of sand and one part of stone dust) by
volume.
(iii) Ten parts of coarse aggregate (5 parts of 40 mm graded stone aggregate and
5 parts of 20 mm graded stone aggregate) by volume.

Contd…
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 93

PARTICULAR SPECIFICATIONS (CONTD…..)


(b) Grade – C-5 :
(i) One part of cement by volume.
(ii) Five parts of fine aggregate (4 parts of sand and one part of stone dust)
by volume.
(iii) Eight parts of coarse aggregate (4 parts of 40 mm graded stone
aggregate and 4 parts of 20 mm graded stone aggregate) by volume.
Note :
(i) Trial mix shall be carried out before casting the blocks to ensure that the
required strength and block density is obtained as per IS.
(ii) The mix ratio as given above is minimum and is only for guidance.
(iii) Proper care shall be taken to protect the corners of PCC blocks. To achieve
better consistency contractor may use Block Maker/Block Masters
manufactured by M/s RAZON ENGINEERING CO PVT LTD, Pune or any
equivalent material as approved by the GE without any price adjustment.
7.6 DIMENSION AND TOLERANCE :
The nominal dimensions of concrete hollow blocks shall be of 300 mm long, 200 mm
wide and 200 mm high. The nominal dimensions of concrete solid blocks shall be :-
300 mm x 100 mm x 200 mm for 10 cm thick walls.
300 mm x 200 mm x 200 mm for 20 cm thick walls and
300 mm x 300 mm x 200 mm for 30 cm thick walls.
The nominal dimensions of the units are designed to cover the thickness of mortar
joints, so that they produce wall length which will conform to principle of modular co-
ordination. The maximum variation in the length of units shall not be more than 5 mm
and maximum variation in height and width of unit shall not be more than 3 mm.
Sizes other than specified above may also be used with the approval of GE without
any price adjustment.
7.7. MANUFACTURING PROCESS OF BLOCKS :
7.7.1 Mixing : All concrete shall be mixed in mechanical mixer.
7.7.2 Moulding of Blocks :
The blocks shall be manufactured with vibratory moulding machines. Appropriate
consistency of concrete shall be used to enable demoulding of the blocks immediately
after casting.

7.8 SUFACE FINISH :


The blocks shall have sufficiently rough surface to afford a good key to the plaster and
joints.

7.9 CURING :
The hardened blocks shall be cured in a water tank or curing yard and shall be kept
moist for 14 days continuously. The curing tank/water tank shall be of adequate
capacity/size. Curing shall be done as per IS-2185 (Part I).
7.10 DRYING :
After curing, the blocks shall be dried for a period of 4 weeks before being used in the
work. The blocks shall be allowed to complete their initial shrinkage before they are
laid in wall.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 94

PARTICULAR SPECIFICATIONS (CONTD…..)

7.11 SAMPLING :
The required 14 numbers of blocks for testing shall be taken from every consignment
of 5000 blocks. The blocks shall be picked up at random from a stack of particular
batch. The sample of blocks shall be marked for future identification of the batch it
represents. The blocks shall be kept under cover and protected from extreme
conditions of temperature, relative humidity and wind until they are put to test. The
test shall be under taken as far as practicable immediately after the sample has been
taken.
7.12 BLANK

7.13. BLOCK MASONRY :


(a) Block masonry 200 mm thick and above shall be built in CM (1:6) and that of
100 mm thick shall be built in (1:4) with 10 mm thick joints. 100 mm thick block walls
shall rest on PCC sub floor/RCC slab unless otherwise specified.

(b) In case of pilasters, suitable construction of these blocks be used and duly got
approved by GE. Necessary use of half blocks. ¾ blocks shall be made in the
masonry work in the appropriate places to ensure break in joints. If any gap is left
which is less than15 cms, same shall be filled in with cast-in-situ concrete (1:3:6) type
C-1. In case of wall/beam gap filling, the size of aggregate shall be decided by the
GE to suit the thickness of filling.

(c) In case where the height is less than the height of blocks (i.e space below lintel
over door/windows, ventilator, cills and bottom of beam/slab etc) the portion of the
walls upto the nearest vertical joint of the adjoining course shall be filled with PCC
(1:3:6) type C-1 cast-in-situ and care taken so that the volume of PCC fill is kept
minimum.

(d) The sloping of walls below slab/beam/lintel etc shall be done with PCC (1:3:6)
type C-1 cast-in-situ where required over and above full height of PCC blocks.

(e) As the block masonry work progresses, joints in the masonry work should be
raked properly with suitable tool.

(f) In case of hollow block masonry, a course of solid blocks shall be provided
under windows, ventilators, openings and joints shall be M/s in clause 4.23.10 of SSR
Part-I. The solid course shall extend at least 20 cm beyond the openings on either
side. Solid blocks to be used in conjuction with hollow blocks shall be of the same
size of hollow blocks. The solid blocks shall be made by filling the cavities of hollow
blocks with PCC (1:3:6) type C-1.

7.14 MEASUREMENT OF BLOCK WALLING :


Thickness of wall shall be measured in multiples of 100 mm. The height of the wall
shall be inclusive of the PCC filling.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 95

PARTICULAR SPECIFICATIONS (CONTD…..)

8. WOOD WORK/JOINERY :
(a) All wood work and joinery shall be executed as per section 7 and 8 of MES
Schedule Part-I.

(b) Irrespective of what is specified in MES Schedule Part-I all first class hard
wood required in the work shall be MP teak or Nagpur/Nashik teak conforming
to sample kept in Central sample room of CWE, Pune and second class hard
wood except for form work specified shall be ‘LAL TEAK’ Sal, Silver Grey wood
and Haldu conforming to sample kept in the office of the CWE, Pune.

(c) Work under this contract shall be deemed to be under climatic Zone III.

9. BUILDERS HARDWARE :
(a) Material and workmanship shall be all as per in section 9 of MES Schedule
Part-I.
(b) All particulars of builders hard ware shall be as per sample kept in the Central
Sample Room of CWE, Pune-1 and shall be from approved manufacturer with
ISI Mark only.
(c) In case of any articles for which sample is not maintained it should be approved
by the Garrison Engineer before incorporation in the work.
10. STEEL AND IRON WORK :
Materials and workmanship shall be all as per section 10 of MES Schedule Part-I.
11. FLOOR FINISH AND PAVING :
(a) Lime stone slab flooring shall be provided as specified in SSR except that the
edges of lime stone slabs need not be dressed as specified. Thickness of
joints not be more than 15 mm thick.
(b) Glazed tiles shall be minimum 5 mm thick, Laying of glazed tiles shall be done
all as per clause 13.40 of SSR Part-I.
(c) Materials and workmanship shall be all as per section 13 of MES Schedule
Part-I. Rough dressed Shahabad floor shall be measured and paid under item
all as per 13007 TO 13010 of SSR Part-II 2010 for Zone ‘B’.
NOTE : For the purpose of pricing requisition for work, the stone slab flooring will be
priced as per MES Schedule of Rate subject to percentage quoted by the
tenderer above/below SSR-2010. Shahabad stone shall be considered as lime
stone slab for pricing/payment purpose.
12. ROOF COVERING :
(a) Material and workmanship shall be all as per in section 11 of MES Schedule
Part-I.
(b) Roofing Mangalore tiles shall conform to IS-0654 of class ‘AA’. However no
reduction will be made for using class ‘A’ ridge tiles.
(c) AC sheets for roof shall be from M/s Charminar, Swastic, Lotus or Everest only.
12. CEILING AND LINING :
Material and workmanship shall be as specified in MES Schedule Part-I Section-12.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 96

PARTICULAR SPECIFICATIONS (CONTD…..)

13. PLASTERING AND POINTING :


Material and workmanship shall be as per section 14 of MES Schedule Part-I.
14. WHITE WASHING, COLOUR WASHING AND DISTEMPERING :
Material and workmanship shall be all as per Section 15 of MES Schedule Part-I.
15. GLAZING AND PAINTING :
(a) Material and workmanship shall be all as per section 16 of MES Schedule Part-
I.
(b) (i) The Contractor shall inform the Garrison Engineer (South)
Pune/Engineer-in-Charge within 04 weeks of the acceptance of the tender, the
names of manufacturers and brand of paint and obtain prior written approval of
the GE before their use in works. Synthetic Enamel paint shall be Ist quality
from Asian Paint, Shalimar, Nerolac or Berger Paints.
(c) The Contractor shall when required by GE produce the certificate of the
manufacturer or their ref to establish the brand of paints purchased by the
contractor from them and satisfy the requirement of the relevant IS
specifications.

16. WATER SUPPLY, PLUMBING DRAINING & SANITARY APPLIANCES :


Material and workmanship shall be as per specified in section 16 of MES Schedule
Part-I. PVC flushing cistern shall be from Commander flush flow, Sleem line.

NOTE : Irrespective of what is specified in SSR Part-I Clause M/s 18.68.2 provide 100
mm thick bedding for SWG Pipe upto 150 mm dia & 150 mm thick bedding for pipes
of 200 mm and above dia. Similarly provide 100 mm thick (1:3:6) bedding for
manhole upto 2.5 M depth & 150 mm thick bedding for manhole above 2.5 m depth.

17. ELECTRICAL WORKS :


Material and workmanship shall be M/s in Section 19 of MES Schedule Part-I – 2009.
PVC armoured cable upto 10 Sqmm cross section area shall be solid core.

18. DEMOLITION AND DISMANTLING :


All demolition/dismantling shall be carried out as specified in Section 21 of MES
Schedule Part-I.

19. BLANK.

20. CEMENT :
20.1 GENERAL : Cement required for the work under the contract shall be procured,
supplied and incorporated in the works by the contractor under his own arrangement.
Cement shall be of tested quality and shall comply with the requirements mentioned
in the drawings, SSR, IS Specifications as amended and particular specifications
given hereinafter.
A. Type of cement for the subject work to be procured and incorporated in work
shall be ordinary. Portland cement grade 43 in accordance with IS-1812 of 1989
unless otherwise mentioned of higher grade in structural drawings forming part of the
tender documents.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 97

PARTICULAR SPECIFICATIONS (CONTD…..)

20.2 SORUCE OF PROCUREMENT :

A. Cement will be procured by the contractor from any one of following main producers
or from suppliers of cement :-

a) Cement Manufacturing Co. Ltd (b) M/s Ultra Tech Cement Ltd
(STAR Brand)
(c) M/s Dalmia Cement (Bharat) Ltd (d) M/s Chettinad Cement Corporation
(Dalmia) Ltd. (CHETTINAD)
(e) M/s Heidelberg Cement India Ltd (f) M/s My Home Industries Ltd
(MYCEM) (MAHA SHAKTHI)
(g) M/s Parasaki Cements Ltd (h) M/s Zuari Cement Ltd (ZUARI)
(PARASAKTI)
(j) M/s Toshali Cements Pvt Ltd (Gajpati) (k) M/s Saifco Cement Pvt Ltd (SAIFCO)
(l) M/s Prism Cement Ltd (PRISM) (m) M/s Shree Guru kripa Cement (Pvt)
Ltd (SARTAJ)
(n) M/s Barak valley Cements Ltd (o) M/s Dhruv Industrial company Ltd
(BVCL) (DHURUV)
(p) M/s Madras cement (MADRAS) (q) M/s OCL India Ltd (KONARK)
(r) LAFARGE cement (s) ACC Ltd
(t) Grasim Indusries Ltd (GRASIM) (u) Century Cement (CENTURY)
(v) The India Cement Ltd (w) M/s Ambuja Cement (AMBUJA)
(x) Andhra cement Ltd (y) Binani cement (BINANI)
(z) Mangalam cement (MANGALAM) (aa) Birla Corp Ltd (BIRLA)
(ab) M/s Orient cement (Orient) (ac) M/s Sanghi Industries Ltd (SANGHI)
(ad) M/s Shree cement (SHREE) (ae) Jaypee Rewa cement (JAYPEE)
(af) Saurashtra Cement(SAURASHTRA) (ag) J K Lakshmi Cement Ltd

Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 98

PARTICULAR SPECIFICATIONS (CONTD…..)

21. STEEL AND IRON WORK :

21.1 GENERAL
All steel required for the work under the contract shall be procured, supplied and
incorporated in the works by the contractor under his own arrangement.
21.1.1 Grade and Quality Steel supplied by the contractor shall conform to the following
grades and quality:-

a) Steel for concrete reinforcement


Reinforcement bars shall be as per details given in drawings. In case no detail are given in
drawings same shall be CRS High Strength deformed Steel Bars produced by Thermo
Mechanical Treatment process (CRS TMT steel bars of grade Fe 500D) meeting all the
requirements of IS 1786-2008.

b) Structural Steel:
i) Structural Steel of Standard Quality shall conform to IS-2062 and Grade E 250 (Fe 410 W
quality ‘A’). This type of steel shall be provided for all structural steel works in the locations
mentioned in drawings and in clause 10.4.1 of MES Schedule Part I.
ii) Structural Steel “Ordinary Quality” shall be used in guard bars, grills and like and shall
conform to E 165 (Fe 290). This type of steel shall be provided in the locations specified in
drawing and in clause 10.4.2 of MES Schedule Part- I.

c) Hard drawn steel wire fabric for concrete reinforcement / Fabric reinforcement shall
conform to IS-1566.

d) Galvanised steel sheets (Plain and Corrugated), shall conform to IS-277 and having
minimum zinc coating of 120 gm per Sqm, Gde ‘B’ corrugation.

Note. : Any items of steel specified in clause No. 21.1.1 (a) to (d) above not conforming to
grade and quality shall be rejected and the rejected steel items under the particular
consignment shall be removed from the site by the Contractor at his own cost within 7
(Seven) days. The contractor will have no claim whatsoever on this account.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 99

PARTICULAR SPECIFICATIONS (CONTD…..)

22.1.2 SOURCE OF PROCUREMENTS


(A) REINFORCEMENT STEEL (CRS TMT BARS)
(a) CRS reinforcement bars shall be high strength deformed steel bars produced by Thermo
Mechanical Treatment process meeting all the requirement of relevant IS. The contractor
shall procure corrosion resistant steel TMT Bars (CRS TMT steel bars of grade Fe 500D)
produced from micro alloyed billets directly from main producer/ manufacturer as under:
(a) The contractor shall procure all the steel directly from the main manufacturers/
producers, viz :-

(i) SAIL (xi) M/s Shri Bajrang Power & Ispat Ltd.
(GOEL TMT)
(ii) Rashtriya Ispart Nigam Ltd (RINL) (xii) M/s JSW Steel Ltd, Karnataka (NEOSTEEL)
(iii) TISCO (TATA) (xiii) M/s Electrosteel Steels Ltd, Kobarol
Jharkhand (ELECTROSTEEL)
(iv) M/s Jai Balaji Industries Ltd (xiv) M/s Shyam Mettalics & Energy Ltd (SEL)
(BALAJI SHAKTI)
(v) M/s Shyam Steel Industries Ltd (SHYAM) (xv) M/s Kamachi Industries Ltd. (KAMACHI)
(vi) M/s SPS Steel Rolling Mills Ltd (xvi) M/s BDG Metal & Power Ltd (BDG 6)
(ELEGANT TMT)
(vii) Steel Exchange India Ltd. (SIMHADRI (xvii) M/s Gallantt Metal Ltd (GALLANTT TMX)
TMT)
(viii) M/s Jindal Steel and Power Ltd (JINDAL (xviii) M/s Rashmi Metaliks Ltd (RASHMI TMT)
PANTHER)
(ix) SRMB Srijan Ltd (SRMB) (xix) M/s Real Ispat & Power Ltd (G K TMT)
(x) M/s Concast steel & Power Ltd, Kolkata (xx) M/s Super Smelters Ltd, Kolkata
(CONCAST MAXX) (SUPER SHAKTI)

(B) STRUCTURAL STEEL: The contractor shall procure all structural steel directly from the
main producers namely SAIL/RINL/TISCO/other primary producers as approved by E-in-
C’s Branch. However, in case of non availability of structural steel with main producers as
above structural steel can be procured from approved secondary producers as given in
table below with a reduction of 5% (Five percent) of the accepted rates of structural steel. In
case the desired section of structural steel is not rolled/ manufactured by main producer,
there shall be no price adjustment for use of structural steel procured from approved
secondary producers. The contractor shall submit non availability/non manufacturing
certificate duly signed by the authorized representative of Main producers.

(i) Amba Shakti Ispat Ltd, (ii) Kashi Vishwanath Steel


Plot No 6, Phase-II, Industrial Ltd, Kashipur, A-80, Vivek Vihar
Area, Kala Amb, Distt Sirmour-30 Phase-I, Delhi – 110095
(iii) M/S KL Steel Pvt Ltd (iv) M/S Shri Badrinarain Alloys and
Post Box No 61, Lal Kuan, steel Ltd 95, Stephen House, 4 B B
Bulandshahar Road, Gaziadabad D Bag, Kolkata-700001,
(UP). 2867917(FAX NO - 0210 ) Tel:033 2220, 5381/ 2248 1601,
Fax -033 22488664
(v) Pushpak Steel Industries Pvt Ltd, (vi) Any other makes as approved by
Gate No 119, Alandi Markal Road, E-in-C’s branch
Dhanore, Tah Khed,Pune
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 100

PARTICULAR SPECIFICATIONS

(C) Non structural steel as for guard bars, hold fast, railing, grill, chowkhat etc galvanized
steel sheets and structural steel where total requirement under the contract is less than 5.00
tonnes may be procured from authorised dealers of main producers after obtaining
permission of the Accepting Officer in writing.

(D) The contractor shall produce original vouchers from main manufacturer’s and secondary
producers in case of structural steel when allowed due to non availability with main producer
for the total quantity of steel supplied, under each consignment. The original vouchers shall
be kept on record of the GE duly defaced by Engineer-in-Charge and authenticated.

(E) Steel sections for railing, gates (other than Hanger gates), fencing, guard bars, grills,
steel chowkats hold fasts etc which don’t constitute structural members can be procured from
main producers, secondary producers/BIS marked manufacturers or their authorised dealers
without any minus price adjustment. Tests will not be insisted upon for such steel sections.

(F) Galvanized iron sheets and fabric reinforcement for concrete to be supplied by the
contractors shall be ISI marked and shall be procured from main manufacturers viz SAIL,
RINL, TISCO as brought out in para 21.1.2 (A) hereinabove.

21.1.3 TESTING AND TEST CERTIFICATE


(a) The contractor shall produce manufacturer’s Test certificate in original along with the test
sheet giving the result of each mechanical test as applicable and the chemical composition of
the steel supplied as specified in relevant IS codes, duly signed by the manufacturer with
each consignment.

Note: Production of the test certificate in respect of steel required for guard bars, hold fasts,
grills and like by the contractor may not be insisted upon.

(b) The original test certificate shall also be kept on record in the office of GE duly defaced by
Engineer-in-Charge and authenticated

(c) In addition to production of test certificate as mentioned in clause 21.1.3 (a) and (b)
above, the contractor shall also provide all facilities to the department for independent testing
of steel in Government approved Laboratories without any extra cost to the department.

_______________ (Kashi Prasad, IDSE)


(Signature of Contractor) EE
Garrison Engineer (S)
Date
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 101

PARTICULAR SPECIFICATIONS
APPENDIX ‘C’

1.0 : Guidelines for Construction Sites post-LockDown (COVID-19 Outbreak)


1.01 All Protocol including Emergency Response must be laid out at every on-going project as per
guidelines issued by local Municipal Authority / District collector.

1.02 Daily Morning Briefing Sessions & Safety (Tool-Box & Health) Meeting will be arranged to
review & ensure site protocols in view of highly dynamic scenario ensuring social distancing norms.
During these sessions, Health & Safety Officers on site must inform everyone including workers
about the safety guidelines and important updates.

1.03 All Necessary arrangements for public announcements shall be made at every on-going
project.

1.04 Mandatory Thermal Scanning of everyone entering and exiting a construction site will be done
for checking fever / body temperature. If anyone leaves and re-enters the site during the shift, re-
screening of the individual will be done prior to re-entry into the work site.

1.05 Provision for Water & Soap / HandWash / Sanitizer (touch-free recommended) will be made
at all Entry/Exit points and Common areas (including specific locations on higher floors)

1.06 All construction workers and site engineering staff will be required to wash & sanitize his/her
hands before entering the site. Same procedure to be followed after exiting the premise. Sufficient
quantities of HandWash / Soaps and related items should be available at the site.

1.07 Everyone entering site area (including construction labour) should mandatorily wear face
mask.

1.08 Hand gloves should be used by the workers who are handling material coming from outside.
Re-usable equipment should be thoroughly cleaned and should not be shared with theirs.

1.09 There will be strict ban on Gutka, Tambaku, Paan etc. on site and spitting in common area
shall be strictly prohibited and may attract with heavy fines.

1.10 Food should be consumed at designated areas only ensuring social distancing. Common
sitting arrangements should be removed.

1.11 Bathrooms & Toilets Usage must be scheduled to avoid crowding and all arrangements
should be made to ensure social distancing at these spots.

1.12 Goods Movement Passes to be issued by local police to allow construction material on site.
Proper Disinfection to be done for all vehicles entering the site.

1.13 Entire construction Site will be disinfected on daily basis (including site office, labour
camp, canteens, pathways, toilets, entry / exit gates). Housekeeping team should be provided with
necessary equipment.

1.14 There will be total ban on non-essential visitors at sites (including from Head office staff,
consultants etc.).

1.15 Hospital/clinics authorized to treat COVID-19 patients, should be identified and list should be
displayed at Site all the time. A doctor should visit periodically (at least once a week) at site on
allotted time for any medical assistance.

1.16 Appropriate signage at construction site spelling out safety practices in the local language /
Hindi which is understood by all.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 102

PARTICULAR SPECIFICATIONS (Contd….)

1.17 50% Engineering Staff to be allowed to travel to site only through private own vehicle. No ride-
sharing to be done strictly. Police to issue travel passes to construction staff / engineers who do not
live in the containment zones as designated by local authority. For any confusion, clarification and
update, everyone should approach GE/ Engineer-in- Charge Project Manager / Safety-In charge. Do
not believe on rumours and don’t spread them.

2.0 : Guidelines for Construction Site Workers


2.01 On day 0, before resuming the work on sites post lockdown period, mandatory medical check-
up will be arranged for all workers.

2.02 The workers coming from outside should observe home-quarantine for at-least 14days as per
the guidelines issued by MoHFW.

2.03 Only medically fit workers will be deployed at site and medical assistance will be arranged for
unfit workers. Medical check-up camp should be arranged periodically.

2.04 A unique photo identity card with serial number will be issued to all the workers and their family
members staying at site. Proper record of all these workers will be maintained.

2.05 Construction Workers will not be allowed to go outside site area. All the essential items will be
made available to them at site only. If necessary, they can go out wearing face mask, after informing
supervisor.

2.06 No outside worker will be allowed to stay at site without following proper procedure and
instructions.

2.07 Start time on site will be staggered to avoid congestion at the entry gates. Number of workers
working at a particular time / place will be reduced by making arrangements for different shifts / areas.
Accordingly, additional staff such as security guards, supervisors etc. may be deployed.

2.08 As in most cases, workers reside at the Sites, hence no travel arrangements are required for them.
The workers staying outside (which are always nearby) should reach at the site either by walking
or by bicycle.

2.09 During attendance, training and other sessions, social distancing guidelines will be followed along
with provision of no-touch attendance.

2.10 All workers may be advised to take care of their own health and look out for respiratory
symptoms/fever and, if feeling unwell, should leave the workplace immediately after informing their
reporting officers.

2.11 Workers should not shake hands when greeting others and while working on the site.

2.12 Mandatorily wear face masks while working on site. While not wearing masks, cover your mouth
and nose with tissues if you cough/sneeze or do so in the crook of your arm at your elbow.

2.13 Avoid large gatherings or meetings. Maintain at least 1 metre (3 feet) distance from persons,
especially with those having flu-like symptoms, during interaction.

2.14 Not more than 2/4 persons (depending on size) should be allowed to travel in lifts or hoists. Use of
staircase for climbing should be encouraged.

2.15 Workers should clean hands frequently by washing them with soap and water for at least 40 seconds.
When hand washing isn’t possible, alcohol-based hand sanitizer with greater than 70% alcohol should be
used.

2.16 Workers should not share their belongings like food, water bottles, utensils, mobile phones
etc. with others. The utensils should be washed properly post use at designated place.
Contd….
CA No: GE (S) / OF 2021-2022 SERIAL PAGE NO 103

PARTICULAR SPECIFICATIONS

2.17 Post work, workers should change their clothes before leaving the site and clothing should not be
shook out.

2.18 Avoid touching your eyes, nose, or mouth with unwashed hands.

2.19 All vehicles and machinery entering the premise should be disinfected by spray mandatorily.

2.20 All construction material arriving at site should be left idle for 2 days before use to ensure safe
usage.

2.21 Non-touch garbage bins with biodegradable garbage bag should be installed for waste collection
at all common access areas. Proper disposal of garbage bags along with daily cleaning and sanitization of
bins should be ensured.

2.22 Wipe down interiors and door handle of machines or construction vehicles, the handles of
equipment and tools that are shared, with disinfectant prior to using

_______________
(Signature of Contractor) (Kashi Prasad, IDSE)
EE
Date Garrison Engineer (S)

You might also like