Download as pdf or txt
Download as pdf or txt
You are on page 1of 50

CA NO.

GE(E)/AGR/ OF 2021-22 Serial Page No : 01

MILITARY ENGINEER SERVICES


GARRISION ENGINEER (EAST), GWALIOR HOUSE, 62 TAJ ROAD AGRA CANTT - 282001

NAME OF WORK : CERTAIN B/R WORKS, PERIODICAL SERVICES, REPLACEMENT OF DOOR, WINDOW,
FENCING, GATE ETC AT E/M INSTALLATION UNDER GE (EAST) AGRA.
INDEX

SL No.
DESCRIPTION PAGES

1. Contents 1

2. Forwarding Letter including instructions for tenderers 2 to 6

3. Notice of tender (IAFW-2162) with appendix ‘A’ to notice of tender including 7 to 12


amendments thereto
5. Tender and Item rate contract for works by measurements (IAFW- 13 to 27
1779A)(Revised 1975), Schedule ‘A’, ‘B’, ‘C’, ‘D’ and General Summary

6. *General Conditions of Contracts (IAFW-2249)(1989 print) Including Errata and 28 to 86


amendments thereto

7. *Schedule of Minimum Fair Wages 87


8. Special Conditions 88 to 95

9. Particular Specifications Including appendices 96 to 115


10. Errata/ Amendments to the tender documents
11. Relevant Correspondence

12. Acceptance Letter

Total No. of pages =

AGE (Contracts)
Signature of Contractor For Accepting Officer
Dated :
*Not enclosed along with the tender documents. These can be seen in the office of Garrison Engineers
(East), Gwalior house, 62 Taj road Agra Cantt - 282001 during working hours.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No.02
e-procure
Tele (Mil) : 2190 Garrison Engineer (East)
Gwalior House,62, Taj Road
Agra Cantt – 282 001

No: 9368/ /E8 May 2021

M/s___________________________
______________________________
______________________________

CA NO. GE(E)/AGR/ OF 2021-22: CERTAIN B/R WORKS, PERIODICAL SERVICES, REPLACEMENT OF


DOOR, WINDOW, FENCING, GATE ETC AT E/M INSTALLATION UNDER GE (EAST) AGRA.

Dear Sir(s),

1. Tender documents in respect of above work are uploaded on the site https://defproc.gov.in The
tender is non single stage two cover / two stage two cover / three cover e-tendering system. The contents
of Cover I & Cover II are specified in NOTICE OF TENDER.
2. Bids will be received online by ACCEPTING OFFICER upto the date and time mentioned in the NOTICE
INVITING TENDER (NIT). No tender / bid will be received in physical form and any tender / bid received in
such manner will be treated as non bonafide tender / bid.
3. Bid will be opened on due date and time fixed for opening in the presence of tenderers / bidders
or their authorized representatives, who have uploaded their quotation bid and who wish to be
present at the time of opening the bids.
4. Your attention is also drawn to instruction on filling and submission of tender attached herewith.
You may forward your points on tender documents and / or depute your technical representative for
discussion on tender / drawings and to clarify doubts, if any, on or before (Refer Critical dates). You are
requested not to write piece meal points and forward you points duly consolidated before due date viz
(Refer Critical dates)
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
alongwith EARNEST MONEY DEPOSIT (EMD) and tender free on e-procurement portal and submit the
physical documents in the office of GE(East) Agra 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) Contactor having not executed standing security bond and standing security deposit in any
MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in Notice of
Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority before date &
time fixed for this purpose. In case to abide by any of these two requirements, the finance bid will not be
opened.
(b) Successful contractor/lowest bidder (both enlisted & unenlisted) would be required to deposit
performance security deposit equivalent to 3% of contract sum amount with in 28 days of receipt of the
letter of Acceptance of contract to the Accepting officer in any of the form given below.
(i) Bank Guarantee in the prescribed form.
(ii) Govt securities, FDR or any other Govt Security stipulated in MES.
7. Enlisted contractors of MES shall submit the scanned copies (pdf files) 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(EAST) Agra before date & time fixed for this purpose.
Contd….
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No.03

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 ay 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 condition 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 DOCUMNTS OR ANY NEW CONDITION, WHATSOEVER, IS LIABLE TO BE
REJECTED.

SIGNATURE OF CONTRACTOR
Dated
AGE (CONTRACTS)
FOR ACCEPTING OFFICER
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No.04
INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER
1. EARNEST MONEY DEPOSIT (EMD)
Contractor(s) who are not enlisted with MES / who are enlisted but have not executed
the Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender
in one of the following forms, alongwith their tender / bid :-
(a) Deposit at call receipt from a scheduled bank in favour of Garrison Engineer / CCE
concerned.
(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of
Garrison Engineer(E)Agra
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(E)
Agra.
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 alongwith
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 DEPOSIT
Successful contractor/lowest bidder (both enlisted & unenlisted) would be required to deposit
performance security deposit equivalent to 3% of contract sum amount with in 28 days of receipt of the
letter of Acceptance of contract to the accepting officer in any of the form given below.
(i) Bank Guarantee in the prescribed form.
(ii) Govt securities, FDR or any other Govt Security stipulated in MES.
(See condition 19 of GCC (IAFW-2249)
3. GENERAL INSTRUCTIONS FOR COMPLIANCE
3.1 The bids received only in the electronic form will be considered. All bids shall be
submitted on‘https://defproc.gov.in’ portal. Documents should b scanned and forwarded in ‘pdf’ form
and ‘xls’ form as indicated.
3.2 Bids shall be uploaded on ‘eprocuremes.gov.in’ portal on or before the bid closing date
mentioned in the tender. No tender / bid in any other electronic or physical form like email / fax / by
hand / through post will be considered.
3.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents,
corrections /alternations shall be signed / initialed by the lowest bidder after acceptance.
3.4 Drawings, if issued in physical form, must be returned duly initialed by the tenderer / bidder in
separate envelopes indicating his name and address.

Contd….
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No.05
INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER
3.5 The tender shall be signed, dated and witnesses at all places provided for in the
documents after acceptance. All corrections shall be initialed. The contractor shall initial every page of
tender and shall sign all drawings forming part of the tender. Any tender / bid, which propose
alterations to any of the conditions whatsoever, is liable to be ejected.
3.6 In the technical bid, a scanned copy of power of attorney in favour of the person uploading
the bid using his / her DSC shall be uploaded. In case the digital signatory himself is the sole
proprietor, scanned copy of anaffidavit 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 h is competent to bind the contractor (through
partnership deed, general power of attorney or Memorandum and Articles of Association of the
Company) in all the matters pertaining to the contracts with union of India including arbitration clause.
A scanned copy of the documents confirming of such authority shall be attached with the tender / bid in
‘pdf’ form, if not submitted earlier. The person uploading the bid on behalf of another partner(s) or on
behalf of a firm or company using his DSC shall upload with the tender /bid a scanned copy (in pdf form)
of power of attorney duly executed in his favour by such other or all of the partners(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 sing 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 well in advance to be received before the date & time fixed for the same.
3.9 Bid (Cover 1 & 2) shall be uploaded online well in
time.
3.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to special condition 3 referred hereinafter and also conditions 24 & 25 of
IAFW-2249 (General conditions of contracts)
3.11 Tenderers/bidders who uploaded their priced tender / bids and are desirous of being present at
the time of opening of the tender / 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 eprocuremes.gov.in site only before the bid closing time and
date.
4. REVOKATION / REVISION OF OFFR UPWARD / OFFERING VOLUNTARY RDUCTION, AFTER
OPNING OF FINANCIAL BIDS BY LOWEST BIDDER
In the event of lowest tenderer / bider 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 forefeited. 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.
Contd….
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No.06
INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER

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.

5.3 The tenderer / bidder 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 th 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 work.

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.

SIGNATURE OF CONTRACTOR AGE (CONTRACTS)


DATED FOR ACCEPTING OFFICER
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No.07
MILITARY ENGINEER SERVICES
NOTICE INVITING TENDER (NIT)
1. A tender is invited for the work as mentioned in Appx ‘A’ to this NOTICE INVITING TENDER (NIT).
2. The work is estimated to cost as indicated in aforesaid Appx ‘A’. This estimate, however, is
not a guarantee and is merely given as a rough guide and if the work cost more or less, a tenderer/
bidder will have no claim on this account. The tender shall be based on as mentioned in aforesaid Appx
‘A’
3. The work is to be completed within the period as indicated in aforesaid Appx ‘A’ in accordance
with the phasing, if any, indicated in the tender from the date of handing over site, which will
be on or about two weeks after the date of acceptance of tender.
4. Normally contractors whose names are on the MES approved list for the area in which the work
lies, and within whose financial category the estimated amount would fall, may tender/ bid
but in case of term contracts, contractors of categories SS to E may tender / bid.. Contractors
whose names are on the MES approved list of any MES formation and who have deposited
standing security and have executed standing security bond may also tender/ bid without
depositing Earnest money alongwith the tender/bid Not more than one tender / bid shall be
submitted / uploaded by one contractor or one firm of contractors. Under no circumstances will
a father and his son(s) or other close relations who have business dealing with one another be
allowed to tender / bid for the same contract as separate competitors. A breach of this condition
will render the tenders / bids of both the parties liable for rejection. Successful contractor/lowest
bidder (both enlisted & unenlisted) would be required to deposit performance security deposit
equivalent to 3% of contract sum amount with in 28 days of receipt of the letter of Acceptance of
contract to the accepting officer in any of the form given below.
(i) Bank Guarantee in the prescribed form.
(ii) Govt securities, FDR or any other Govt Security stipulated in MES.
5. The office of Garrison Engineer (East) Gwalior House,62, Taj Road Agra Cantt – 282 001. will be
the Accepting Officer here-in-after referred to as such for the purpose of the contract.
6. The Technical bid and financial bid (Cover-1 and Cover-2) shall be uploaded by the tenderer /
bidder on or before the date & time mentioned in NIT. A scanned 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 not accepted resulting in non opening of ‘Q’ bid. The applicant contractor
shall bear the cost of bank charges for procuring and encashing the DD and shall not have any
claim from Government whatsoever on this account.
6.1 Tender form and conditions of contract and other necessary documents shall be
available on defproc.gov.in site for download and shall form part of contract agreement in case the
tender / bid is accepted.
6.2 In case of contractor who has not executed the standing security bond, the cover-1 shall be
accompanied with by Earnest Money of amount as mentioned in Appendix ‘A’ in the form of
deposit at call receipt in favour of concerned GE (East) Agra (see Appendix ‘A’) by a scheduled Bank or
in receipted treasury challan the amount being credited to the revenue deposit of the concerned in
favour of GE (East) Agra) (see Appendix ‘A’).
6.3 A contractor who is not enlisted for the area in which the work lies but whose name is in the MES
approved list of any MES formation and who has deposited standing security and executed standing
security bond may bid without depositing earnest money alongwith the tender, if the Accepting
officer accepts the tender / bid of successful contractor/lowest bidder would be required to deposit
performance security deposit equivalent to 3% of contract sum amount with in 28 days of receipt of
the letter of Acceptance of contract to the accepting officer in any of the accepted form of security.

Contd,…
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No.08
MILITARY ENGINEER SERVICES
NOTICE INVITING TENDER (NIT)
6.4 The GE (East) Agra will return the Earnest money wherever applicable to all unsuccessful tenders
/ bidders by endorsing an authority on the deposit at call receipt for its refund, on
production by the tenderer, bidder a certificate of the accepting officer that a bonafide tender /
bid was received and all documents were returned.
6.5 The GE (East) Agra will either return the earnest money to the successful tenderer / bidder
by endorsing an authority on the deposit at call receipt for its refund on receipt of an
appropriate amount of security deposit or will retain the same in part or full on account of
security deposit if such a transaction is feasible.
6.6 Copies of the drawings and other document pertaining to the work signed for the purpose of
identification by the accepting officer or his accredited representative, sample of materials and
stores to be supplied by the contractor will also be available for inspection by the tenderer /
bidder at the office of accepting officer GE (East) Agra during working hours.
7. The tenderer / bidders are advised to visit the site of work by making prior appointment
with GE (East) Agra who is also the executing agency of the work (see appendix ‘A’). The
tenderers / bidders are deemed to have full knowledge of all relevant documents, samples, site
etc, whether they have inspected them or not.
8. Any tender / bid which proposes any alteration to any of the conditions laid down or which
proposes any other condition or prescription whatsoever, is liable to be rejected.
9. The uploading of bid implies that bidder has read this notice and the condition of contract and
has made himself aware of the scope and specification of work to be done and of the conditions and
rates at which stores, tools and plants etc will be issued to him and local conditions and other
factors having bearing on the execution of the work.
10. Tenderer / bidders must be in possession of a copy of the MES standard schedule of rates (see
appendix(‘A’) including amendments and errata thereto.
11. Invitation for e-tender does not constitute any guarantee for validation of ‘T’ bid and
subsequent opening of finance bid of any applicant / bidder, even of enlisted contractors of
appropriate class, merely by viture of enclosing DD. Accepting officer reserves the right to reject
the ‘T’ bid and not open the finance bid of any applicant / bidder. ‘T’ bid validation shall be
decided by the Accepting officer based on, inter alia , capability of the firm as per criteria given
in Appx ‘A’ to this NIT. The applicant contractor / bidder will be informed regarding non
validation of his ‘T’ bid assigning reasons thereof through the eprocurements website. The
applicant contractor / bidder if he so desires may appeal to the next higher Engineer authority
viz HQ CWE Agra on email id cweagra@gmail.com with copy to the accepting officer on email
before the scheduled date of opening of finance bid. The decision of the next higher engineer
authority (NHEA) shall be final and binding. The contractor / bidder shall not be entitled for any
compensation whatsoever for rejection of his bid..
12. The Accepting officer reserves the right to accept a tender submitted by a public undertaking,
giving a price preference over other tender(s)/bids which may be lower, as are admissible
under the Government policy. No claim for any compensation or otherwise shall be admissible
from such tenderer / bidder whose tender / bid is rejected.
13. Accepting officer does not bind himself to accept the lowest or any tender / bid or to given any
reason for not doing so.

14. This notice inviting tender (NIT) including Appendix ‘A’ shall form part of the contract.

Signature of Contractor AGE (Contracts)


Dated _______ For Accepting Officer
CA NO. GE (E)/AGR/ OF 2021-22 SERIAL PAGE NO 09

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)

1 Name of work CERTAIN B/R WORKS, PERIODICAL SERVICES, REPLACEMENT OF


DOOR, WINDOW, FENCING, GATE ETC AT E/M INSTALLATION UNDER
GE (EAST) AGRA.

2 Estimated Cost 25.00 Lakhs


3 Period of Completion 180 days

4 Cost of tender documents Rs 500.00 in the form of DD/Bankers Cheque from any Scheduled Bank in favour of GE
(East) Agra and payable at Agra (Note : In case of retendering, the contractor who had
quoted in the previous call is not required to submit the cost of tender.)
5 Website/portal address www.defproc.gov.in

6. Type of Contract The tender shall be based on drawing and specifications IAFW 1779A and GCC (IAFW-
2249) with Schedule ‘A’ (list of items of work) to be priced by contractor. The
contractor are required to quote their rates in Schedule ‘A’ (BOQ/Priced bid) against
each items
7 Timeline details: Refer critical dates on the website.
(a) Bid Submission start date.

(b) Bid Submission End date.

(c) Date of bid opening.


8. Eligibility Criteria
(a) For MES enlisted contractors. Contractor shall be enlisted with MES in Class ‘E’ and above and category ‘a(i)’ subject
to satisfactory remarks wrt performance in respect of works in hand as reflected in
Work Load return (WLR) or any other report circulated by competent engineer
authority.
(b) For contractors not enlisted with (i) Contractor not enlisted with MES should meet the enlistment criteria of ‘E’ Class &
MES. ‘a(i)’ category contractor with regard to satisfactory completion of requisite value
works with Central/State Government/ Central /State PSUs/ AWHO/ AFNHB/CGEWHO/
DGMAP, annual turnover, bank solvency, working capital and other requirements given
in Para 1.4 & 1.5 of Section 1 of MES Manual of Contracts 2020 as available in all MES
formations as well as MES website (www.mes.gov.in).

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

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


participating in any bid or for business dealings by any Central/State Government
Department or any Central/State Government PSU or any Autonomous Body under
Central/State Government or any Local Body as on the bid submission end date.
(c) Technical PQC criteria In case of Solar Power Works and Runway/Pavements, technical PQC criteria as
stipulated in Manual on Contracts and as per policy letters issued by E-in-C’s Branch
from time to time shall be included suitably.
9 Tender issuing and Accepting Officer GE (East) Agra
Gwalior House, 62 Taj Road Agra Cantt-282001
geeastagra@gmail.com

10 Executing agency GE(East) Agra

11 Earnest Money Rs 50,000.00 in favour of GE(East) Agra in the form of Deposit at call receipt, FDR not
acceptable.
CA NO. GE (E)/AGR/ OF 2021-22 SERIAL PAGE NO 10

NOTES:-

1. After opening of Cover 1, if the number of MES enlisted contractors of eligible class as well as un- enlisted contractors.
if any, fulfilling the other eligibility criteria given in NIT are less than 7 (Seven). applications in respect of contractors one class or
two classes (in case of remote and difficult areas to be decided as per list circulated by CE command/ADG) below the eligible
class shall also be considered subject to fulfilment of other eligibility criteria given in the NIT. Therefore MES contractors one
class below (two classes below in case of remote and difficult areas) may also bid for this tender. However contractors of
one/two classes below the eligible class shall not be considered in case their present residual work in hand is more than
twice their present tendering limit. Such bidders shall upload in their Cover-1 bid details of works in hand showing names of
work. names of Accepting Officers, Contract amounts, dates of commencement and completion (stipulated) and progress as on
bid submission date. These details shall be verified by the Tender Issuing Authority from concerned formations in case bids of
such contractors are considered for evaluation.

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

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

4. Contractors enlisted with MES will upload following document s in Cover I for checking eligibility:-

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


(b) Enlistment letter issued by the Registering Authority duly renewed for the cycle period in vogue.
(c) Scanned copy of DD /Bankers Cheque toward cost of tender and EMD instrument in case SSD bond is not signed at the
time of registration.

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

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

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

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

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

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

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

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

6. Tenders not accompanied by scanned copies of requisite DD/Bankers Cheque towards cost or tender and earnest
money (as applicable) in Cover-1 shall not be considered for validation of 'T' bid and their Financial Bids will not be opened.
CA NO. GE (E)/AGR/ OF 2021-22 SERIAL PAGE NO 11

7. Contractors should ensure that their original physical DDs and Earnest Money Deposit (EMD) instruments (as
applicable) reach the office of Accepting Officer within 05 *days of bid submission end date (*The number or days to be
mentioned shall be as decided by the Accepting Officers. but it shall not be less than 5 days) failing which following action shall
be taken.

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

(b) In case of tenders from unenlisted contractor, where scanned copies of requisite DD/Bankers Cheque towards cost of
tender have been uploaded in Cover 1 but physical copies are not received within the stipulated period, their financial bids
(Cover 2) will not be opened. Name of such contractors along with complete address shall be circulated for not opening of their
bids for a period of six months commencing from the date of opening of Financial bid (Cover 2).

(c) In case of tenders from enlisted and unenlisted contractors, where scanned copies of instruments for Earnest Money
Deposit (as applicable) have been uploaded in Cover-1 but the same are not received in physical form within stipulated
period, such tenders shall not qualify for opening of financial bid (Cover 2).

8. Contractor will not be allowed to execute the work by subletting or through power of attorney to a third party
/another firm on his behalf. However a contractor can execute the work through power of attorney to sons/daughters/ spouse
of Proprietor/Partner/Director and firm's own employees, director, project manager provided they are not having a separate
enlisted firm in MES in their name as Proprietor/Partner/Director.
9. After opening of Cover-1 and during its technical evaluation, in case any deficiency is noticed in the documents
required to be uploaded by the tenderers as per NIT, a communication in the form of e-mail/SMS /Speed Post etc shall be sent
to the contractor to rectify the deficiency within a period of seven days from date of communication failing which their financial
bid (Cover 2) shall not be opened and contractor shall not have any claim on the same.

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

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

12. In case the BOQ is revised through the corrigendum and the bidder has failed to quote on revised BOQ (ie he has
quoted on pre revised BOQ), such bid shall be treated as willful negligence by the bidder and his quotation shall be
considered non-bonafide. In such cases the lowest tender shall be determined from amongst the valid/bonafide bids only.
Accepting Officer may decide whether to re-tender or consider the lowest bonafide tender for acceptance.

13. Revoking the offer or revising the rates upward or offering voluntary reduction by the lowest tenderer after
opening of Cover 2 shall be considered as a wilful default. For this default a penalty of an amount equal to Earnest Money shall
be levied. In case of an unenlisted tenderer, Earnest Money deposited by him shall be forfeited. In case of MES enlisted
tenderer having deposited the Standing Security Bond, an amount equal to the earnest money stipulated in the NIT, shall be
notified to the tenderer for depositing through MRO and consideration of such tenderer in tender evaluation for future works
shall remain suspended till the aforementioned amount is deposited in the Government Treasury. No other
disciplinary/administrative action shall be taken against such tenderers. In such a situation, the next lowest offer shall not be
considered for acceptance. Instead, retendering shall be resorted to in a transparent and fair manner and the defaulting
tenderer and his related firm if any, shall not be eligible for this tender in second call or subsequent calls.
CA NO. GE (E)/AGR/ OF 2021-22 SERIAL PAGE NO 12

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

15. INTEGRITY PACT (To be included as per value of work).

16. JOINT VENTURE (to be included as per value/type of work).

9368/ /E8

Dated May 2021

Signature of Contractor AGE (Contracts)


For Garrison Engineer (East) Agra
Dated

Garrison Engineer(East)
Gwalior House, 62 Taj Road Agra Cantt-282001

Distribution:-
1. HQ CWE Agra 2. HQ CWE (AF) Maharajpur 3. HQ CWE Jhansi
4. HQ CWE Bareilly 5. HQ CWE Kanpur 6. HQ CWE Meerut
7. GE (West) Agra 8 GE (E) Mathura 9 GE (W) Mathura
10 GE (Tech) Kheria, Agra 1. GE (Adm) Kheria, Agra 12. GE (E) Meerut
13. GE Maharajpur 14 GE Kanpur 15. Employment Exchange, Agra
16. AGE B/R-I (E) Agra 17. AGE B/R-II (E) Agra 18. AGE E/M (E) Agra
19 BSO (E) Agra

REGISTERED ACK/DUE

20. Builder Association of India H.O G-1/G-20 Commerce centre 7th floor, J Dadajjee (Tardeo) Road, Tardeo,Mumbai-
400034
21 MES BAI (Regd) H.O- 807-808 Sahyog 58, Nehru Place, New Delhi
22. Hony Secretary, BAI, Agra Centre, 51/10-G/11-D, West Arjun Nagar, Agra 282 001
23. Hony Secy, MES, BAI, 37, Tilak Nagar, Mathura
24. Hony Secy, MES, BAI, House No. 421, Sector-4A Sikendra Scheme Agra-07
25. Post Master, Head Post office, Agra Cantt
26. Asstt Engr. Central Railway, Cantt Railway Station Agra Cantt
27. Cantonment Board, Agra
CA NO. GE(E)/AGR/ OF 2021-22 Serial page No. 13

(In lieu of IAFW-1779-A) (Revised 1955)(To be read in conjunction with General conditions
of contracts IAFW-2249 (1989 print).
MILITARY ENGINEER SERVICES
(CENTRAL COMMAND)

Tele (Mil) : 2190 Garrison Engineer (East)


Gwalior House,62, Taj Road
Agra Cantt – 282 001

9368/ /E8 May 2021

TENDER AND ITEM RATE CONTRACT FOR CERTAIN B/R WORKS, PERIODICAL
SERVICES, REPLACEMENT OF DOOR, WINDOW, FENCING, GATE ETC AT E/M INSTALLATION UNDER GE
(EAST) AGRA.

1. Shri/S’Shri/M/S……………………………………………………………of …………….. Is/are


hereby authorized to tender for the above work. The quoted tender shall be uploaded by the
bidder on www.eprocuremes.gov.in on the date and time as per NIT. The quoted tender shall be
opened on or after the date and time as per NIT in respect .The quoted tender shall be opened on
or after the date and time as per NIT in respect “CA NO. GE(E)/AGR/ OF 2021-22
CERTAIN B/R WORKS, PERIODICAL SERVICES, REPLACEMENT OF DOOR, WINDOW, FENCING, GATE ETC
AT E/M INSTALLATION UNDER GE (EAST) AGRA.

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

3. “THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT THE LOWEST
OR ANY TENDER”
Signature of Officer
Issuing the documents

(Basti Ram)
AE(QS&C)
Signature of Contractor AGE(Contracts)
Dated: For ACCEPTING officer
CA NO. GE(E)/AGR/ OF 2021-22 Serial page No. 14
SCHEDULE ‘A’
(LIST OF WORKS AND PRICES)
NAME OF WORK : CERTAIN B/R WORKS, PERIODICAL SERVICES, REPLACEMENT OF DOOR,
WINDOW, FENCING, GATE ETC AT E/M INSTALLATION UNDER GE (EAST) AGRA.

1. SCOPE OF WORK:-
The work under this contract comprises full, entire and final completion of all works as described in
Schedule ‘A’ and all as specified.
2. UNIT RATES:-
(a) Description of items of work given in Schedule ‘A’ are in brief. These are deemed to be
amplified and read in conjunction with special conditions, particular specifications, general
specifications, specifications for materials and workmanship and conditions in relevant trade
sections of MES standard schedule of rates Part-I : 2009 and Part-II : 2010 including errata and
amendments thereto. The rates quoted by the contractor shall be deemed to be based on this
aspect.
(b) It is an expressed condition of this contract that the unit rates quoted by contractor shall be
deemed to cover the provision of all materials and labour and all process, operations, testing
and minor constructional details for full, entire and final completion of the work in accordance
with the provisions of the contract. Govt will not entertain any claim whatsoever on account
of inaccuracies/mis-understandings if any in the aforesaid rates.
(c) The unit rates of each item of work will be inclusive of materials and labour or supply and
fixing complete except where supply only, fixing only, laying only, labour only, except
materials etc. is specifically mentioned in the descriptions of respective items of Schedule ‘A’.
(d) The unit rates quoted by the contractor shall be deemed to include all minor
constructional details which are not specifically mentioned in Sch ‘A’, specifications or in
any other documents forming part of the contract, but are essential for execution of the work in
a workman like manner, sound construction and established engineering practice. The details
of such items of minor constructional details not mentioned, shall be furnished by the Garrison
Engineer during execution of work. In case of difference of opinion between contractor and
GE as to whether or not certain items of work are minor constructional details which are
deemed to have included in contractor’s quoted rates, the decision of the Accepting officer shall
be final, conclusive and binding in this regard.
(e) The total amount of schedule ‘A’ is not firm but will be treated as “Contract Sum” as referred
to in IAFW-2249
(f) The total amount of schedule ‘A’ is not firm but will be treated as “Contract Sum” as referred
to in IAFW-2249
(g) Rate against each item in column of price bid are required to be filled in by the tenderer(s) in
figures only.
3. The quantities shown in column No. 5 are approximate and are inserted as guide line only. They shall
however not be varied beyond the limit laid down in condition 7 of IAFW-2249 “General Conditions
of Contracts”.
4. PERIOD OF COMPLETION:-
(i) The entire work under this contract listed in Schedule ‘A’ and all as specified shall be completed
within the period of 180 Days from the date of commencement of work mentioned in work order No.
1.
(ii) Work shall be executed in occupied/unoccupied position of building. Being maintenance work,
site shall be handed over as per requirement basis, however balance site if any, shall be handed over
to contractor not less than 02 months prior to completion date of the work. Contractor will mobilize
their resources accordingly for completion of the work and nothing extra will be admissible on this
account.
Contd……
CA NO. GE(E)/AGR/ OF 2021-22 Serial page No. 15
SCHEDULE ‘A’ (CONTD…)
(LIST OF WORKS AND PRICES(CONTD…)
NOTES (CONTD…)

5. The method of measurement to be adopted in the contract shall be as laid down in MES
Standard Schedule of Rates. The general rules, special conditions, preambles and other
provisions in MES standard schedule of rates shall be deemed to apply to the work under this
contract unless otherwise mentioned in the tender documents. However where the units of
work given in column 4 against items of Schedule ‘A’ are at variance with that mentioned
against respective items in MES Standard Schedule of Rates, the measurements of work
against such items of Schedule ‘A’ shall be done as per the units given in Schedule ‘A’.
6. The work shall be executed on locations as directed by the Engineer-in-Charge. Slight
changes in the locations of the work may be ordered by the GE if required at site of work for
which no price adjustment shall be made.
7. The whole work under this contract lies in UNRESTRICTED AREA.
8. All manufactured materials required to be incorporated in the work under this contract shall
be ISI marked. The provision of conforming to relevant ISs wherever mentioned in
specifications, MES Standard Schedule of Rates or elsewhere in the contract documents
shall be amended to read as “ISI marked”. However the manufactured materials which are
not being manufactured ISI marked, shall conform to the relevant IS specifications.

9. In case specifications of any materials needed for incorporation in the work included under
this contract are not given in Schedule ‘A’, particular specifications, MES Standard Schedule
of Rates or in relevant ISs, referred to therein or in any other documents forming part of the
contract, the specifications for such materials given in any appropriate ISs, BSs, standard
codes of practice, standard books etc., as decided and approved by the GE shall be followed.
In absence of the specifications for such materials in any appropriate ISs, BSs, standard
codes of practice, standard books etc., the specifications as decided and approved by the
Accepting Officer shall be followed. The rates quoted by the contractor shall be deemed to
have included this element and nothing extra shall be admissible to the contractor on this
account. The decision of Accepting Officer shall be final and binding in this regard.

10. The contractor shall inspect & examine site by prior appointment with GE & satisfy himself
as to its condition etc before submitting the tender. The tenderer shall ensure that he has
visited the site before quoting tender & no claim on account of any misunderstanding or
otherwise shall be entertained at later date.

11. GOODS AND SERVICE TAX:-


law concerning Goods & Service tax on works contracts has since been passed and came into
force the tenderers are advised to take this factor into account while quoting tender. Nothing
extra what-so-ever on this account is admissible. Contractor’s quoted rates shall be deemed to
include GST as applicable. The clauses pertaining to tax liabilities wherever mentioned in the
tender documents shall be deemed to be amended accordingly
12. The rates quoted by tenderers shall include all taxes/duties on works contracts. and all
other taxes applicable as per any law in force and no tax form or any other form shall be
issued by department. No claim of the contractor on this account shall be entertained by
department at a later date.
CA NO. GE(E)/AGR/ OF 2021-22 Serial page No. 16

SCHEDULE ‘A’ (CONTD…)


(LIST OF WORKS AND PRICES(CONTD…)

NOTES (CONTD…)

13. All dismantled / demolished / taking down material other than that mentioned in credit
schedule shall be govt. property and shall be deposited by the contractor to MES store yard of
concerned AGE’s with out any extra cost to Govt.

14. PROVIDENT FUND CODE NUMBER


All contractors i.e. enlisted or unenlisted shall also be upload the scanned copy of
provident fund code number in addition to other documents as mentioned above. It shall
be mandatory
otherwise the firm shall be disqualified and his financial bid shall not be opened.

15. GOODS & SERVICE TAX REGISTRATION NUMBER


All contractors i.e. enlisted or unenlisted shall also be upload the scanned copy of Goods
& Service tax registration number in addition to other documents as mentioned above. It
shall be mandatory otherwise the firm shall be disqualified and his financial bid shall not
be opened.

16. PAYMENT OF WAGES

Payment of wages to the labours/workers deployed by the contractor preferably shall be


done through Aadhaar linked bank account. However, in case payments are made in
current coin or currency notes, certificate will be submitted by the contractors/ firms
alongwith undertaking by the concerned workmen asking for payment other than by
cheque or by crediting in the bank account of the employee/ workman. NO payments to
contractors/ firms will be made unless proof of payment of wages to the workmen is
submitted by the contractors/ firms alongwith details mentioned above.

17. DEFECT LIABILITY PERIOD :


The period of defects liability shall be 02 Years from the certified date of completion of the work. Refer
condition 46 of General Conditions of Contracts shall be deemed to be amended accordingly
Contd…..
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 24

SCHEDULE “A
(SCHEDULE OF CREDIT FOR DISMANTLED MATERIALS)
Notes: -
1. All quantities are tentative
2. No rebate on Sch of credit shall be accepted.
3. All the taking down items considered in the subject CA will be deposited to AGE B/R-I store yard for verification of GE or their rep. Unserviceable
items may be given to the contractor at Schedule of Credit after taking approval from GE.
4. The measurements for the purpose of recovery shall be for actually dismantled at work site. These materials shall not be reuse/re-incorporated in the
work
5. Amount of credit shall be recovered from the contractor’s RARs and final bill as and when these materials are dismantled. This material shall be
allowed to be removed from works site only after credit amount for the same is recovered from the contractor’s dues/payments. Items which are not covered
under this schedule shall become the property of department and the same shall be returned by contractor without any extra cost to the Govt. at MES store Yard

Description of Items A/U Qty Rate Amount


1 Old fencing post wooden/RCC RM 345.00 10 3450
2 Old Scrap iron Kg 165.00 20.00 3300
3 Old barbed wire scrap Kg 60.00 20.00 1200
4 Old unservicable brick masonry Cum 2.50 400.00 1000
5 Old fencing any type Sqm 450.00 50.00 22500

6 Old unservicable 15 mm bore steel tubing RM 20.00 15.00 300

7 Old unservicable 20mm bore steel tubing RM 30.00 20.00 600

8 Old water storage tank 500 ltrs Each 4.00 200.00 800

9 Old water storage tank 1000 ltrs Each 2.00 400.00 800

10 Old unservicable pillar tap/ bib tap/ stop cock/ Each 20.00 40.00 800
angle cock any type
11 Old unservicable PVC conection any type Each 5.00 5.00 25

12 Old unservicable mirror any type Each 5.00 15.00 75

13 Old unservicable flushing cistern any type Each 4.00 40.00 160

14 Old chowkhat with shutter exc 1.5 sqm and Each 5.00 200.00 1000
n exc 4 sqm with all fittings and fixtures
15 Old steel window with all fittings Each 5.00 150.00 750

Total 36,760.00

Signature of Contractor AGE (Contracts)


Dated _______ For Accepting Officer
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 25

SCHEDULE ‘B’

ISSUE OF MATERIALS TO THE CONTRACTOR (SEE CONDITION 10 OF IAFW 2249)

Sl Particulars Rate at which materials Place of issue by Remarks


will be issued to the name
No
contractor

Uni
t Rate

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

SCHEDULE ‘C’
LIST OF TOOLS AND PLANTS OTHER THAN TRANSPORT
WHICH WILL BE HIRED TO THE CONTRACTOR

(See condition 15,34 and 35 of IAFW-2249)

Details of
SL. Qty. Particulars of MES Hire Standby Place of Remarks
T&P crew supplied charges charges issue by
No.
per unit per unit name
working per off day
day

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

SCHEDULE ‘D’
TRANSPORT TO BE HIRED TO THE CONTRACTOR
(See Condition 16 and 35 of IAFW-2249)

SL Qty. Particulars Rate per unit per Place of issue by Remarks


working day name
No.

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

Signature of Contractor AGE (Contracts)


Dated _______ For Accepting Officer
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 26
TENDER
To,

THE PRESIDENT OF INDIA

Having examined and perused the following documents: -

1. Specifications signed by AGE (Contracts)

2. Drawing details in the particular specification.

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

4. MES Standard Schedule of 2009 part-I specifications and Standard Schedule of Rates (SSR)
2020 part-II rates including amendment No.1 to 3 for part-I (SSR-2009) (hereinafter and in IAFW-
2249 referred to MES Schedule).

5. General Conditions of Contracts IAFW-2249 (1989 Print) together with errata 1 to 20 and
amendments 1 to 48.
6. WATER CONDITION 31 OF IAFW-2249 GENERAL CONDITIONS OF CONTRACTS
Water will be supplied by MES and shall be paid for by the Contractor at Rs. 3.75 for every Rupees
1000.00 worth of work done, priced at contract rates.
1. Should this tender be accepted, I/we Agree,
*(a) That the sum of Rs.------------------- forwarded as earnest money shall either be returned as
part of the security deposit or be refunded by the Government on receipt of the appropriate
amount of Security Deposit all as per Condition 22 of IAFW-2249.

(b) To execute all the works referred to in the said documents upon the terms and conditions or
referred to therein and as detailed in the General summary hereinafter and to carryout such deviation
as may be ordered vide condition 7 of IAFW-2249 (1989 print) upto a maximum of TEN percent and
further agree to refer all disputes as required by condition 70 of IAFW-2249 to the sole arbitration of
a serving officer having degree in Engineering or equivalent or having passed final/direct final
examination of sub division II of Institution of Surveyor (India) recognised by the Govt of India, to
be appointed by Chief Engineer Lucknow Zone, Lucknow or in his absence the officer officiating as
Chief Engineer Lucknow Zone whose decision shall be final conclusive and binding.

*To be deleted where ‘NOT ‘applicable.


CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 27

Signature ______________________ in the capacity of________________________________

On behalf of _________________________________________________________________
(IN BLOCK CAPITAL)

Witness __________________ Dated_____________________________

Address__________________ Postal Address _____________________

__________________ __________________________________
__________________________________
__________________ Telephone No. _________________

ACCEPTANCE
_________ alterations have been made in these documents and as evidence that these alterations
were made before the execution of the contract agreement, they have been initialed by the
contractor and Shri Basti Ram AGE (Contracts) of GE (E) Agra.
The above tender is accepted by me on behalf of THE PRESIDENT OF INDIA at the
item rates contained in Schedule ‘A’ for Rs.________________________
(Rupees__________________________________________________________________________
_____________________________________________) on the ______ day of ______ 2021.

Signature : _________________
Appointment : Garrison Engineer (East) Agra
Dated : Day of 2021
(for and on behalf of The President of India)
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 28 to 86
GENERAL CONDITIONS OF CONTRACTS
(IAFW-2249, 1989 PRINT)
Measurement Contract for (IAFW-1779A)

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

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


(IAFW-2249, 1989 Print) including condition 70 thereof pertaining to settlement of disputes by
Arbitration containing 33 pages ( 28 to 60 ) with errata 1 to 20 and amendment Nos. 1 to 48 (Serial
No 61 to 86 ) form part of these tender documents.

AGE (Contracts)
Signature of Contractor For Accepting Officer
Dated :
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 87

SCHEDULE OF MINIMUM FAIR WAGES

It is hereby agreed that the “Schedule of Minimum fair Wages” as published vide
Government of India or latest notification of Central or State Government (whichever is
higher) issued upto the date of submission of tender forms part of these tender documents.

My/Our signature hereunder amounts to my/our having signed the aforesaid


documents forming part of this tender.

AGE (Contracts)
Signature of Contractor For Accepting Officer
Dated :

Note: “Schedule of Minimum Fair Wages” referred to above is available for reference in the
office of Garrison Engineer (East) Agra.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 88
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-2159 or IAFW-1779-A as the case may be including Errata &
Amendments thereto. If any provision(s) in these Special Conditions is / are at variance with that of the
aforesaid documents, the former shall be deemed to take precedence there over.

1.2 The term “General Conditions” referred to here-in-before as well as referred to in IAFW-2249
(General Conditions of contracts) shall mean the specifications contained in the MES Schedule.

1.3 General rules, specification, special conditions & all preambles in the MES Standard Schedule of
Rates 2009 Part-I for specifications and MES Standard Schedule of Rates 2020 Part-II for Rates’ shall be
deemed to apply to the works under this contract, unless mentioned otherwise in these documents, in
which cases, the provisions in these documents shall take precedence over the aforesaid provisions in
the MES Schedule.
1(a) INSPECTION OF SITE

For the purpose of inspection of site, the tenderer is advised to contract the Garrison Engineer who will
give reasonable facilities therefore. The tenderer shall also make him self familiar with the working
conditions, accessibility to site of works, availability of labour and materials and such other relevant
conditions which affect the execution and the entire completion of the works. The tenderer shall be
deemed to have inspected the site and made himself familiar with various factors which may affect his
quotation, whether he actually inspects the site or not.

2. SITE OF WORK AND CONDITIONS


Site of work lies in un-restricted area. Security personal controlling the area, for the purpose of
enforcing security, may issue photo pass, carryout check of transport; workpeople deployed by the
contractor and restrict movement on certain routes/area. No compensation shall be admissible to the
contractor for the time lost in security check at barriers (or barriers which may come up during
currency of work).
2.1 The tenderer in his own interest is advised to visit the site of work and make himself familiar
regarding working conditions with prior appointment with GE for which GE will arrange the
necessary permission and facilities for the tenderer to enter upon and visit the site.
2.2 A tenderer, whether or not he visited site(s), will be deemed to have ascertained all relevant
information about the area of works, access to site, working conditions, availability of labour
and materials which are likely to effect his quotation and execution/completion of work.
2.3 The contractor and his agents, employees and work people shall observe all the rules
promulgated by the authority controlling the installation / area in which the work is to be
carried out e.g. prohibition of smoking and lightning, fire precautions, search of persons on
entry and exit, keeping to specific routes. Nothing extra shall be admissible for any man hours
etc. lost on this account.
3. WORK ON HOLIDAYS:
The contractor shall not carry out any work on gazetted holidays, weekly holidays and other
non-working days except when he is specially authorised in writing to do so by the GE. The GE
may at his sole discretion declare any day as holiday or non-working day without assigning any
reasons for such declaration.
Contd….
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 89
(SPECIAL CONDITIONS (Contd….)

4. FIRE PRECAUTION:
4.1 The Contractor, his agents, representatives, workmen etc. shall strictly observe the orders pertaining to
fire precautions prevailing within the area concerned.
4.2 Motor transport vehicles, if any allowed by authorities to enter the area concerned must be fitted with
serviceable fire extinguishers.
5. SAFETY PRECAUTIONS
The Contractor shall take every precaution to control traffic on road by keeping danger boards, necessary
lighting arrangements, fencing etc. & watchman to avoid any damage. In case due to excavation or otherwise
the road is to be blocked the contractor shall without any extra cost to the Govt. Provide separate by pass so
that normal traffic will not be disturbed. Any damage to the existing road/building etc. shall be made good by
the contractor with the same specification as per existing work without any extra cost to the Government. In
the event of contractor not fully complying with the above provisions to the satisfaction of the GE, the GE may
provide the same for which the expenses incurred will be recovered from the contractor.
6. NET WORK ANALYSIS:
6.1 The time and progress chart to be prepared as per Condition 11 of General conditions of
contracts (IAFW-2249) shall consist of detailed net work analysis and time schedule. The critical path net work
will be drawn jointly by the GE and the contractor soon after acceptance of tender. The time scheduling of the
activities will be done by the contractor so as to finish the work within the stipulated time. On completion of the
time schedule a firm calendar date schedule will be prepared and submitted by the contractor to the GE who will
approve it after due scrutiny. This net work analysis will be submitted in four copies within two weeks from the
date of handing over the site.
6.2 During the currency of the work, the contractor is to adhere to the time schedule and this adherence will
be a part of the contractor’s performance under the contract. During the execution of Work, the contractor is
expected to participate in the reviews & updating of the net work undertaken by the GE. 14.3 These reviews
may be undertaken at the discretion of the GE either as periodical appraisal measure or when the quantum of
work ordered on the contractor is substantially changed through deviation orders and amendments. Any
revision of the time schedule as a result of the review will be submitted by the contractor to the GE within a
week for his approval after due scrutiny. The contractor shall adhere to the revised time schedule thereafter. In
case of contractor disagreeing with the revised schedule, the same will be referred to the Accepting Officer,
whose decision shall be final, conclusive and binding. GE’s approval to the revised schedule resulting in a
completion date beyond the stipulated date of completion shall not automatically amount to grant of extension
of time. Extension of time shall be considered and decided by the appropriate authority mentioned in condition
11 of IAFW-2249 and separately regulated
6.3 Contractor shall mobilize and employ sufficient resources to achieve the detailed schedule within the
broad framework of the accepted methods of working and safety.
6.4 No additional payment will made to the contractor for any multiple shift work or other incentive
methods contemplated by him in his work schedule, even though the time schedule is approved by the
department
7. SECURITY OF CLASSIFIED DOCUMENTS:
Contractor’s special attention is drawn to condition 2A and 3 of General Conditions of Contracts, IAFW-2249.
and also to the Indian Official Secret Act 1923 (Particularly Section -5) The contractor is bound by the provision
of the act. The contractor shall not communicate any classified information regarding work either to sub-
contractors or others without prior approval of the Engineer-in-Charge. The contractor shall also not make
copies of the design/drawings and other documents furnished to him in respect of work and he shall return all
documents on completion of work or on earlier determination of the contract. The contractor shall alongwith
final bill attach a receipt from the Engineer-in-Charge in respect of his having returned the classified documents
as per condition 3 of IAFW-2249 General Conditions of Contracts.
Contd….
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 90
(SPECIAL CONDITIONS (Contd….)

8. CONTRACTOR’S REPRESENTATIVES AGENTS/SERVANTS AND WORKMEN:


The contractor shall employ only Indian National as his representatives, agents, servants and workmen
after verifying their antecedents and loyalty. He shall ensure that no person of doubtful antecedents
and Nationality is, in any way, associated with the work. If for reasons of Technical collaboration or
consideration the employment of any foreign national is unavoidable, the contractor shall furnish full
particulars to this effect to the Accepting Officer at the time of submission of his tender. The GE shall
order the contractor to cease to employ in connection with this contract any representatives, agents,
servants and workmen or employee whose continued employment in his opinion is undesirable. The
contractor shall not be allowed any compensation on this account.
9. MINIMUM FAIR WAGES:
Refer condition 58 of General Conditions of Contracts, IAFW-2249. The contractor shall have no claim
whatsoever if for reason other than those mentioned in condition 63 of IAFW-2249, he is required to
pay wages in excess of the Minimum Fair Wages/ minimum wages under condition 58 of IAFW-2249.
10. ROYALTIES:
Reference Condition 14 of General Conditions of Contracts (IAFW-2249). No quarries on MD land are
available. The contractor shall make his own arrangements for the procurement of materials such as
stones, aggregate, moorum and approved earth from any quarries located outside MD land, required
to be incorporated in the work. All royalties, duties, taxes as applicable shall be borne by the
contractor on such account for the material to be incorporated in the work or works ordered in
subsequent deviations.
11. AVAILABILITY OF LAND FOR STORAGE OF MATERIALS AND TEMPORARY LABOUR HUTS.
Delete the following from lines 5 to 9 of sub para 1 of Condition 24 of IAFW-2249 reading: - “In the
event of area of land ............allotted to him” and insert as under:-
“The contractor shall be allotted free of charge, the area as Marked as decided by the GE, for the
purpose of erection of temporary workshop, stores etc. Plot of land so allotted shall not be used for
accommodation of labour and canteen for which the Contractor shall make his own arrangements, at
his own expenses”.
12. COOPERATION WITH OTHER AGENCIES
The contractor’s attention is invited to the fact that during the currency of this contract, works and
other services which are out side the scope of work of this contract may be entrusted for execution to
other agencies. The contractor shall afford all cooperation to such other agencies to work
contemporaneously at the site of work
13. SITE CLEARANCE/ CLEANING DOWN
(Refer Condition 49 of IAFW-2249, General Conditions of Contracts)
13.1 The contractor shall remove from the site all unused stores and huts and the like belonging to
the contractor provided for the execution of work under this contract and the site of works shall be
cleared off all rubbish and waste materials by the contractor and the site of work delivered in clean and
tidy manner to the satisfaction of the Engineer-in-charge on or before the date of completion.
13.2 The contractor shall clean all floors, remove cement/lime/paint drops etc, clean the joinery,
glass panes etc, touch up all painting work and carry out all other necessary items of work in
connection there with and leave the whole premises clean and tidy to the entire satisfaction of the
Engineer-in-Charge before handing over the buildings.
13.3 Nothing extra whatsoever shall be paid to the contractor for ABOVE such clearance of site.
14. BLANK Contd….
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 91
(SPECIAL CONDITIONS (Contd….)

15. PERIOD FOR KEEPING THE TENDER OPEN FOR ACCEPTANCE


The tender shall remain open for acceptance for a period of 60 (SIXTY) days from the date specified for
its submission.
16. DAMAGE TO EXISTING WORKS
Any damage done to the existing structure during the execution of work shall be made good by the
contractor at his own cost and the site of work shall be left clean and tidy on completion.
Rectification/reinstatement etc shall conform to the standard of materials originally used in work and
finished work shall match with existing work in all respect to the entire satisfaction of the GE. In case
of any dispute on this account the matter shall be referred to the CWE whose decision in writing shall
be final and binding.
17. OFFICIAL SECRET ACT
The contractor shall be bound by the Official Secret Act.
18. SIGNING OF CONTRACT DOCUMENTS
The person signing the tender on behalf of another or on behalf of the firms shall attach with the
tender a proper power of attorney duly executed in his favour by such person or by all the partners of
the firm stating that he has authority to bind such other persons of the firm as the case may be in all
matters pertaining to the contract including Arbitration clause.
19. BANK GUARANTEE BOND
In case the Contractor desires to furnish Bank Guarantee in lieu of retention money/security deposit,
the guarantee bound shall be executed as per specimen prescribed by the Government of India,
Ministry of Defence on Non-judicial stamp paper (s) of appropriate value from a schedule bank. In case
the Bank Guarantee Bond is executed from a non schedule Bank the same shall be supported with
cover from Reserve Bank of India, Guarantee Bond shall come into force after the same is accepted by
the accepting officer.
20. WATER

20.1 Refer condition 31 of General Conditions of Contracts IAFW-2249.


20.2 Water will be supplied to the contractor at the point Marked on site plan or as decided by the GE. The
storage and carriage of water from the water point shall be responsibility of the contractor.
20.3 MES will not be liable for any damage or compensation on account of failure of supply of water or
curtailment in the supply or the supply becoming intermittent as the case may be, arisen from accidents or
becoming necessary as a result of drought or any other unavoidable causes. In such case Govt. will not
guarantee continuity of water supply which may be intermittent. The contractor shall make his own
arrangements for storing the water for work, labour and workmen etc.
20.4 If contractor does not desire to take water from MES he shall categorically mention it while submitting
the tender otherwise the contractor shall be deemed to have agreed to take water from the MES.
20.5 Recovery towards consumption shall be at Rs.3.75 per every Rs.1000/- worth of work done priced at
contract rates.
21. ELECTRIC SUPPLY

21.1 In case the contractor desires to by electricity from MES he shall be charged for electric energy consumed
at Rs. 5.38 per unit for lighting and. power.
21.2 Duties and/or taxes, if any, levied by state Govt and/or any electricity undertakings and the like on the
electrical charges shall be borne by the department.
21.3 Contractor shall be issued electricity by MES at point shown on site plan or as decide by the GE up to
maximum supply of 5 KW.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 92
(SPECIAL CONDITIONS (Contd….)
21.4 Electric supply required for works shall be made available by the MES at the incoming terminal of the
main switch Marked on the layout plan or as decided by GE. The main switch and KWH meter to register the
electric energy supplied shall be provided and installed by contractor after getting the same tested from
authorities concerned. The contractor shall provide all necessary connections, cables, fittings etc. for distribution
and supply of electric energy at the work sites from the aforesaid point at his own cost in accordance with the
Indian electricity rules. The GE and representative will have free access to inspect all installations, connections,
devices consuming the electricity and in case things are found unsatisfactory be will have power to get the
supply of electricity disconnected. MES do not guarantee the continuity of electric supply and no compensation
will accrue to the contractor for supply becoming intermittent and if there is any breakdown in the system.
Contractor shall make his own arrangement to supplement MES supply of electricity by using generator at his
own expense, if required to complete the work and nothing shall be entertained by the government on this
account.
22. TAXES, DUTIES AND LEVIES:
The rates as quoted by the Contractor shall include for all taxes, duties and levies including Labour
Welfare Cess for Building construction workers welfare Acts shall be required to be paid by him to
concerned authorities as per the rules and laws in force. No additional payment on these accounts shall
be made under this Contract from MES. The GE shall deduct at prescribed rate the income tax,
commercial taxes payable to government as applicable, at source before making the payment of any
amount against the contract. Tenderer is advised to check the rules and regulations from concerned
authorities before submitting his tender
23. OUT OF POCKET EXPENSES
No out of pocket expenses incurred by the tenderer in submitting this tender can be reimbursed
whether his tender is accepted or not.
24. SAMPLE OF MATERIALS AND INDIAN STANDARDS( Refer Condition 10 of IAFW-2249.)
24.1 The contractor is advised to inspect samples of materials maintained in the office of GE before
submitting his tender. He will deemed to have full knowledge thereof whether he inspect them or not.
24.2 Stone aggregate, sand, bricks etc. Shall conform to relevant samples kept in GE’s office.
24.3 The contractor shall produce samples of materials like bricks, stone, sand and timber, builder’s
hard ware, paints, electrical goods, etc. and get them approved in writing by the GE before
incorporation in the work.
24.4 The contractor shall not procure bulk materials unless sample of each article are approved in
writing by the GE.
25. CONTRACTOR’S MATERIALS
25.1 Contractor shall purchase the materials for incorporation in the work from manufacturers
specified/standard manufacturer (if not specifically mentioned) or their authorized dealers and get
such materials specifically approved in writing by the GE. Contractor shall produce purchase vouchers
of materials on demand at any items.
25.2 Proprietary materials such as paints, bitumen base aluminium paint, primer, integral water
proofing compound, etc. brought at site by the contractor shall be supported with original vouchers of
the firm of his 27uthorized stockiest specifically indicating the following information :-
i) Description with make/brand/grade/IS No. etc
ii) Quantity
iii) Rate charged and cheque No/Draft No. under which payment made.
iv) Ref to voucher No., date, together with the above information shall be entered in MB
with the heading NOT TO BE BILLED.
25.3 Proprietary materials brought at the site shall be stored as directed by the Engineer-in-Charge
and those already recorded in measurement book shall be suitably marked for Identifications.
25.4 The contractor shall on demand, produce to GE, and original receipt vouchers in respect of such
materials. The contractor shall ensure that the materials are brought to the site in original sealed
container or packing bearing manufacturers Markings.
Contd….
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 93
(SPECIAL CONDITIONS (Contd….)
26. MINOR AND MISSING DETAILS
26.1 The lump sum quoted by the tenderers shall also include for any minor details of works and/or
construction which are obviously and fairly intended and which may not have been specifically referred to
in the tender documents but which are essential for the execution and completion of the work in a
workman like manner and sound construction

26.2 If certain details are missing, in that case, the details indicated elsewhere in the drawings, which are
similar or near to the missed out items of work shall be followed, In the absence of any other similar and
near details, the minimum essential requirement for the completion of work from the structural and utility
point of view shall be deemed to be included in the amount quoted.
26.3 In the case of difference of opinion between the contractor and department as to whether or not a
certain item of work constitutes minor or extra constructional details included in the lump sum amount
quoted or not, the decision of the Accepting Officer shall be final, conclusive and binding.
27. STRUCTURAL AND ARCHITECTURAL DETAILS
27.1 For structural details, refer structural drawings only. If there is any discrepancy between
architectural and structural drawing with regard to structural details, detail shown on structural drawing
shall prevail. Similarly, if there is discrepancy between structural and architectural drawings with regards to
architectural details, details shown in architectural drawings shall prevail. The decision of the Accepting
Officer as to what constitutes structural or architectural details shall be final. Conclusive and binding.
27.2 For missing reinforcement details of RCC works, minimum reinforcement as required as per IS shall
be adopted.
27.3 In case where type and size of beams, slabs and columns etc are not indicated, these shall be
provided as decided by the Accepting Officer without any extra cost to Govt.
27.4 If, there, is any discrepancy regarding general notes on RCC works, TD (Typical Details) drawing and
structural drawing, the details shown in main structural drawing shall be followed, Similarly details shown in
main drawings shall always be followed in case of discrepancy between main drawing and TD (Typical
Detail) drawings.
27.5 Nothing extra shall be admissible on account of work executed as stated above and the contractor
shall be deemed to have taken into consideration the above provisions before quoting his lump sum and
submitting his tender.
28. RELEASE OF PERFARMANCE SECURITY DEPOSIT
28.1 The performancel security deposit will be released to the contractor after expiration of the defects
liability period (vide condition 46) of the maintenance period in accordance with condition 68 of IAFW-2249
(General Conditions of Contracts) after the compliance with the requirements stipulated in that condition
and/or elsewhere in the contract.
29. TESTING OF BUILDING MATERIALS
29.1 Sampling and testing of materials shall be done as per BIS stipulations and as modified in tender
documents. The cast of samples of materials and other expenses required to be incurred for taking the
samples, packaging, conveyance, preservation for future reference and testing charges shall be borne by
the contractor.
30. IMPORT LICENCE
30.1 Particular attention of the tenderer is drawn to the fact that all material to be supplied under this
contract shall be from the ready stock or such as would be available within India except for such items are
not of indigenous manufacture and are not otherwise totally banned for import by the Ministry of
Commerce and Industry. No import license will be arranged by the Department for such items and where
required, such license will have to be arranged by the contractor against their own import quota or through
their sources.
30.2 All equipments and material to be used in the work shall be new and of the best of their respective
kind.
30.3 No foreign exchange shall be provided by MES for any equipments/materials.
Contd….
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 94
(SPECIAL CONDITIONS (Contd….)
31. RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO CONTRACT
VALUE”.
31.1 The rates quoted by the Contractor shall be deemed to be inclusive off all taxes (Goods &
Service tax on Works Contracts, Turnover Tax, Labour Welfare Cess/tax etc.), duties, Royalties, Octroi
and other levies payable under the respective Statutes. No reimbursement/refund for variation in
rates of taxes, duties, Royalties, Octroi & other levies, and/or imposition/abolition of any new/existing
taxes, duties, Royalties, Octroi and other levies shall be made except as provided in sub paras here-in-
below.
31.2 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” Goods & service on works contracts, Turnover Tax,
Labour Welfare Cess/tax and like but excluding Income Tax. The tendered rates shall be deemed to be
inclusive of all “taxes directly related to Contract value” with existing percentage rates as prevailing of
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
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.
31.3 The contractor shall, within a reasonable time of his becoming aware of variation in percentage
rates and/or imposition of any further “taxes directly related to Contract value”, give written notice
thereof to the GE stating that the same is given pursuant to this Special Condition, Together with all
information relating there to which he may be in a position to supply. The Contractors shall submit the
other documentary proof/information as the GE may require.
31.4 The Contractor shall, for the purpose of this condition keep such books of account and other
documents as are necessary and shall allow inspection of the same by a duly authorised representative
of Govt, and shall further, at the request of the GE furnish, verified in such a manner as the GE may
require, any documents so kept and such other information as the GE may require.
31.5 Reimbursement for increase in percentage rates/imposition of “taxes directly related to
Contract value” shall be made only if the Contractor necessarily and properly pays additional “taxes
directly related to Contract value” to the Govt, without getting the same adjusted against any other tax
liability or without getting the same refunded from the concerned Govt Authority and submits
documentary proof for the same as the GE may require.
32. RECORD OF MATERIALS, PRODUCTION OF VOUCHERS/INVOICES FOR MATERIALS PROCURED
32.1 (A) Original vouchers / invoice for the following items shall invariably be produced by
the contractor

(i) Cement (ii) Water proofing compound (iii) Cement base paint (iv) GI Pipe (v) PVC SWR Pipe (vi) Synthetic
enamel paint (vii) Wall care putty (viii) PVC Tank (ix) Aluminium Paint (x) All Proprietory Branded Material
(xi) Glass (xii) Flushing Cistern (xiii) Sanitary fittings (xiv) Plumbing fittings (xv) All type of tiles (xvi)
Sink (xvii) Factory made Shutters (xviv) PVC Frame and shutters
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No : 95
(SPECIAL CONDITIONS (Contd….)

(B) In addition to above, original vouchers / invoice for the items for which payment is claimed in
RAR as “Material lying at site” shall also be produced. However, for the items of local origin except
perishable items payment in RAR may be allowed based on market enquiry / verification.
32.2 The vouchers/invoice shall be from the manufacturers and /or from their approved agents for
full quantity of the respective materials required for the work under the contract
32.3 The quantity of proprietary articles/materials brought to site shall be recorded in measurement
books and signed by the contractor and the Engineer-in-Charge as a check to ensure that the required
quantity has been brought to site for incorporation in the work.

32.4 Proprietor materials referred above brought at site shall be stored as directed by the Engineer-
in-Charge and those already recorded in measurement book shall be suitably marked for identification

32.5 The contractor shall ensure that the materials are brought to site in original sealed container in
packing bearing manufacturers marking.

32.6 The vouchers shall be certified by the Engineer-in-Charge as soon as materials are brought to
site by the contractor and suitable endorsement made on the face of original paid vouchers indicating
the contract No and other particulars of work for which used. Certified true copies of all such vouchers
shall be carefully maintained by the Engineer-in-Charge.

33. DEFECT LIABILITY PERIOD :


The period of defects liability shall be 02 Years from the certified date of completion of the work.
Refer condition 46 of General Conditions of Contracts shall be deemed to be amended accordingly

AGE (Contracts)
Signature of Contractor For Accepting Officer
Dated :
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 96

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)

1. GENERAL
(a) The work under this contract shall be carried out in accordance with the description of
Schedule ‘A’, particular specifications, drawings, General specifications, specifications for material and
workmanship and other provisions in the MES Schedule of rates 2009: Part-I and 2020 Part-II including errata
and amendments read in conjunction with each other.
(b) The terms “General Specifications” referred to above, in Schedule ‘A’ notes and in IAFW-2249 shall mean the
specifications contained in the MES Schedule, ISS and any other standard engineering book.
(c) General rules, specifications, special conditions, all preambles, method of measurements and all other provisions in
the MES Schedule shall be deemed to apply to the works under this contract, unless otherwise mentioned else where in
these tender documents.
(d) Particular specifications given here-in-after shall be applicable to all the works covered in Schedule ‘A’ and they are
brief and are supplementary to the specifications contained in MES Schedule and are only to particularise, amend and
emphasize the specifications given in MES Schedule which are not repeated hereto.
(e) Where provisions given in these particular specifications are at variance with provisions given in MES Schedule, the
provisions given in these particular specifications shall take precedence over those given in MES Schedule.
(f) In case specifications of any materials needed for incorporation in the work included in this contract are not given
in any of the contract documents forming part of this contract, the specifications given in any appropriate ISS, BSS,
standard codes of practice, standard books etc. as decided and approved by the GE shall be followed. In absence of the
specifications for such materials in any appropriate ISS, BSS, standard codes of practice , standard books etc. the
specifications as decided and approved by Accepting Officer shall be followed. The decision of Accepting Officer shall be
final, conclusive and binding in this regard. The rates quoted by the contractor shall be deemed to have included this
element and nothing extra shall be paid to him on this account.
2. MATERIALS, SAMPLES, TESTING ETC.
(a) Before incorporation in the work, the contractor shall produce samples of all materials for
approval of the Garrison Engineer. Samples that are approved will be retained by the Garrison Engineer until the work is
finally completed and accepted. The contractor will not be allowed to commence the work before the samples are
approved. The contractor shall ensure that the materials used in the work are identical with approved samples and uniform
throughout.
(b) All materials procured by the contractor for incorporation in the work shall be ISI marked. In case any materials
duly ISI marked are not being manufactured in the country, such materials shall be conforming to IS specifications or
specifications superior to IS specifications without any price adjustment with prior written permission of the GE.
(c) The contractor and the Engineer-in-Charge will ensure that the materials incorporated in the work are identical
with the approved samples.
(d) Local material such as stone aggregate, brick aggregate, sand, lime, bricks etc. shall be as specified here-in-after.
The samples of such materials shall be got approved in writing from the GE before the materials are brought to site in bulk.
(e) Letters conveying approval of samples of materials by GE will interalia, mentioning source of supply, name of
manufacturer, name of brand if applicable and reference to clause of contract documents containing specifications of
particular material.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 97

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)

3. CONCRETE WORKS
(a) COARSE AND FINE AGGREGATE:-
(i) Coarse aggregate for plain and reinforced cement concrete work shall be naturally occurring graded stone
aggregate (machine crushed) of granite/basalt/trap stone as approved. Stone aggregate shall be obtained from the
sources as specified in Appendix ‘A’ to particular specifications and conforming to the specification viz.
Quality, permissible deleterious materials, grading etc., given in para 4.4.1 to 4.4.7 (1) of MES Sch (Part-
I).
(ii)Fine aggregate (sand) for all plain and reinforced cement concrete shall be naturally occurring sand. Sand shall be
obtained from the sources specified in Appendix ‘A’ to particular specifications and conforming to the specifications
viz., quality, permissible deleterious materials, grading etc., given in para 4.4.1 to 4.4.7(2) of MES Schedule Part-I.
The grading shall be as per grading Zone II given in para 4.4.7 (2) of MES Schedule (Part-I).
(iii) Coarse aggregate and sand shall generally conform to the samples kept in the GE’s office except for
grading and deleterious materials which shall be as specified here-in-before.
(iv) Fine aggregate (Sand) shall be stored at site in bins or dumps with brick platforms so as to avoid
contamination or risk of shoveling up earth or other impurities when being used. Both coarse and fine
aggregate shall be washed if percentage of deleterious materials exceeds that specified in clause 4.4.3 of
MES Schedule (Part-II).
3.1. CEMENT

3.1.1 GENERAL :- Cement required for the entire work under this 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, MES schedules, IS specification as amended and particular specifications given here-in-
after.

3.1.2 Type of cement for the subject work (except for RCC work) shall be ordinary portland cement of grade 43 (Forty
three) in accordance with IS-8112 OF 1989 or portland pozzolana cement (IS: 1489-1991). However for reinforced cement
concrete works, only ordinary portland cement of grade 43 (forty three) in accordance with IS-8112 of 1989 shall be used.
Mixing of OPC & PPC shall not be allowed in the work. While using the PPC, following requirement shall be met with by the
contractor :-
(a) PPC shall meet the strength criteria of 43 grade OPC as laid down in IS 8112-1989.

(b) The minimum period before striking form work given in clause 11.3.1 of IS : 456-2000 and period of curing shall be
suitably increased at site by the GE. The contractor shall not claim any thing extra on this account.

(c) The contractor shall submit the following certificate from the manufacturer of the cement for every batch of
cement :-

(i) The quality of fly ash is strictly as per IS- 1489 (Part-I) – 2002.
(ii) Fly ash is inter-ground with clinker and not mixed with clinker.
(iii) Dry fly ash is transported in closed containers and stored in silos.
Only pneumatic pumping has been used.
(iv) The fly ash is received from thermal power plant using high temperature
o
combustion above 1000 C has only been used.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 98
PARTICULAR SPECIFICATIONS (Contd….)
(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)

3.1.3 SOURCES OF PROCUREMENT


(a) Cement shall be procured by the contractor directly from any of the following
main producers of cement (for OPC & PPC) :-

(i) Ambuja Cement (ii) Andhra Cement Ltd (iii) Binani Cement (iv) Birla Corp Ltd (v) Century Cement (vi) Dalmia
Cement (vii) Grasim Industries Ltd (viii) Jaypee Rewa Cement (ix) JK Cement (x) Lafarge Cement (xi) Lakshmi Cement (xii)
Madras Cement (xiii) Manglam Cement (xiv) Orient Cement (xv) Saurashtra Cement (xvi) Shree Cement (xvii) The
Associated Cement Companies Ltd (xiii) The India Cement (xix) Ultra tech Cement (xx) Prism Cement

(b) Where total estimated requirement of cement in the work is less than 1200 bags contractor can procure
from the authorized distributors/dealers of the main producers as mentioned above
(c) The contractor shall furnish the particulars of the manufacturer of cement alongwith the date of manufacture to
the Engineer-in-Charge for every lot of cement separately. The cement so brought shall be fresh and in no case older than
90 days from the date of manufacture. The Engr-in-charge shall verify the document in support of the purchases of cement.
Before placing order for supply of cement by the contractor, he shall obtain written approval from the GE regarding name
of manufacture, quantity of cement etc. Cement shall be procured for minimum requirement fo one month and not
exceeding the requirements of the same for more than two months after receipt. Cement shall conform to the requirement
of IS specification and each bag of cement shall bear relevant ISI mark. The weight of each consignment shall be verified by
the GE and recorded. The content of cement shall be checked at random to verify the actual weight of cement per bag.
However, the content of cement per bag shall be 50 Kg only subject to tolerance given in clause 9.2.1.1 and annexure ‘B’ of
IS-8112/and clause 10.2.1.1 and annexure ‘B’ of IS-1489 for OPC and PPC respectively.

3.1.4 TESTING OF CEMENT

(a) The contractor shall submit the manufacturers test certificate in original alongwith test sheets giving the results of
each physical test as applicable in accordance with relevant IS provision and the chemical composition of the cement or
authenticated copy there of, duly
signed by the manufacturer with each consignment, as per the following IS provision :-

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


(ii) Method of physical test of hydraulic cements as per IS-4031.
(iii) Method of chemical analysis of hydraulic cement as per IS-4032-1985.

(b) The test certificate and test sheet shall be furnished with each batch of cement. The Engineer-in-charge shall
record these details in cement acceptance register to be maintained by him which will be signed by JE (Civil), Engineer-in-
Charge, GE and the contractor as given in the format here-in-after for verification.

(c) The contractor shall however, organize setting time and a compressive strength test of cement through designated
laboratory on samples collected from the lot brought at site before incorporation in work. The contractor will be allowed to
use the cement only after satisfactory compressive strength of seven days. To meet this requirement, contractor is required
to keep minimum 10 days stock before any new lot is brought at site, which can be used, in the work. The contractor shall
be required to remove the cement not meeting the requirement from site within 24 hours. Seven days strength test will be
relied upon to accept the lot of cement to commence the work. 28 days compressive strength test will be the final criteria
to accept/reject the lot.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 99

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)

(d) The random samples as per relevant IS shall be selected by Engr-in-charge before carrying out testing. The record
of such samples selected by the Engr-in-charge for testing shall be properly maintained in the cement Testing Register giving
cross reference to reference to relevant consignment of cement and quantity received etc.

(e) Cost of transportation of samples to the approved laboratory/test house and all testing charges including cost of
sample shall be borne by the contractor.

(f) The contractor shall be required to set up adequate testing facilities at site of the entire satisfaction of GE for
conducting setting time test and compressive strength test as per IS codes referred to here in before for the samples
collected from the lot brought at site. The tests can alternatively be carried out at the zonal laboratory, or any other
recognized laboratory so designated by GE.
(g) The GE shall carryout independent testing as per the tests mentioned in the ‘CEMENT SUPPLY AND ACCEPTANCE
REGISTER’ (as per Appendix ‘B’) of random sample of cement drawn from various lots, if sample fails in 7 days compressive
strength. The testing shall be carried out national test house, SEMT, CME, Regional research laboratories, Govt approved
laboratories/IIT Kanpur as per IS-3535-1986, (Method of sampling hydraulic cement), IS-4031 (Method of physical test for
hydraulic cement) and IS-4032-1985 (Method of chemical analysis of hydraulic cement) referred to above. The decision as
to where the testing of cement is to be done shall be taken by GE. In case the cement is not of requisite standard despite
manufacturer’s test certificate, the contractor shall remove the total consignment from the site at his own cost after written
rejection order of the consignment by the GE. The cost of test shall be borne by the contractor irrespective of the results of
testing.

(h) The contractor shall submit original purchase vouchers for the total quantity of cement supplied under each
consignment to be incorporated in the work. All consignments received at the work site shall be inspected by the Engr-in-
charge along with the relevant documents to ensure the requirements as mentioned here in before, before acceptance. The
original purchase vouchers and the test certificates hall be verified for subject contract and defaced by the Engineer-in-
Charge and kept on record in the office of the GE duly authenticated and with cross reference to the consignment/control
number recorded in the cement acceptance register’. The cement acceptance register shall be signed by the JE (Civil),
Engineer-in-Charge, GE and the contractor. The contractor shall maintain schedule of supply of cement for each
consignment.
(j) The accepting officer may order a board of officers for random check of cement and verification of connected
documents during the currency of contract.

3.1.5 STORAGE/ACCOUNTING/PRESERVATION OF CEMENT


(a) Cement shall be stored in covered godown over dry platform at least 20cm high in such a manners as to prevent
deterioration due to moisture of intrusion of foreign matter. In case of store room the stack should be at least 20cm away
from floors and 60cm from walls. The stacking of cement shall be done as specified in relevant IS. The storage, accounting
and preservation of cement supplied by the contractor shall be done as per standard Engineering practice till the same is
incorporated in the work and the cost of the same shall be deemed to be included in the unit rate/amount quoted by the
tender. The EIC shall inspect once a day to verify that cement lying at site is stored, accounted, preserved and maintained as
per the norms. The cement shall be stored so as to differentiate each tested and untested consignment separately with
distinct identification. If the GE is not satisfied with the storage/preservation of cement, he may order for any test (s) of
cement as applicable for that consignment to ensure its conformity to the quality mentioned in the manufacturer’s test
certificate. The contractor shall bear the cost of necessary testing (s) in this regard and no claim whatsoever shall be
entertained.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 100

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)
(b) Stacking of cement shall be done as per relevant IS and as under :-
(i) Each cement consignment shall be stacked separately and removal shall be made on the basis of first in
first out.
(ii) Adequate top cover will be provided.
(iii) Stacks in no case shall be higher than 12 bags. The maximum width of each stack shall be 3.00 m. If the
stack is more than 7 or 8 bags high, the bags shall be arranged in header and stretcher fashion, i.e. alternatively
lengthwise and crosswise so as to pile together and avoid topping over.
(iv) Adequate space shall be kept between two stacks.

(c) Cement godown shall be provided with two locks on each door. The key of one lock at each door shall remain with
EIC or his representative and that of the other lock with the contractor’s authorized agent at site works so that cement is
removed from the godown only according to daily requirement with the knowledge of both the parties. During the period of
storage, if any cement bag (s) is found to be in damaged condition due to whatsoever reason, the same be removed from
the cement godown on written orders of the GE and suitable replacement for the cement bags (s) so removed shall be
made and no claim whatsoever shall be admissible on this account.

(d) In case more than one type of cement is used in the work i.e. ordinary portland cement or portland pozzolana
cement, both type of cement shall be stored separately as directed by the Engineer-in-Charge to avoid mixing of these type
of cement. Separate record shall be maintained including the location where these type of cement are used.

(e) Cement shall be removed from the store only according to daily requirement with the knowledge of both the
parties and EIC and the contractor shall record daily consumption of cement in cement consumption register, which shall be
signed. Cement constants given in Appendix ‘A’ to E-in-C’s branch letter No 19280/E8 dated 03 May 1976 shall from the
basis of consumption of cement for various items of works unless specifically indicated otherwise.

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

3.1.6 SCHEDULE OF SUPPLY


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

3.1.7 MEASUREMENTS AND PAYMENT OF CEMENT


(a) The entire quantity of cement shall also be suitably recorded in the measurement book for record purposes as not
to be abstracted before incorporation in the work and shall be signed by the EIC and the contractor.

(b) The payment shall only be allowed after production of original purchase voucher, certified copies of test
certificates from manufacturer for each consignment and results of testing carried out in laboratory on receipt of cement (7
days compressive test) are found satisfactory after testing as at site as per condition 64 of IAFW-2249. Rate of payment
given in SSR shall be applicable for cement irrespective of type of grade of cement specified for use in the work.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 101

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)

(c ) MIX OF CONCRETE:-

Cement concrete for various situations shall be in volumetric mix as specified in Sch ‘A and all as specified in
para 4.11.2.1 and 4.11.2.4 of MES Schedule Part-I.
VOLUMETRIC MIX CONCRETE :-
Volumetric mix concrete shall be all as specified in para 4.11.2.4 of MES Schedule Part-I.
(d) MIXING, DEPOSITING, CONSOLIDATION, CURING:-
(i) All concrete plain/reinforced shall be machine mixed, transported, deposited and compacted all as specified
in clause 4.11.5, 4.11.9, 4.11.10 and 4.11.11 of MES Schedule Part-I. For small works and in exceptional cases,
hand mixing may be permitted with prior written permission of GE without any price adjustment.
(ii) All reinforced cement concrete shall be compacted with mechanical vibrators. If use of machine vibrators is
not possible/practicable, prior permission shall be obtained from GE for manual consolidation. No price
adjustment shall be made for manual consolidation in place of use of vibrators where use of vibrators is not
possible/practicable.
(iii) On cessation of work after stoppage exceeding 20 minutes, the mixer and other handling plant for wet mix
shall be thoroughly washed with clean water.
(iv) Curing shall be carried out all as specified in para 4.11.13 of MES Schedule Part-I.
(e) FINISH TO CONCRETE SURFACES
Exposed surfaces of concrete shall be finished all as specified in para 4.11.16 of MES Sch Part-I without any extra
payment. However, use of plaster is not permissible for correcting the levels or for increasing the dimensions of
the structure.
(f) FORM WORK
(i) Refer to clause 4.11.6. to 7.15 of MES Schedule Part-1 or as described in particular item of Sch ‘A’. Form
work shall be of steel or plywood board of adequate strength at the option of the contractor and shall conform
to IS 14687 of 1999 (Guide lines for false work for concrete structure). Deformed steel sheets shall not be
permitted for use as formwork.
(ii) Surfaces of concrete which are required plastering as indicated above after removal of formwork shall
be roughened with wire brush and hacking out closely.
(g) TESTING OF CONCRETE
(i) Plain cement concrete & reinforced cement concrete shall be tested in accordance with IS-
456.
(ii) The contractor shall supply free of cost six cubes of 15cmx15cmx15cm each for the purpose of
test as per frequency of sampling as indicated in IS-456 and as and when
demanded by the GE/EIC for any additional tests required during the execution of work.
(iii) The contractor shall provide necessary materials and labour including moulds etc, complete for
making and curing the tests cube without any extra payment.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 102

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)

(h) SAMPLE AND TESTING OF CONCRETE


(i) Sample from fresh concrete shall be taken as per IS-1199 and cubes shall be made cured
and tested at 28 days in accordance with IS-516.
In order to get a relatively quicker idea of the quality of concrete optional tests on beams for modulus or
rupture by beam test at 72+2 hours or at 7 days, compressive strength test at 7days may be carried out
in addition to 28 days compressive strength tests. In all cases 28 days compressive strength as in table 2
of IS- 456 shall be the criterion for acceptance or rejection of the concrete.

(ii) TEST STRENGTH OF SAMPLES: The test strength of the sample shall be the average of the
strength of three specimen. The individual variation shall not be more than + 15% of the average.

(iii) FREQUENCY OF SAMPLING Frequency of sampling both for design mix and nominal mix
concrete shall be as specified in clause 14.2.2 of IS-456 .
(iv) The testing of cubes during execution of work shall be carried out in a Govt. lab approved by the
GE or CE’s Zonal lab. If facility for testing is not available in the GE/CE’s lab, the same will be got tested
in National Test House /SEMT wing/Engineering College at discretion of GE. All expenses for
testing shall be borne by the contractor. Cost of all materials required for making test cubes,
moulds for casting cubes and other accessories, transportation charges to and from the laboratory shall
also be borne by the contractor. The cubes shall be cast in the presence of EIC or his rep.
(v) PRE-CAST CONCRETE ARTICLES: This shall be as specified in relevant item of Sch ‘A’ and shall be
PCC 1:2:4 type B-O using 12.5mm graded stone aggregates. Pre-cast concrete articles shall be
reinforced as directed and shall be set in CM 1:4. The quoted rate shall be deemed to include all
necessary form work and reinforcement shall be measured and paid separately under relevant item
of Sch ‘A’.

3.2 WATER PROOFING COMPOUND


Integral water proofing compound shall conform to the requirements of IS Specification and
application for Integral Cement Waterproofing Compounds shall be as per manufacturer
instruction.
4. BRICK WORK:-
(a) BRICKS:- Bricks shall be kiln burnt of best quality available locally of length 230 mm to 240 mm, width 110
mm to 115 mm, height 65 mm to 75 mm and shall conform to sample kept in GE’s office. Slight distortion of edges
will be permissible if it does not affect the bonding of bricks. Bricks shall have minimum crushing strength of 75
Kg/Sq cm for all works. For other requirements of bricks refer MES Schedule Part I clause 5.6.1 to 5.6.9, even if the
drawings of buildings/services are based on modular size bricks, the contractor shall use the old size bricks of size
230 mm to 240 mm X 110 mm to 115 mm X 65 mm to 75 mm without any price adjustment. The rating of
efflorescence of the bricks shall be slight.
(b) SAND:- Sand shall be obtained from the sources as given at Appendix ‘A’ to this particular
specifications and shall conform to the requirements as given in para 5.4 of MES Schedule (Part-I).
(c) LAYING AND BONDING:- Bricks shall be laid and bonded all as specified in para 5.22 and 5.23 of MES Schedule Part-I as
applicable to old size bricks (FPS conventional bricks).
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 103

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)

5. BUILDER’S HARDWARE’S:-
(a) The articles of builder’s hardware shall comply with relevant ISS as indicated in para 9.1 of MES Schedule Part-I and
all as specified in relevant para of section 9 in MES Schedule Part-I.
(b) The contractor shall not place order for purchase of the builder’s hardware’s in bulk, unless samples of the same are
got approved by the GE.
(c) The screws for fixing of the articles of builder’s hardware’s shall be as specified in para 9.2.6 of MES Schedule Part-I.
(d) The articles of builders hardware’s shall be as approved by GE .
6 TESTING OF MATERIALS
6.1 Refer condition 10 of IAFW-2249.
6.2 All tests as directed by Engineer-in-Charge shall be got carried out by the contractor from the laboratories/testing
agencies.
6.3 The cost of materials labour to be consumed in testing, testing charges and the like shall be borne by the contractor.
6.4 The contractor may however get the materials tested from Zonal laboratory(where applicable) for which the
testing charges shall be borne by the contractor as already stated herein before cost of materials, labour etc shall be borne by the
contractor in this case also.

7. STEEL & IRON WORK :- All steel and iron work shall be carried out as described in MES Schedule Part-I, as
described in particular item of Sch ‘A’ and as specified here-in- after. All steel to be used in the work shall be of
Contractor’s supply.
(a) GENERAL Steel supplied by the contractor shall conform to the following grades and quality:
(i) STEEL FOR REINFORCEMENT

(aa) High strength deformed steel bars produced by thermo mechanical treatment process (TMT steel
bars of grades Fe 500) meeting all other requirements of IS-1786.
(ab) Mild steel bars shall conform to IS-432 (Part-I) and Grade I.

(ii) STRUCTURAL STEEL


(aa) Structural steel standard quality shall conform to IS-2062-2006 (Sixth revision) and Grade Fe-410-W
(Gde E-250), quality A. The above mentioned steel shall be provided in the location as directed by the Engineer-in-
Charge and clause 10.4.1 of MES Schedule Part I.

(ab) Structural steel ordinary quality shall be used for structures not subjected to dynamic loading. This steel
shall not be used where welding is used in fabrication and in earth quake zone where severe damage is
expected and design of structure based on plastic theory. The steel shall conform to IS-2062-2006 (sixth
revision) and FE 290 (Gde E-165). The above mention steel shall be provided in the location as directed by
Engineer-in- Charge and in clause 10.4.2 of MES Sch Part I.

(ac ) Structural steel ordinary quality shall be used in railing, gates, fencing, guard bars, grills, holdfasts, door
and window frames etc and shall conform to IS- IS-2062-2006 (sixth revision) and FE 290 (Gde E-165). . The above
mentioned steel shall be provided in the location as directed by Engineer-in-Charge and in clause 10.4.3
of MES Sch Part I.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 104

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)

(iii) HARD DRAWN STEEL WIRE FABRIC FOR CONCRETE REINFORCEMENT. Fabric reinforcement shall conform to IS-
1566.
(iv) Galvanised steel sheet (Plain & Corrugated) confirming to IS-277. Thickness of CGI sheet shall be as
described in particular item of Sch ‘A’ and with average zinc coating 275 gms/ Sqm
Note: Any items of steel specified above not conforming to grade and quality shall be rejected and the
particular consignment removed from the site by the contractor at his own cost within seven
days. The contractor will have no claim on this account.

(b) PROCUREMENT
(i) STEEL FOR REINFORCEMENT
The contractor shall procure the steel for reinforcement from primary producers of steel given below :-
(a) RINL (b) SAIL (c) TISCO (d) Shyam Steel Industries Ltd (e) Jai Balaji Industries (f) SPS steel rolling
Mills Ltd (g) Steel Exchange India Ltd (h) Jindal Steel and Power Ltd (i) SRMB Srijan Ltd
(ii) STRUCTURAL STEEL : Structural steel sections shall be procured directly only from primary producers of
steel listed in clause 5 b(i) above. Non availability of structural steel with primary producers, the same
shall be procured form approved secondary producers as listed below with a reduction of 5% ( five
percent) of accepted rates of structural steel:-
(i). M/S Kashi Vishwanath Steel Ltd (ii). M/S K L Steel Pvt Ltd
Narayan Nagar, Bazpur Road Post Box No 61, lal Kuan
Kashipur, Distt- US Nagar Buland Shahar road,Ghaziabad (UP)

(iii) M/S Amba Shakti Ispat Ltd, (iv) M/S Pushpak Steel Industries Ltd
Plot No. 6, Phase –II Gate No. 19, Alandi Markal Road
Industrial area, Kala Amb Dist Sirmour Dhanora , Tah Khed, Pune
(HP)
(v) M/S KL Concast Pvt Ltd
Z-18, Naraina
New Delhi
In case of desired section of structural steel is not rolled/ manufactured by the primary producers,
there shall be no price adjustment in use of structural steel procured from secondary producers.
(iii) GALVANISED STEEL SHEETS AND FABRIC REINFORCEMENT FOR CONCRETE:These shall be
procured directly from main producers or BIS marked manufactures at the option of contractor without any
minus price adjustment.
(iv) Reinforcement steel, structural steel, Galvanised steel sheet and Fabric reinforcement for concrete may
be permitted from authorized dealers of main producers in case the total requirement of steel is
less than 5 Tones.
(v) Steel sections for railing, gates, fencing, guard bars, grills, steel chowkhats, holdfasts etc which do not
constitute structural members, can be procured from main producers/secondary producers/BIS marked
manufacturers or their authorized dealers at the ,option of contractor without any minus price
adjustment. The requirement of production of Test certificates and Testing will not be insisted upon
for such steel sections.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 105

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)

(vi) The documents in support of purchase of steel shall be furnished to GE for verification. The
particulars of the manufacturers of steel shall be furnished by the contractor for every lot of
steel separately as per the performa given in Annexure-I.

(c ) SCHEDULE OF SUPPLY The contractor shall submit a phased programme for procurement of steel to
Engineer-in-Charge depending upon the various stages to make sure that work is not delayed for want of steel at
any stage. This phased programme shall be signed by contractor and Engineer-in-Charge and approved by GE for
strict compliance during execution.
(d) TESTING OF STEEL
(i) The contractor shall submit the manufacturer’s test certificate in original alongwith the Test
sheet giving the results of each mechanical test as applicable and the chemical composition of the steel or
authenticated copy thereof, duly signed by the manufacturer with each consignment. The Engineer-in-Charge
shall record these details in ‘Steel supply and Acceptance Register’, as given at Annexure -I after due verification.
(ii) The TMT steel received from secondary producers shall be tested by GE/EIC in person, before
incorporation in the works by simple file tests and records shall be maintained. However, GE will carry out
random checks where he has not tested the steel by himself and record his remarks in the steel test register.
Simple field test involves sand papering the X-section of the TMT bars and dipping the same in chemical solution
to give a clearly defined annular ring of tempered steel. The contractor at his cost shall arrange facilities for such
tests.
(iii) Independent testing of steel by GE from random samples of steel drawn from various lots, from National
test House, SEMT CME Pune, Government Regional Research Labs, Govt Approved Labs, Zonal Labs, Govt
Engineering College etc as per the recommended minimum frequency shown in Table hereinafter, shall be
mandatory in case of procurement of steel from secondary producers and testing charges shall be borne by the
contractor irrespective of the outcome of test results.
(iv) Independent testing of steel by GE from random samples of steel drawn from various lots (from
National test House, SEMT CME Pune, Government Regional Research Labs, Govt Approved Labs, Zonal Labs,
Govt Engineering College etc as per the recommended minimum frequency shown in Table hereinafter, shall be
optional at the discretion of the GE in case of procurement of steel from main producers and testing charges
shall be borne in accordance with condition 10 of IAFW-2249 ie. Testing charges shall be borne by the
department if test results are found in order otherwise these shall be borne by the contractor.
(v) In both the cases at paras (d) (iii) and (iv) above, the contractor at his cost shall provide all facilities
required for the testing and cost of material consumed in the test shall also be borne by the contractor.
8. FLOORING :-
(a) GENERAL REQUIREMENTS :-
(i) Refer para 13.25 of MES Schedule Part-I.
(ii) Floors shall be laid to level and slope or sunk as directed.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 106

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)

(iii) Floors shall be carried through all openings in walls.


(iv) The junctions between floors and walls shall be at right angles unless otherwise directed.
(v) The exposed edges of floors shall be finished to match with top surface of floors.
(vi) Sub base/base floors where to be provided need not be laid in bays. These shall be laid in
one operation.
(vii) PCC floor finishes (floor toppings) shall be laid in bays adopting panel dimensions not more
than 2 M in length and width. The floor bays shall be so arranged that the end bays shall be of
equal width not exceeding 1:2 M.

(b) COARSE AND FINE AGGREGATE AND OTHER FLOORING MATERIALS


(i) Coarse and fine aggregate for PCC pavement, base/sub base & PCC floor finishes and other
similar work shall be all as specified for concrete work here-in-before.
(ii) Glazed ceramic tiles shall be as approved by the GE.
(c) LAYING OF FLOORS, SKIRTING AND DADO :-
(i) PCC FLOORS :- Laying shall be carried out all as specified in para 13.27 and 13.32 of MES
Schedule Part-I.
(ii) VITRIFIED CERAMIC TILES/ NON SKID AND GLAZED CERAMIC TILES Laying shall be
carried out all as specified in para 13.40 of MES Schedule Part-I.
9. PLASTERING:-
9.1. Taking down of cement plaster shall be done with due care without damaging the existing structure/brick
work and the debris are to be removed from site and deposited at a distance not exceeding 50 Meters as
directed by Engineer-in-Charge and the rate quoted shall include for the removal.
9.2 GENERAL : surfaces to be plastered, shall be prepared and well watered as
specified in MES Schedule.
9.3. SAND : Sand for plastering work shall be fine sand of approved quality. Sand shall be naturally occurring
river sand conforming to specification as per Clause No. 14.5 of SSR Part-I.
9.4. CEMENT PLASTERING : Plastering shall be carried out all as specified and as directed by Engineer-in-
Charge.
10. FINISHES.
10.1 GENERAL.
Finishes shall be carried out as specified in section 15 of MES Schedule Part-I and as described in Schedule
‘A’ after preparation of surfaces as specified.
10.2. WHITE WASHING AND COLOUR WASHING :
White washing and colour washing shall be carried out all as specified in the clause Nos 15.11, 15.12,
15.12.1, 15.12.2, 15.12.2.1, 15.12.2.2, 15.12.2.3, 15.12.2.4, 15.12.2.5, 15.12.3, 15.12.4, 15.12.4.1, 15.12.5,
15.12.5.1, 15.12.5.2, 15.12.5.3, 15.12.6, 15.12.6.1, 15.12.6.2 of SSR Part-I (2009).
10.3 DISTEMPERING WITH DRY DISTEMPER.
Distemper, dry shall conform to IS-427. Colour and shade shall be as approved by GE. Workmanship for
distempering shall be all as specified in clause 15.13 of MES Schedule Part-I.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 107

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)
10.4 DISTEMPERING WITH OIL EMULSION DISTEMPER.
Distemper, oil emulsion shall conform to IS-428. Colour and shade shall be as approved by GE.
Workmanship shall be all as specified in clause 15.14 of MES Schedule Part-I.

10.5 CEMENT PAINTING.


Cement paint shall comply with IS-5410. Workmanship for cement painting shall be all as specified in
clause 15.15 of MES Schedule Part-I.

10.6. OIL BOUND DISTEMPER:


It shall be all as specified in Clause No 15.6 of SSR Part-I preparation & application refer para 15.14 of
MES schedule part-I.

10.7. WALL PUTTY


Wall putty shall be obtained ready mixed from the approved manufacturer as approved by GE.
Preparation and application shall be as per clause No 15.19.3 and 15.19.5 of SSR Part – I.

10.8. CEMENT BASE PAINT :

10.8.1 It shall be all as specified in clause No. 15.7 of SSR 2009 Part-I.

10.8.2. Cement base painting shall be carried out all as specified in the clause Nos 15.15.1 to 15.15.12 of
SSR Part-I (2009).

10.9 WALL CARE PUTTY


10.9.1 White cement based wall care putty shall be of approved make and shall be water resistant. It
shall be obtained ready mixed from the approved manufacturer as approved by GE. White
cement based putty shall be in the form of fine dry homogeneous powder free from odors of
putrefaction and when mixed with water shall have following properties :-
2
(a) Tensile adhesion strength at 28 days > 1.0 N / mm
2
(b) Compressive strength at 28 days > 9.0 N / mm
(c) Initial setting time > 100 minutes
(d) Final setting time > 500 minutes
(e) Water retaintivity > 98%
10.9.2. Workmanship for preparation, application of cement based putty and precautions during
application shall be as specified in clause 15.19.2. to 15.19.6.4. of MES Schedule Part – I.

10.10. COLOUR WASH.


Colour wash shall be carried out after preparation of surfaces as specified in MES
Schedule Part-I.

11. GLAZING:-
(a) SHEET GLASS:- Sheet glass shall be of ordinary quality and all as specified in para 16.2 of MES Schedule
Part-I.
(b) PUTTY:- Putty shall be all as specified in para 16.5 of MES Schedule Part-I.
(c) METHOD OF GLAZING:- Glazing with putty where to be done, shall be all as specified in MES Schedule Part-
I.
11.1. MIRROR
Mirror shall be made of selected quality sheet glass not less than 5.5 mm thick with edges rounded or
bevelled as indicated. It shall be free from all flaws, specks or bubbles. The glass shall be uniformly silver
plated on the back, free from silvering defects. The silvering shall have a uniform protective coating of red
lead paint.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 108

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)
12. PAINTING:-
(a) Paints required to be used shall be first quality in four ltrs container of approved make as specified in here-in- after and shall
also conform of the relevant IS’s mentioned in para 17.1 of MES Schedule Part-I.
(b) The contractor shall inform the GE within two weeks of the date of acceptance of tender the brands/names of
paints and the contractor shall place order in bulk for purchase of the paints only after getting the samples of paints
approved by the GE.
(c) Paints shall be purchased by the contractor direct from the manufacturers or from their authorized
dealers/agents/stockiest. Receipted bills/purchase vouchers for paints shall be produced by the contractor to the Engineer-
in-Charge and these receipted bills/purchase vouchers shall be kept on MES record duly verified and defaced by the
Engineer-in-Charge giving reference to contract number and year. The entire quantity of paints and other proprietary
branded materials, as and when brought at site of work shall be entered in the measurement book giving reference of the
manufacturer, dealer, agents, stockiest etc. as applicable with details of the receipted bills/purchase vouchers, for record
purpose only under the heading “NOT TO BE ABSTRACTED” and shall be signed by the Engineer-in-Charge and contractor.
(d) Paints for primer coat, under coat and finishing coat shall be from the same manufacturer.
(e) All painting as far as possible shall be carried out in dry weather and neatly cut at all edges. Other surfaces shall be
protected and cleaned off as required.

12.1. SYNTHETIC ENAMEL PAINT.


12.1.1 All painting as far as possible shall be carried out in dry weather and neatly cut in at edges. Other surfaces
shall be protected and cleaned off as necessary.
12.1.3 Primer for steel shall be zinc chrome primer. Primer and synthetic enamel paint shall be from the same
manufacturer.
12.2. PLASTIC EMULSION PAINT
12.2.1 The Plastic Emulsion Paint shall conform to IS-5411 (Part I) 1974 (interior) or IS-5411 (Part-II) 1972
(exterior). For preparation of Plastic Emulsion Paint refer Paras 17.16 to 17.16.7.4 of SSR Part-I and shall be of M/s Jonson &
Nicholson, M/s Berger Paints or M/s Asian Paints as approved.

12.2.2. Application of paint shall be all as per manufacturer instruction.

12.3. WEATHER COAT PAINT


12.3.1. The Weather Coat Paint shall conform to IS and shall be carried out as per Schedule ‘A’. For preparation
and application of Weather Paint shall be all as per manufacturer instruction .

13. SANITARY FITTING AND PLUMBING WORK


13.1 GENERAL
The work of supplying, fixing/laying and jointing of water closets, wash hand basins, all pipes and fittings
with accessories/traps shall be carried out as specified in clause 18.32 of MES Schedule part I (2009).
13.2 Stainless steel sink
Materials & workmanship for stainless steel sinks shall be as specified in clause 18.90 & 18.100 SSR Part-I
(2009).
13.3 Water closets, wash hand basins, etc, shall be vitreous china first/standard quality white glazed and shall
conform to relevant part of IS 2556 (Part-I)-1994 for Vitreous china sanitary appliances and shall be ISI
mark or of superior quality and finish. Tolerance in the size of fittings as given in IS shall be permissible
also refer relevant clause of Section 18 of MES Schedule Part-I (2009).
13.4 W.H.B
Vitreous china WHB works shall be carried out as specified in Para 18.32 & 18.89 MES Schedule Part-I
(2009).
13.5 PVC Low level flushing cistern
Materials & workmanship for PVC low level flushing cistern shall be as specified in clause 18.34 & 18.99
SSR Part-I (2009).
13.6 Squatting Pans
Materials & workmanship for squatting pans shall be as specified in clause 18.32 & 18.86 SSR Part-I
(2009).
13.7 Plumbing work shall be carried out as specified in section 18.13 to 18.23 of MES Schedule Part-I (2009)
and the Contractor shall be employ licensed plumber.
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 109

PARTICULAR SPECIFICATIONS (Contd….)


(SPECIFICATIONS FOR MATERIAL AND WORKMANSHIP)

13.8 PVC (SWR) Pipes and Fittings


Materials & workmanship for PVC (SWR) pipes and fittings shall be as specified in clause 18.67.7A SSR
Part-I (2009).
13.9. BIB TAP/STOP VALVE/ PILLAR TAP/GATE VALVE/BALL VALVE
It shall be as specified in clause no.18.14, 18.15, 18.16 and 18.19 of SSR Part-I (2009).

14. DEMOLITION/DISMANTLING AND TAKING WORKS


Proper care shall be taken by the contractor while demolition/dismantling and taken down works as
mentioned in respective item of Sch ‘A’. In case any damages, the contractor shall make the same good
without any extra cost to the Govt. with entire satisfaction of Engineer-in-Charge.

AGE(Contracts)
SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No. 110

PARTICULAR SPECIFICATIONS (Contd)

Appendix ‘A’
FREQUENCY OF TEST OF STEEL
Frequency of Normal mass, tensile, bend and re-bend test of steel shall be as under :
Nominal dia / size Quantity
(A) Steel reinforcement :
(a) Bar size less than 10 dia (One) 1 sample (three specimens for each test for every
25 MT or part thereof)
(b) Bar size 10mm to 16mm dia (One) 1 sample (three specimens for each test for every
35 MT or part thereof)
© Bar size over 16mm dia (One) 1 sample (three specimens for each test for every
45 MT or part thereof)
(B) Structural steel
(a) Tensile test including percentage elongation (One) 1 sample (three specimens for each test for every
25 MT or part thereof)
(b) Bend Test (One) 1 sample (three specimens for each test for every
10 MT or part thereof)
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 111
PARTICULAR SPECIFICATIONS (Contd)

Appendix ‘B’
STEEL SUPPLY & ACCEPTANCE REGISTER
1. CA No & No Name of Work :
2. Control No* :
3. Name of Manufacturer’s T.C No:
4. Manufacture :
5. Random test Detail:
(a) Physical test report from vide their letter
(Name of approval lab/ Engg Collage)
No._______________________________________________________________
(b) Chemical Test report from vide their letter
(Name of approval lab/ Engg Collage No.______________________________________________________

6. Types of Steel, Dia &Quantity :(a) type : TMT/CRS (b) Dia_________mm


(c) Actual Wt_______MT (d) Conversion Wt________MT
Chemical Test Mechanical Test
Corrosion Resistant element

Stress (N/mm2) 0.2% proff

Tensile Strength (N/mm2)


Phosphorous %

Wt prer meter
Manganese %

Elongation%

Rebend test
Sulphur %

Bend Test
Carbon %

Silicon %

Remarks
1 2 3 4 5 6 7 8 9 10 11 12
As per IS 1786
As per manufacture’s
test certificate
As per Independent test

Remarks with Signature


Accepted/ rejected Accepted/ rejected Accepted/ rejected Accepted/ rejected
Contractor Junior Engineer Engineer –in- Charge Garrison Engineer
Remarks of BOO/Inspecting Officer/ CWE * to be allotted serially by GE consignment wise
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No. 112

PARTICULAR SPECIFICATIONS (Contd)


Appendix ‘C’
CEMENT SUPPLY ACCEPTANCE/REJECTION FORM
1. Contract No & Name of work :
2. Control No. :
3. Name of manufacturer/ Brand Name/Gde of Cement :
(a) Manufacturer :
(b) Brand :
(c) Grade :
4. Qty of Cement & Lot No./ Week No. (in Bags)
(a) Qty :
(b) Lot No./ Week No. :
5. Manufacturer’s test Certificate Nos. :
6. Random test details
(a) Physical test report from____________________________________vide their letter
(Name of approved Lab/ Engg College)

No. ______________________________________________________________________
(b) Details of Physical & Chemical properties:
Physical Requirements(As per IS 4031) Chemical Requirements(As per IS 4032)
Soundness By Le’chatillers Methods Expansion

Compressive
Strength
Soundness By Auto Clave Expansion (%)

Temperature during Testing C

Lime Saturation Factor (Ratio)


o
Initial Setting Time (Minuts)

Final Setting Time (Minuts)

Alumina Iron Ratio (Ratio)


Standard Consistency (%)
Specific Surface (M /Kg)

Total Loss on Ignition (%)


Sulphuric Anhydride (%)
Insoluble Residue (%)
2

03 Days (MPA)

07 Days (MPA)

28 Days (MPA)

Magnesia (%)

Chlorides (%)
Alkalies (%)
(%)

As per relevant IS
As per Manufacturers
test certificate

As per random test


certificate
Remarks with signature

Accepted / Rejected Accepted/Rejected Accepted / Rejected

Contractor Junior Engineer


Engineer-in-Charge Garrison Engineer

Remarks of B.O.O. /Inspecting Officer/CWE


CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 113

PARTICULAR SPECIFICATIONS (Contd….)


(Source of materials) Appendix ‘D’

All fittings and materials required for in corporation in the work shall be one of the following makes/brand
and shall strictly comply with current appropriate ISS and shall be ISI marked.
Ser Materials Sources
No
1 2 3
1. Bricks Local kiln burnt bricks
2. Coarse stone aggregate for all plain/ Delhi/Bayana
reinforcement concrete except for foundations/
beds, base of floor
3. Coarse stone aggregate for foundations/ beds, Fathepur Sikri/Delhi
bases of floors
4. Sand for all plain or reinforced concrete Badarpur/Dholpur
5. Sand for mortar for brick work, plastering and Chambal sand
pointing
6. PTMT Fittings Prayag, Polytuff’,Shakti
7. GI pipe (a) Tata (b) Jindal
8. Corrugated, Semi Corrugated and Plain AC (a) RAMCO (b) UPAL (c) Everest (d) Visaka (d)
sheet Charminar
9. Gypboard/ E board /Non asbestos false ceiling (a) Indian Gypsum (b) Everest Industries (c) ARMSTRONG

10. Mosaic /PCC Plain/ Chequered tiles/Inter Locking (a). M/S Mehtab tiles, Indore
paver blocks (b). Star tiles & Industries, RamaDevi Kanpur
(c ). Nitco Mumbai
(d). Mayur Tiles & Interlocking Pavers, Lucknow

11. Vitrified tiles (a) Johnson (b) Bell Granito (c) Oracle Granito (Marbito) (d) Asian
Granito (e) Kajaria (e) Somany
12. Ceramic tiles /Non skid Ceramic tiles (a) Kajaria (b) Spartek (c) Johnson (d) Regency (e) Nitco (e) Orient
(g) Somany
13. Aluminium and iron mongrey (a) M/s Elite Enterprises, Mumbai (b) M/s Ajanta Steel (P) Ltd (c)
Mepro (d) Classic, New Delhi (e) Crown by Mohan Metal Ind
Shahadra

14. Plywood for general purposes ( ISI 303 Marked) (a) Novapan (b) Kitply (c) Bhutan Board (d) Nepal Board (e) Green
Ply (f) Century Plywood
15. Plain particle Board/Particle Board Ceiling, Tiles (a) Novapan (b) Kitply (c) Bhutan Board (d) Nepal Board (e) Green
Prelaminated particle Board Ply (f) Century Plywood (g) Shivam for products, Mathura

16. Plain/Pin headed/Frosted Sheet Glass (a) Saint Gobin (b) Modi Guard (c) Asahi (d) Hindustan Pilkingyon
Glass Works
17. Rigid PVC Panelled Door (a) Rajshree Plastiwood (b) Sintex (c) Polyline from Polyline
extrusion Pvt. Ld Kolkata (d) Duroplast Extrusion Pvt Ltd.
18. Aluminium Section for door/window (a) Hindalco (b) Ajit India (c) Jindal (d) Indal (e) NALCO
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 114

PARTICULAR SPECIFICATIONS (Contd….)

19. White cement & wall care putty (a) JK White (b) Birla White
20. Synthetic enamel paint (a) ICI paint (Dulux Gloss) (b) Asian paint (Apcolite) (c) Shalimar
paints (Superiac HI Gloss) (d) Goodless Nerolac Paints Ltd (Nerolac)
(e) Jonson & Nicholson Paint Ltd (Brolac) (f) Berger Paint (Luxoi HI
Gloss) (g) Nerolac (Nerolac Full Gloss)

21. Acrylic washable distemper/Oil emulsion (a) Goodless Nerolac paints (b) Shalimar Paint
distemper (c) Johnson & Nicholson (d) Asian Paints
(e) Berger
22. Cement based Paints (a) Super Snowcem (b) Duracem
(c) Cemplus by TATA pigments
(d) Gutucem by Asian Paints
(e) Accrocem

23. External Weather Proof paint (a) Berger paints – Wheather Coat smooth
(b) Asain Paints _ APEX
(c) Shalimar Paint - XTRA
(d) Nerolac Paint- AXCEL

24. Sanitary ware (a) Neycer Kermag (Standard)


(b) Hindustan Sanitary Ware (Hindware) (Ist quality)
(c) Parryware (Super fine)
(d) Cera (Ist quality) (e) Johnson Pedder
25. Seat Cover for EWC (a) Commander -Champion
(b) Parry ware
(c) Hindware
(d) CERA

26. PVC Flushing Cistern ( IS-774-1984) (a) Commander -Champion


(b) Parry ware -Slimline
(c) Hindware
(d) CERA

27. PVC Pipe SWR Pipes (IS-13592 for pipes & IS - (a) Finolex (b) Supreme (c) Kisan (d) Prince
14735 for fitting
28. CP Bib Taps, stop valves and pillar taps, surgical (a) Jaquar (b) Marc (c) Plumber (d) GEM (e) ARK
basin Mixer, Shower rose etc (f) L & K
29. Taps & stop cocks (Brass) (a) M/s Prakash & Co Mayapur Delhi (b) M/s Kritika industries (c) L &
K (d) Pride (e) Zolotov
30. HDPE (Polyethylene water storage tanks ( (a) Sintex (b) Tuff (c) JS Polyplast
Rotational Moulded)
31. Stop Valves/Gate Valves/Float Valve (a) Leader, Bombay Metal & Aloy Co (b) Zolotov (c) NMC (d)
Vardhman (e) BIR Jalandhar
32. Integral WPC (powder) (a) Water Seal from Acropaints (b) Impermo from Snowcem (c)
Accorproof from ACC (d) Pidilite (e) FOSROC
CA NO. GE(E)/AGR/ OF 2021-22 Serial Page No 115

PARTICULAR SPECIFICATIONS (Contd….)

33. Steel windows Ventilator (as per IS- 1038 of 1983) (a) M/s Ishwar Industries, 175/A, Bombay Bazar, Meerut Cantt (b)
& Pressed steel door/window frames, steel lockers M/s Aswini & Sons, E-15, patel nagar –II Ghaziabad (c) M/s Sen
st
& cupboard frame/shutters Harvic Vora Building, 1 Floor, 50 Nakhoda Street Bombay (d) M/s
Agra Timber & Steel Products Agra (e) M/s AGEW Steel
Manufactures (Pvt) Ahmedabad (f) M/s Multiwyn Industries Corp
Calcutta (g) M/s GS Udyag, G-11, Site III Fanki, UP SIDC Industrial
Area , Kanpur, (h) Chandni industries, Ghaziabad (j) Poonam
Enterprises, E-10, Industrial Estate, Talkatora, Lucknow

34. Flush Doors ISI Marked (a) M/s Kitply Industries Ltd, Kanpur (b) M/s Century Plywood (c)
M/s Mysore Chip Board- Archid (d) Northern Doors Pvt Ltd, Kanpur
(e) M/s Shiv Hari Plywood (Corbett)

35. Color Coated Roof sheets (Galvalume (a) M/s Ispat Industries Ltd
steel sheet) (b) Tata Blue Scope Steel Ltd
(c) Prestart infrastructure Projects Ltd
(d) M/s Lloyd
(e) M/s Crill colour Roof India Ltd

36. SGSW Pipe (a) Gupta refactories, Gwalior (b) Devraj Anand Ghaziabad
(c) Perfect Jabalpur

37. Galvanised Corrugated, Semi Corrugated and Plain TATA, SAIL, BHUSAN
AC sheet
38 Polymeric membrane for Water Proofing (a) M/s STP limited (b) M/s IWL India Ltd C &D Lakshmi Bhwan 69,
treatment to roof. Anna Salaim Chennai - 600006 (c) M/s Hydro Tech Ltd (d)
Hyderabad Bengal Acquaflex Bengal Bitumen Saria Vihar New Delhi
(e) Shivam Tar Products , Mathura (f) Pidilite Industries
39 CI (Centrifugally Cast) Pipes as per IS: 3989 (a) Jayaswal Neco
for sewage disposal & Rainwater pipes (b) Carporate Ispat alloys Ltd Durgapur
(c) Kapilansh Dhatu Udyog (P) Ltd, Nagpur
(d) Ashutosh iron factory, Nagpur

40 Looking Mirror (a) Saint Gobin (b) Modi Guard (c) Asahi (d) Atul

41 Factory made shutters Panelled/Skelton (A) M/S Goyal Industries Pvt, New Delhi (B) M/S Joinery
shutters ( Fly proof /Glazed) Manufacturing Co. (C) Northern Doors Pvt Ltd, Kanpur (D)
M/S Supreme Doors, Kanpur (e) M/s Choiti Industries, Kanpur
(f) M/s Agra Timber & Steel Products Agra (g) M/s Oriental
Door Mandhana Kanpur (h) M/s Satish Kumar & Co. Khajuri
42 Stainless Steel sink Cum Draining (a) Nirali (b) Amco (c) Blue Star
Board/Sink/plate rack (d) Cobra (f) Diamond

43 Barbed wire (a) M/s Swastika Polysteel Pvt Ltd (b) M/s Amar Promoters Pvt Ltd

AGE (Contracts)
Signature of Contractor For Accepting Officer
Dated :

You might also like