CQQ

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 15

CA NO. CWE/AF AMB/SAR-21/2023-24 SERIAL PAGE No.

01

MILITARY ENGINEER SERVICES


COMMANDER WORK ENGINEER (AF) AMBALA, AMBALA CANTT

CA NO.: CWE/AF AMB/SAR-21/2023-24 OUTSOURCING OF MAINTENANCE SERVICES FOR


TRANING SCHOOL AT AFS SARSAWA UNDER GE (AF) SARSAWA

INDEX SHEET

Srl Particulars Page No.


No From To
1. Index Sheet 01

2. Notice Inviting tender alongwith Annexures 02 to 05

3. Scope of work, Educational qualification and Performance 06 to 08


Security Deposit

4. Terms and Conditions 09 to 14

5. * General Conditions of Contracts IAFW-2249 (1989 Print) 15 to 64


including errata & amendments thereof.

6. * Schedule of Minimum Fair Wages 65 to 74

7. Errata/Amendments to the tender documents.

8. Acceptance letter

9. GeM generated Sanction order.

10. GeM generated Contract Agreement

Total No. of Pages

* These documents have not been attached with tender documents and can be seen in any MES office
on any working day.

SIGNATURE OF CONTRACTOR ACWE(Contracts)


DATED : FOR ACCEPTING OFFICER
CA NO. CWE/AF AMB/SAR-21/2023-24 SERIAL PAGE No. 02

1. Notice Inviting Tender (NIT) to Government- e- Market (GeM) Tenders:

1. Name of work OUTSOURCING OF MAINTENANCE SERVICES FOR TRANING SCHOOL AT


AFS SARSAWA UNDER GE (AF) SARSAWA
2. Estimated Cost Rs 35.20 Lakh (Rupees thirty five lakhs twenty thousand only) approx
(At Par Market )
3. Period of completion 11 Months
4. Cost of tender Not applicable for GeM portal
documents
5. Website/portal address www.gem.gov.in
6. Type of Contract Not applicable
7. Timeline details:
(a) Tender publishing, Document download / Sale &
Clarification start date
(b) Clarification end date
(c) Bid submission start date (Cover 1 & 2) As per GeM portal
(d) Document download / Sale & Bid submission end
date (Cover 1 & 2)
(e) Bid opening date (Cover No 1) As per GeM portal or on subsequent days
(f) Bid opening date (Cover No 2) Will be intimated online after completion of
evaluation of Tech bid/application (Cover 1)
8. Eligibility Criteria
(a) FOR MES ENLISTED CONTRACTORS: Bidder shall be enlisted with MES in Class ‘D’ and above
having Category d(v) subject to the remarks with reference to performance in respect of works in
hand as reflected in Work Load Return (WLR) or any other report circulated by competent engineer
authority. In case firm is not enlisted in category d(v) shall not be considered for opening of the bid
and shall be rejected. The firm shall bear remark “Yes” in WLR.

(b) FOR CONTRACTORS NOT ENLISTED IN MES:


(i)Contractor not enlisted with MES should meet the criteria of successfully completed similar works
of requisite value in last three years with Central/State Government / Central / State PSUs / AWHO /
AFNHB / CGEWHO / DGMAP or any other Govt department. The firm shall have minimum three year
experience in the field of carrying out Outsourcing contracts.
(ii)The firms registered with MSME shall be given relaxation in Turnover only and shall be considered
eligible having minimum three year experience. MSME registered bidder, having “NATIONAL
INDUSTRY CLASSIFICATION CODE 78 (Employment activities) shall only be considered in
Technical bid.
(iii) The firms not having experience in “Outsourcing contracts” shall be rejected.

(c) APPLICABLE FOR BOTH ENLISTED AND NOT ENLISTED CONTRACTOR: The work is
situated in high security zone area and the contractor and his worker shall only be allowed to
enter into the premises after proper security clearance by unit concern. Inspite of being
eligible in Technical bid the security requirement documents shall be uploaded by contractor
alongwith his bid. The Technical bid shall be rejected in case not uploading requisite Security
clearance documents. After obtaining Security clearance from unit concern the firm shall be
declared eligible for opening of Financial bid. The matter being of national security therefore
no representation on this account shall be entertained. The necessary documents required for
Security clearance from client unit are as per Annexure ‘A’ & ‘B’ enclosed with tender
documents. The above Annexure ‘A’ & ‘B’ shall be submitted duly filled and supported by
concern documents at the time of quoting bids. In case of non submission of requisite
documents/Annexure ‘A’ & ‘B’, the bid shall be rejected on account of Security clearance. The
Annexure ‘A’ & ‘B’ is not a absolute list of Security documents, more documents may be asked
by unit concerned which shall be produced by the bidders at his own cost. Please note that
this is a mandatory terms and conditions for fulfilling criteria for becoming eligible for opening
of Financial bid.
(d) Technical PQC criteria: Not applicable

9. Tender issuing and CWE (AF) AMBALA


Accepting Officer HQ CWE (AF) AMBALA, Ambala Cantt, 133001
Contact: 01712600220, Email: ambaf3-mes@nic.in

10. Executive Office GE (AF) Sarsawa, Pincode- 247232, Email: srvaaf4-mes@nic.in


Contd/-
CA NO. CWE/AF AMB/SAR-21/2023-24 SERIAL PAGE No. 03

Notes:-

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

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


(b) Enlistment letter issued by the Registering Authority duly renewed for the cycle period in
vogue.
(c) GST , EPF, & ESIC Registration letter with Number.
(d) Annexure „A‟ for Security clearance.

2. Contractors not enlisted with MES will be required to upload following documents in Cover-I for
checking eligibility:-

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


(b) Annexure „A‟ for Security clearance.
(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) MSME registration certificate in case of MSME registered bidder.
(e) Details of works being executed in MES or any Govt department.
(f) GST , EPF, & ESIC Registration letter with Number.

3.Revoking the offer or revising the rates upward or offering volluntary reduction by the lowest tenderer after
opening of Cover-2 shall be considered as a willful default. For this default a penalty of an amount equal
to Earnest Money shall be levied. In case of an unenlisted tenderer, Earnest Money deposited by him shall be
forefeited. 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.

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

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

8323/SAR-21/ 02 /E8
ACWE (Contracts)
Commander Works Engineer (AF) For Accepting Officer
Ambala Cantt

Dated : 31 Jul 2023


CA NO.: CWE/AF AMB/SAR-21/2023-24 Serial Page No 04

Annexure ‘A’ to NIT

APPLICATION FOR ISSUE SECURITY CLEARANCE IN R/O


FIRM/PROPREITOR/PARTNERS/DIRECTORS

1. Name of firm: … … … … … … … … … … … … … … … … … …

2. Particulars of Proprietor/Partners/Directors:

(a) Name …………………………………………..……


(b) Son of/Daughter of … … … … … … … … … … … … … . .

(c) D o B … … … … … … … … … … … … … … … … … … . . … . .

(d) Identification m a r k s … … … … … … … … … … … … … … …

(e) Present A d d r e s s … … … … … … … … … … … … … … … … . .

(f) Permanent A d d r e s s … … … … … … … … … … … … … … . .

(g) Aadhar N o … … … … … … … … … … … … … … … … . … . .

(h) Signature and thumb impression of a p p l i c a n t : … … … … … … … … … … … … .

(i) Contact / Mobile N o … … … … … … … … … … … … … … … … . .

3. Purpose :… … … … … … … … … … … … …

4. Place for which clearance is applied for :…………………………

5. Vehicle No. if any :……………………………………………….

6. Period from: to

7. Passport size photographs 02 nos

Note. : Duly filled original application for issue of Security clearance certificate along with passport size
photographs (02 Nos.) duly self-attested, self-certified copy of Aadhar, Police Verification Report and
Character certificate issued by competent authority should be uploaded in GeM portal. The each Partner/
Director of firm shall filled this application separately.

Recommendation of Garrison Engineer


CA NO.: CWE/AF AMB/SAR-21/2023-24 Serial Page No 05

Annexure ‘B’ to NIT

APPLICATION FOR ISSUE SECURITY CLEARANCE IN R/O WORKMEN


1. Name …………………………………………..……

2. Son of/Daughter of … … … … … … … … … … … … … . .

3. D o B … … … … … … … … … … … … … … … … … … … . .

4. Identification m a r k s … … … … … … … … … … … … … … …

5. Present A d d r e s s … … … … … … … … … … … … … … … … . .

6. Permanent A d d r e s s … … … … … … … … … … … … … … . .

7. Aadhar N o … … … … … … … … … … … … … … … … . … . .

8. Signature and thumb impression of a p p l i c a n t : … … … … … … … … … … … … .

9. Purpose : … … … … … … … … … … … … …

10. Place for which clearance is applied for : … … … … … … … … … …

11. Vehicle No. if any :……………………………………………….

12. Period from: to

13. Passport size photographs 02 nos


14.Name of Firm under whom e m p l o y e d … … … … … … … … … … … … … … … … …

15. Contact / Mobile No. … … … … … … … … … … … … … … … … … … … …

Note. : Duly filled original application for issue of Security clearance certificate along with passport size
photographs (02 Nos.) duly self-attested, self-certified copy of Aadhar, Police Verification Report and
Character certificate issued by competent authority should be uploaded in GeM portal. The each workman
shall filled this application separately.

Recommendation of Garrison Engineer


CA NO.: CWE/AF AMB/SAR-21/2023-24 Serial Page No 06

2. Scope of Work: Outsourcing of maintenance Services for Para Training School Old and
New camp at AFS Sarsawa under GE (AF) Sarsawa. The details of workmen and estimated
quantity are as under:-

Srl Description of item Unit Estimated


Item Quantity for
No. entire period
of Contract
1. Outsourcing of manual services of 01 No. Carpenter under O/o Man 280.00
AGE(B&R) of GE(AF) Sarsawa for attending B&R complaints received Day
from users every day (excluding Sunday & holiday) in one shift i.e. 0830
hrs to 1730 hrs (including lunch break) complete all as specified &
directed.

2. Outsourcing of manual services of 01 No. Mason under O/o AGE(B&R) Man 280.00
of GE(AF) Sarsawa for attending B&R complaints received from users Day
every day (excluding Sunday & holiday) in one shift i.e. 0830 hrs to 1730
hrs (including lunch break) complete all as specified & directed.

3. Outsourcing of manual services of 01 No. Plumber under O/o Man 280.00


AGE(B&R) of GE(AF) Sarsawa for attending B&R complaints received Day
from users every day (excluding Sunday & holiday) in one shift i.e. 0830
hrs to 1730 hrs (including lunch break) complete all as specified &
directed.

4. Outsourcing of manual services of 06 Nos. Helper (Mazdoor) for B&R Man 1680.00
and E&M works for assisting the electrician/mason/carpenter/plumber Day
etc. every day (excluding Sunday & holiday) in one shift i.e. 0830 hrs to
1730 hrs (including lunch break) complete all as specified & directed.

Note: 04 Nos. Helper for O/o AGE(B&R) of GE(AF) Sarsawa and 02


Nos. Helper for O/o AGE (E&M) of GE(AF) Sarsawa
5. Outsourcing of manual services of 03 Nos. Sweeper (Safaiwala/Mali) Man 840.00
under O/o AGE (B&R) of GE (AF) Sarsawa for cleanness of all office Day
complex, cutting, trimming of grass/lawn, plantation, watering etc. for the
GE office, AGE (B&R) /AGE (E&M) sub divisions & BSO office/store
yard and attending complaint regarding blockage of sewer line, WC,
traps & pipelines and all other work related to sewerage system every
day (excluding Sunday & holiday) in one shift i.e. 0830 hrs to 1730 hrs
(Including lunch break) complete all as specified & directed.

Note: (i) Chemical/soap/broom etc. for cleaning of office premises will be


provided by the department.
(ii) T&P required for cleaning blockage of sewerage will be provided by
contractor without any extra cost.

6. Outsourcing of manual services of 02 Nos. Electrician under O/o Man 560.00


AGE(E&M) of GE(AF) Sarsawa for attending electrical/mechanical Day
complaints received from users every day (excluding Sunday & holiday)
in one shift i.e. 0830 hrs to 1730 hrs (including lunch break) complete all
as specified & directed.

7. Outsourcing of manual services of 01 No. Refrigeration Mechanic Man 280.00


under O/o AGE(E&M) of GE(AF) Sarsawa for attending Refrigeration & Day
Air conditioning complaints received from users every day (excluding
Sunday & holiday) in one shift i.e. 0830 hrs to 1730 hrs (including lunch
break) complete all as specified & directed.

1.1 The contractor has to ensure that no worker will work more than 8 Hrs in a day and get one day rest
in a week. The contractor has to arrange reliever also for each workmen to give weekly rest to workers. The
pay and allowances of the relievers shall be deemed to be included in quoted rates.

Contd…/-
CA NO.: CWE/AF AMB/SAR-21/2023-24 Serial Page No 07

3. Educational qualification & Experience of Workmen:

1.Sweeper(Safaiwala/Mali): The trade personnel employed by the contractor in respect of conservancy


(Sweeper) services should be minimum 10th pass and must be well versed and skilled in his trade with minimum
three year experience.

2.Mason, Carpenter, Electrician, Plumber, Refrigeration mechanic: These should be ITI pass in their
relevant trade and should possess minimum three year experience in relevant field. Please note that the
Diploma/Degree in Engineering/Technology shall not be accepted.

3.Helper(Mazdoor): The trade personnel employed by the contractor should be minimum 10th pass and must be
well versed and skilled in his trade with minimum three year experience.

4.In case, the person(s) deployed by the contractor, whose requisite documents are not being submitted for a
considerable period / time span and who are not found qualified and experienced as per the contract
provisions, the services of those persons shall be terminated forthwith without any prior notice.

5.The minimum age of the employed person(s) shall be 21 years. Employment of child labour will lead to the
cancellation of the contract at contractor‟s default.

6.Before commencement of the work the contractor shall produce such evidence of qualification / experience of
workmen to the GE for approval in original and two photocopies. After verification, original will be returned to
the contractor and one photocopy will be kept in record in the office of Engineer-in-Charge and second
photocopy will be submitted to E-8 section of GE office for records.

4.PERFORM AN CE SECURITY DEPOSIT Within 07 days of acceptance letter, the successful Service
Provider shall deliver to the accepting officer a performance security deposit for an amount equivalent to 5% of
the contract sum.

1.The Performance Security shall be in favour of Accepting Officer and shall be in any of the form mentioned
below:-

( a) Ba n k Guarantee B o n d in the prescribed form from an y Nationalized


or Scheduled Bank.

(i)If the performance security is provided by the successful Service Provider in the form of a Bank Guarantee, it
shall be issued by Nationalized / scheduled Indian Bank but its confirmation shall be done only from the Head
Office of the Bank.

(ii)The period of validity of the Bank Guarantee Bond against Performance Security shall be initially valid upto
one years beyond scheduled date of completion of work. In case final bill is not paid during this period, the
Service Provider shall get the validity of Performance Guarantee extended to cover such enlarged time required
for payment of final bill.

(iii) If a n y r e c o v e r y is o u t s t a n d i n g a g a i n s t t h e S e r v i c e P r o v i d e r , r e l e a s e o f B a n k
G u a r a n t e e shall b e subject to c o m p lia n c e of p r o c e d u r e for affecting the r ecover y/
w i t h h o l d i n g t h e d u e s a s p e r e x t a n t r u le s o f t h e d e p a r t m e n t .

(b) G o v e r n m e n t securities, F D R or a n y ot her G o v e r n m e n t I nst r um ent s


s t i p u l a t e d b y t h e Ac ce pt i ng Officer: In case a fixed deposit receipt of any scheduled bank is
furnished by the Service Provider to the Government as Performance Guarantee and the Bank is unable to
make payment against the said fixed deposit receipt, the loss caused thereby shall fall on the Service
Provider and Service Provider shall forthwith on demand furnish additional security to the Government to
make good the deficit.

2.Work Order No. 01 shall be placed only after submission of Performance Security Deposit of adequate value
by the Service Provider.

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

Contd…./-
CA NO.: CWE/AF AMB/SAR-21/2023-24 Serial Page No 08

4.4 All compensation or other sums of money payable by the Service Provider to the government under the
terms of this contract or under any other contract with Government may be deducted from, or paid by the
sale of a sufficient part of the performance Security of form the interest arising there from or from any sums
which may be due to become due to the Service Provider by the event of his performance security being
reduced by reason of any such deduction, or sale as aforesaid, the Service Provider shall within ten days
thereafter make good in cash or securities, endorsed as aforesaid any sum or sum which may have been
deducted from or realized by the sale of his Performance Security or any part therefore.

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

5.In the event of contract being cancelled on account of Service Provider‟s default the Performance Security
shall be forfeited in full and shall be credited into Consolidated Fund of India

6 . R e f u n d o f p e r f o r m a n c e s e c u r i t y : The performance Security Deposited shall be refunded to


the Service Provider after the expiration of three months from date of completion by the Accepting Officer
provided always the Service Provider shall first have been paid the final bill and have rendered a No-
Demand Certificate (IAFA-451). Immediately after expiry of Defect Liability Period, GE concerned shall
check and ascertain the position of final bill. The defect liability period for this work shall be three months
after completion of work.
(a)In case final bill has been paid, Service Provider shall be asked to submit the NO Demand Certificate
(IAFW-451), if not already submitted by him. After submission of No Demand Certificate (IAFW-451), AGE
shall intimate to the Accepting Officer within a week who shall release the bond duly discharged to the
Service Provider. Accepting Officer shall ensure that no delay occurs in releasing the Bank Guarantee
Bond.

(b)In case final bill has not been paid, the status thereof shall be ascertained by Accepting Officer and effort
shall be made to get it cleared within one month of expiry of Defect Liability Period. After clearance and
payment of final bill, Service Provider shall be asked to submit the No Demand Certificate (IAFA-451), if not
already submitted by him. After submission of No Demand Certificate (IAFW-451) and on receipt of the
same, Accepting Officer shall release the Bond duly discharged to the Service Provider without any delay.

SIGNATURE OF CONTRACTOR ACWE(Contracts)


DATED : FOR ACCEPTING OFFICER
CA NO.: CWE/AF AMB/SAR-21/2023-24 Serial Page No 09

5. TERMS & CONDITIONS:

(a)The CWE (AF) Ambala shall be the Accepting Officer here-in-after referred to as such for the purpose of
this contract. 'Engineer-in-charge' wherever appearing in this document here-in-after shall refer to the
Engineer appointed by Garrison Engineer to supervise execution of this work.
(b)This document shall be read in conjunction with the inbuilt Service Level Agreement for Manpower
Outsourcing Services based on Minimum Wages on Government e-Marketplace (hereinafter referred
to as GeM). In case any provision made in this document is at variance with provisions of ibid in-built
Service Level Agreement, the former shall take precedence.

(c)The services are to be provided at Sarsawa under GE(AF Sarsawa. The period of completion for the
entire work under this contract shall be 11 (Eleven) Months from the date of commencement of work as per
work order No 1 to be placed by GE (AF) Sarsawa.

(d)Bidders are required to get fully acquainted with the scope of work as catered for in the above mentioned
“Scope of work”. In the event of any doubt the bidder shall use the 7 day Technical Clarification period
provided in GeM portal for clarification of any doubt or anomaly noticed in the tender document. No claim or
submission what-so-ever shall be entertained at a later date for any misunderstanding or ambiguous
provision in service agreement.

(e)The Service Provider will ensure that proper safety/security measures are taken by his staff and he shall
be entirely responsible for any accident occurring to any of the person deployed. The department will not be
responsible in any way for any compensation on this account. Any compensation granted/ liable to be paid
to any person for injury/ death due to any accident shall be the responsibility of Service Provider.

(f) 'One shift' shall mean 8 working hours for the purpose of this contract.

(g) Consequent upon the provision of section 51 of the Goods and Service Tax Act coming into force
w.e.f. 01 Oct 2018 circulated vide E-in-C's Branch letter No. 66546/Manual/GST/ 168/E8 dt 26 Sep 2018,
2% GST shall be deducted at source as notified/specified in the Government Of India, Ministry Of Finance
,Department of Revenue letter No F. No. S. 31011/11/2018-ST-I-DoR dt. 14 Sep 2018.

(h) Service Provider shall take all precautionary measures to avoid any Inconvenience to the users. The
site of work shall be left clean and tidy after day's Work.

(i)Any damage caused to any existing equipments/buildings etc., due to bad workmanship/Negligence of his
workers shall be rectified/ replaced by the Service Provider at his own expenses to match with the existing
surfaces. Decision of GE in this regard shall be final and binding.

NOTES (The financial implications of these notes deemed to be included in quoted rates):-

(i)The contractor shall be responsible any damage happened by negligence of staff employed by
contractor.

(ii)The Staff employed by contractor will keep necessary tool & plants as per requirement of his
trade for day to day normal maintenance.

(iii) Contractor shall provide Gloves, tools, First Aid Box and sanitizer etc to workmen.

(iv)Dress code for staff employed by contractor shall be maintained as directed by Engineer-in-
Charge. The contractor has to arrange two dresses and name plates for each person at his own
cost.

(v)Contractor shall provide brooms, cleaning cloth duster bucket, mug, Phenol, Hand wash and
Harpic for cleaning of the buildings/toilets.

(vi)Purchase Vouchers of above mentioned items shall also be submitted to Engineer-in-charge


within 7 days after commencement of work.

(vii)Contractor shall be responsible for police verification of the Staff employed and to make duty pass
from Engineer-in-Charge/concerned Air force authorities.

Contd…./-
CA NO.: CWE/AF AMB/SAR-21/2023-24 Serial Page No 10

(viii)A penalty of Rs 1500/- per day for skilled and Rs 1000/ for helper or sweeper will be applicable
in case of absent of the staff employed by contractor. In addition to penalty the payment of absent
day shall also be not allowed.

(ix)Contractor shall provide Duty Roster, Attendance Register as directed by Engineer-in-Charge and
shall be maintained for day to day working.

(x)Payment to the employed staff by the contractor shall not be less than minimum fair wages notified
by the central/state Govt whichever is higher. Contractor shall also produce the proof of Insurance
cover including ESIC for the staff employed by him.

(xi)As per instruction issued by the Ministry of labour and welfare payment to the staff employed by
the contractor shall be made in their Bank Accounts, Staff Bank Account statement / Adhaar Card
(Residential proof). Records maintained shall also be produced to the Engr-in-Charge/ GE for their
verification.

(xii)Staff employed by the contractor shall have valid security passes issued from station HQ
authorities from security point of view and no unauthorized person shall be allow to enter in the
premises.

(xiii)The contractor shall abide by all labour law for the time being in force. The wages increased twice
in year at 1st April & 1st October shall be paid to workers without any extra cost to department.

(xiv)The contractor has to ensure that the installation premises and the surrounding area to be keep
neat and presentable condition during the currency of the contract period, by sweeping, cleaning the
area. Grass cutting to the surrounding area up to 6m from the bldg plinth to be carried out regularly
so as no vegetation shall exists.

(xv)Liquor drinking/smoking is strictly prohibited. In case any worker found in drunken condition the
penalty of Rs 10,000/- shall be imposed on contractor and action against the worker shall be taken
by GE.

5.1 CONDITION FOR WORKING IN RESTRICTED AREA:- The work covered in the tender lies in
restricted area:-

(a)Visit to site within the Restricted Area: Permission to enter the restricted area at the time of submission
of tenders for inspection of site(s) by the tenderer (s) can be obtained through the Garrison Engineer.
Tenderers are advised to send prior intimation of their agents, representatives etc well in advance to the
appointed dates and time of their proposed visit so that necessary arrangements may be made by GE to
secure admission. Whether tenderer visit the site or not, he shall be deemed to have full knowledge of the
restrictions of entering into/exit from and within the Restricted area and other cognate conditions which may
effect the entire work.

(b)ENTRY AND EXIT: The contractor, his agent(s), representatives, workmen etc and his materials, carts,
trucks or other means of transports etc, will be allowed to enter through and leave from only such gate or
gates and at such times as the GE or authorities incharge of the restricted Area may at their sole discretion
permit to be used. The contractor‟s authorized representative is required to be present at the place of entry
and exit for the purpose of identifying his carts, truck etc to the person incharge of the security of Restricted
Areas.

(c)IDENTITY CARDS OR PASSES: The contractors, his agents and representatives are required individually
to be in possession of an identity card or pass duly verified by the police department. Police verification shall
be got done by the contractor at his own cost all as directed by the Engineer-in-Charge/GE. The identity card
or pass will be examined by the security staff at the time of entry into or exit from the restricted area and also
at any time or number of times inside the Restricted Area.

(d)IDENTITY OF WORKMEN: Every Workman shall be in possession of an identity card. The identity
card shall be issued after thorough investigation of the antecedents of the labourers by the contractors and
attested by the Officer-in-Charge of the unit concerned in accordance with the standing rules and
regulations of the units. Contractor shall be responsible for the conduct and action of his workmen, agents
and representatives.

(e)SEARCH: Thorough search of all persons and transport shall be carried out at each gate and for as
many times as a gate is used for entry or exit and may also be carried out at any time or any number of times
at the work site.

Contd…./-
CA NO.: CWE/AF AMB/SAR-21/2023-24 Serial Page No 11

(f)WORKING HOURS. The units controlling Area, usually work during six days in a week and remain closed
on the 7th day. The working hours available to the contractor‟s labour and staff are however, appreciably
reduced because of the time consumed in security checks observed at the time of entry, exit and during
working hours. The exact working hours, days and non working days observed for the restricted area(s),
where works are to be carried out shall be deemed to have been ascertained by the contractor before
submitting his tender. The tenderer‟s attention is invited to the fact that the total numbers of working hours
for a unit are prescribed in regulations and they cannot be increased by the Garrison Engineer or authorities
controlling the restricted area. The definition of “ working days” as given under condition 1 (t) of IAFW-2249
does not apply in case where the works are carried out in restricted area.

(g)WORKING 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 authorized 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.

(h)FIRE PRECAUTIONS: The contractor, his agents, representatives, workmen etc, shall strictly observe
the orders pertaining to fire precautions prevailing within the restricted area. Motor transport vehicles, if any,
allowed by authorities to enter the area must be fitted with serviceable fire extinguishers.
(j) FEMALE SEARCHER: If the contractor desires to employ female labourers on work to be carried
out inside the area and a female searcher is not borne on the authorized strength at the time of
submission of tender, he shall be deemed to have allowed in his tender for pay and allowances etc, for
a female searcher (Class IV servant/ GP „D‟ servant) calculated for the period female labour is
employed by him inside that area. If more than one contractor has/have to be employed in addition to
the authorized strength, the salary and allowances paid on an equitable basis between the contractor
employing female labour taking in to consideration the value and period of completion of their contracts.
The GE‟s decision with regard to the amount recoverable on this account from any contractor shall be
final and binding.

5. 2 SECURITY O F CLASSIFIED DO C UM E N T S Bidder's Special attention is drawn to conditions 2-


A and 3 of IAFW-2249 (General Conditions of Contracts). The Service Provider shall not communicate any
classified information regarding the work either to sub Service Providers or others without the prior written
approval of the Engineer-in-Charge. The Service Provider shall also not make copies of the design/drawing
and other documents furnished to him in respect of work, and shall return all documents on completion of
the work or earlier on determination of the contract. The Service Provider shall alongwith the final bill
attaches a receipt of his having returned the classified documents as per conditions 3 of IAFW-2249
(General conditions of Service Provider).

5.3 OFFICIAL SECRETS ACT: The Service Provider shall be bound by the official Secrets Act 1923

5.4 MAINTENANCE OF RECORD The Service Provider or his representative shall maintain all records as
directed by Engineer-in-Charge alongwith those mentioned in Service Level Agreement. Stationery and
allied items for maintaining the record shall be provided by the Service Provider at no extra cost to
the Government

5.5 The Service Provider shall provide the new shock proof 'protective clothing', `Shoes', 'Hand
gloves', 'Helmet', 'Safety Belt', 'Safety glass' etc for each Electrician and other items as specified
above.

5.6 FIRST AID BOX (ON EACH PLANT) Service Provider shall provide a first aid box for use in case of any
mis happening/accident. The box shall be fitted at a place from where it is easily approachable the first aid
box shall comprise of the following things :-

(a) Band-aid -01 Pkt (b) Tincture Iodine -01 No

(c) Dettol 01 No (d) Cotton -01 Pad

(e) Dressing roll 2-3 Nos (f) Burnol -01 Tube

(g) Pain Killer Tabs -02 Strips

(i) The above list is illustrative and not exhaustive. All requisite First aid requirements shall be fulfilled by the
Service Provider irrespective of whether included in the above list or not.

Contd…./-
CA NO.: CWE/AF AMB/SAR-21/2023-24 Serial Page No 12

7.In event of tie in financial bid, one of the L1 bidder shall be selected either by GeM portal automatically
or through any other methodology adopted by the department. Any objections from other L1 bidders in
this regard shall not be entertained.

8.Service Provider shall be responsible to provide fortnightly labour returns showing location wise
deployment to Engineer-in-charge

9.Service Providers not enlisted with MES shall upload copy of police verification report/ Police
clearance certificate from police authority of the area where registered office of firm is located /
notarized copy of valid passport of Proprietor/each Partner or each Director, as applicable.

10.The Service Provider shall be required to submit copy of valid labour license from labour
commissioner as stated above, in case of non submission of valid license the bid shall be liable to be
rejected.

11.Any conditional bid which proposes any alteration to any of the conditions laid down or which
proposes any other condition or prescription whatsoever, shall be rejected.

12.The uploading of bid implies that bidder has carefully read this document and has made himself
aware of the scope and specification of work to be done and of the local conditions and other factors
having bearing on the execution of the work.

13. SECURITY AND PASSES

(i)Service Provider shall employ only Indian Nationals after verifying their antecedents and loyalty. The
Service Provider shall on demand by the Engineer-in-Charge, submit list of his agents, employees and work
people concerned and shall satisfy the Egineer-in-Charge as to the bonafides of such people.

(ii)The Engineer-in-Charge at his discretion has the right to forward the list of personnel to station
authorities for issuing the passes as per rules and regulations of the area in force to control the admission
of the Service Provider, his agents, employees and work people to the site of the work or any part thereof.
Passes should be returned at any time on demand by the Engineer-in-Charge and or the authorities
concerned and in any case on completion of work.

(iii)The Service Provider and his agents, employees and work people shall observe all the rules
promulgated by the authority controlling the area in which the work is to be carried out e.g. prohibition
of smoking and lighting, fire precautions, search of persons on entry and exit, keeping to specific
routes, observing specified timing etc. Nothing extra shall be admissible for any man-hours etc lost on
this account.

5.14 Security clearance form Air Force Authorities after Acceptance of contract:

(a)Immediately after acceptance of contract, the contractor shall submit all the particulars of
his own and all the proposed workmen to be employed under this contracts to AF authorities
through GE(AF) Sarsawa within five days of Acceptance of contracts.

(b) The tentative documents to be submitted are as under:

(i) Copy of Aadhar


(ii) Coloured photograph
(iii) One additional present address proof
(iv) Police verification report
(v) Additional documents as desired by AF Authorities.

(c)The selection / rejection of tradesmen / workmen is on sole discretion of AF authorities. No


claim whatsoever shall be entertained on this account. Only approved workmen shall be
allowed to enter the Air force premises.

(d) The Work order shall be issued by GE only after Security clearance of AF authorities

Contd…./-
CA NO.: CWE/AF AMB/SAR-21/2023-24 Serial Page No 13

6. TERMS AND CONDITIONS OF PAYMENTS:-

1.The electricians and helpers engaged for the work shall put their attendance on registered available
on Installation and the register shall be in custody of Junior Engineer. The attendance shall be verified
by the Engineer-in-charge. The attendance register shall be produced in support of claim of payment for
wages of workers‟. The contractor shall be responsible for making payment to workers only through
bank account transaction. The wages amount shall be deposit in the bank accounts of workers by the
contractor, on due date and the bank statement slip or pass book, shall be provided as an evidence of
payment, while claiming ( RAR ) payment from MES.

2.The contractor shall claim running payment, not less than an interval of 30 days, through Engineer-in-
charge. The bank statement, attendance sheet, vouchers of items procured for work shall be provided by
the contractor in support of claim of RAR.

3.The measurements /items shall be recorded in Measurement book (IAFW-2261) and shall be verified
by Engineer-in-charge and GE. The contractor will also sign the MB. The penalty for absent shall be
deducted from amount as per rates of penalty mentioned in scope of work.

4.The RAR shall be technically checked by the AGE (Contract) and forward to Account Officer for
payment. The time consumed in the process shall bear by the contractor and in case of any deficient
document the same shall be provided by the contractor.

5.In case of any dispute between the contractor and GE, the decision of the GE shall be final conclusive
and binding. The Govt has reserve the right to cancel the agreement any time and forfeit the
performance security amount and contractor has no right to claim anything extra on this account.

6.The contractor shall submit his Bank account Number, Pan Card, Aadhar card, Tan No., GST No. for
record. The rates quoted by contractor shall be inclusive all taxes and nothing extra shall be claim by
contractor on this account.

7.The deduction for GST, LWC and IT etc. shall be made from RAR at source by the account officer
and payment detail shall be prepared by account officer accordingly

8. The general conditions of the contracts i.e. IAFW-2249 shall form part of this agreement.

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


CONTRACT VALUE

1.The rates quoted by the Service Provider shall be deemed to be inclusive of all taxes (Including,sales
tax/VAT on materials, Sales Tax/VAT on works contracts, Turnover Tax, Service Tax, Labour Welfare
CESS / Tax etc.), duties. Royalties, Octroi 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 & Other levies shall be made
except as provided in sub para 7.2 here in after.

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" such as sales tax / VAT on works contracts, Turnover Tax, Service
Tax, Labour Welfare CESS / Tax and like but excluding Income tax. The tendered rates shall be deemed to
be inclusive of all "taxes directly related to contract value "with existing percentage rates as prevailing on last
due date of 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 Service
Provider and any decrease in percentage rates of taxes directly to contract value" with reference to
prevailing rates on last due date for receipt of tenders shall be refunded by the Service Provider to the
Govt/deducted by the Govt from any payments due to the Service Provider. Similarly imposition of any new
"taxes directly related to contract value" after the last due date for receipt of tenders shall be reimbursed to
the Service Provider and abolition of any "taxes directly related to the contract value" prevailing on last due
date for receipt of tenders shall be refunded by the Service Provider to the Govt / deducted by the Govt from
the payments due to the Service Provider.

Contd…./-
CA NO.: CWE/AF AMB/SAR-21/2023-24 Serial Page No 14

1.The Service Provider shall within a reasonable time of his becoming aware of variation in percentage rates
and / or imposition of any further any "taxes directly related to the 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 their to which he may be in a position to supply. The Service Providers shall submit the other
documentary proof / information as the GE may require

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

3.Reimbursement for increase in percentage rates/imposition of " taxes directly related to Contract
value" shall be made only if the Service Provider necessarily & properly pays additional " taxes directly
related to Contract value" to the Govt, without getting the same refunded from the concerned Govt
Authority and submits documentary proof for the same as the GE may require.

8.Following factors shall be considered to work out the minimum rates to be quoted by contractor as effective
on bid submission end date and statutory provision shall be deemed to have been considered by the
tenderer :-

(a)Minimum wages for unskilled, semiskilled, skilled & highly skilled labour shall be as per latest
notification of GOI.

(b)ESI contribution to be calculated at 3.25 % on minimum wage. In case the monthly wage exceeds
Rs 21,000.00, ESIC may be exempted.

(c)EPF contribution to be calculated @ 12 % on the minimum wage. In case the monthly wage
exceeds Rs 15000.00, EPF may be exempted.

(d)Bonus @ 8.33% as per latest notification of GOI. In case the monthly wage exceeds Rs 21,000/-
bonus shall be exempted.

(e)GST as applicable as per Govt. norms & Labour Welfare Cess (LWC) @ 1%, EDLI & EPF/ESIC
admin charges shall deemed to be included in contractor‟s profit i.e Over head charges and Profit
(OHP).

SIGNATURE OF CONTRACTOR ACWE(Contracts)


DATED : FOR ACCEPTING OFFICER
CA NO.: CWE/AF AMB/SAR-21/2023-24 Serial Page No 15 to 64

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

FOR

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

A copy of the MES GENERAL CONDITIONS OF CONTRACTS (IAFW-2249: Print-1989) with Errata
and Amendments has been supplied to me/us and is in my/our possession. I/We have read and understood
the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before submission of
this tender and I/We agree that I/We shall abide by the terms and conditions thereof.

It is hereby further agreed and declared by me/us, that the MES General Conditions of Contracts
(IAFW-2249: Print - 1989) including Condition 70 thereof pertaining to settlement of disputes by Arbitration,
containing 33 pages (Serial page Nos 16 to 48) with errata 1 to 20 and Amendment Nos. 1 to 49
containing 16 pages (Serial Page Nos. 49 to 64) form part of these tender documents.

SIGNATURE OF CONTRACTOR ACWE(Contracts)


DATED : FOR ACCEPTING OFFICER

CA NO. CWE/AF AMB/AMB-19/2023-24 SERIAL PAGE NO. 65 to 74

SCHEDULE OF MINIMUM FAIR WAGES

It is hereby agreed that the "Schedule of Minimum Fair Wages" (SMFW) as published vide
Government of India Notification dated *10 Mar 92 (Revised up to date) forms part of these tender
documents containing 10 pages (Serial page Nos 65 to 74).

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

NOTE : "Schedule of Minimum Fair Wages" referred to above is available for reference, in the Office of
Accepting Officer"

SIGNATURE OF CONTRACTOR ACWE(Contracts)


DATED : FOR ACCEPTING OFFICER

You might also like