Download as pdf or txt
Download as pdf or txt
You are on page 1of 54

C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No.

MILITARY ENGINEER SERVICES


COMMANDER WORKS ENGINEERS
STATION ROAD, VISAKHAPATNAM – 530 004

CONTENTS

NAME OF THE WORK: SPECIAL REPAIRS FOR REPLACEMENT OF BER DISTRIBUTION TRANSFORMER AND
ALLIED HT WORKS AT NAVAL PARK, UNDER GE (U-I) VISAKHAPATNAM.
[TENDER ID NO. 2023_MES_591246_4]

Ser Pages
Description
No. From To

1 Contents 01

2 Tender Forwarding Letter and Instructions for filling and submission of Tender 02 06

Notice Inviting Tender [IAFW – 2162] [Revised – 1960] including Appendix "A"
3 07 14
to Notice Inviting Tender

4 Tender and Item Rate Contracts for works IAFW – 1779A [Revised 1955] 15 30

General Conditions of Contracts IAFW – 2249 [1989 Print] including


5 31
Amendments and Errata thereto

6 Schedule of Minimum Fair Wages including Amendments and Errata thereto 32

7 Special Conditions 33 43

8 Particular Specifications including List of Drawings, Appendices & Annexure 44 64

9 Errata / Amendments to Tender Documents

10 Relevant Correspondence

11 Acceptance Letter

12 Total Pages

Drawings: Nil Sheets

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 2

Telephone: 0891 – 27 47 010 Commander Works Engineers


E-mail: visptm3-mes@nic.in Military Engineer Services
Station Road
Visakhapatnam – 530 004

82335 / / E8 07 Sep 2023

M/s. _______________________
____________ _______________

SPECIAL REPAIRS FOR REPLACEMENT OF BER DISTRIBUTION TRANSFORMER AND ALLIED HT WORKS
AT NAVAL PARK, UNDER GE (U-I) VISAKHAPATNAM [TENDER ID NO. 2023_MES_591246_4]

Dear Sir[s],

1. Tender documents with BoQ published on 01 Aug 2023 with Tender ID 2023_MES_591246_3 have been
cancelled. Tender Documents along with BOQ are being published during fourth call with Tender ID
2023_MES_591246_4 by this office are uploaded on the site www.defproc.gov.in. The tender is on Single
Stage, Two Cover, e-Tendering system. The contents of Cover – I & Cover – 2 are specified in Notice
Inviting Tender.

2. Bids will be received online by Accepting Officer up to the date and time mentioned in the Notice Inviting
Tender [NIT]. No tender / bid will be received in physical form and any tender / bid received in such manner
will be treated as non bonafide tender / bid.

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

4. Your attention is also drawn to "Instruction on Filling and Submission of Tender" attached herewith. You may
forward your points on tender documents and/or depute your technical representative for discussion on
tender/drawings and to clarify doubts, if any, on or before bid submission start date. You are requested not to
write piece meal points and forward your points duly consolidated before due date i.e. bid submission start
date.

5. Un-enlisted contractor are required to submit the scanned copies [in pdf file] of documents required as per
eligibility criteria mentioned in "Instruction on Filling and Submission of Tender" and Appendix "A" to NIT
along with Earnest Money Deposit [EMD] and tender fee on e-procurement portal and submit the physical
documents in the office of Commander Works Engineers, Station Road, Visakhapatnam – 530004 within time
limit specified in NIT. Inadequacy / deficiency of documents shall make the bid liable for rejection resulting in
disqualification for opening of finance bid.

6. [a] Contractor having not executed Standing Security Bond and Standing Security Deposit in any MES
formation shall upload scanned copy of Earnest Money Deposit [EMD] mentioned in Notice Inviting
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 of failure to abide by any of these two requirements, the
finance bid will not be opened.

[b] The successful Contractor shall be required to lodge Performance Security for an amount equal to 5%
of the Contract Sum within 28 Days of receipt of Letter of Acceptance in the form of Bank Guarantee
in the prescribed format or Government Securities or FDR or any other Government Instruments with
the Accepting Officer in terms of Condition – 19 of IAFW – 2249, General Conditions of Contracts.

7. Enlisted contractors of MES shall submit the scanned copies [pdf file] of enlistment letter, tender fee and such
other documents as mentioned in Appendix "A" to NIT on e-procurement portal and submit physical
documents in the office of Commander Works Engineers, Station Road, Visakhapatnam – 530 004 before
date & time fixed for this purpose.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 3

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

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

10. General Conditions of Contracts [IAFW – 2249] [1989 Print] and errata and amendments thereto, Schedule of
Minimum Fair Wages [As per Government of India notification dated 10 March 1992], MES Standard Schedule
of Rates, Part – I [2009] [Specifications] and MES Standard Schedule of Rates, Part – II [2020] [Rates] are not
enclosed with these documents. These are available for perusal in the office of Garrison Engineer concerned
and this office.
Note: Tenderers are deemed to be in possession of the above documents. The documents mentioned above
are available in booklet form in any of the MES Offices, which can be seen during working hours on
any working day, with prior notice. The tenderers are deemed to have made themselves acquainted
with the contents of the above mentioned documents before submission of the tender / bid and no
claim whatsoever on this account shall be entertained.

11. ANY TENDER, WHICH PROPOSES ALTERATIONS TO ANY OF THE CONDITION, SPECIFICATIONS LAID DOWN IN
THE TENDER DOCUMENTS OR ANY NEW CONDITION, WHATSOEVER, IS LIABLE TO BE REJECTED.

12. Contractor shall get themselves registered with the Employees Provident Fund Organisation and deposit the
necessary contributions with the EPFO. Further, it is a mandatory requirement that all construction workers
should be provided Universal Account Number [UAN] by the contractor by appropriately registering them on
the EPFO portal. All the workers deployed by contractors are enrolled as members of Provident Fund and
should be given the Universal Account Number [UAN]. Certificate to the effect that all the workers employed
directly or indirectly are registered for EPF and the due consideration have been credited into their account
shall be rendered by the contractor along with each and every RAR / Final Bill.

Note: For the purpose of above, contractor shall have Provident Fund Code Number obtained from concerned
authorities [Employees Provident Fund Organization]. Incase tender/bid is accepted, the Provident Fund Code
Number shall be submitted to GE before placing the Work Order.

13. GST REGISTRATION NUMBER: The contractor shall be in possession of GST Registration Number. It is
mandatory for the contractors to upload their GST Registration Number along-with the T Bid. This will be one
of the criteria for qualifying in T Bid. Contractor, who does not upload GST Registration Number, shall be
disqualified in the T Bid evaluation and his Finance Bid shall not be opened.

14. 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.

15. In case the BOQ is revised through Corrigendum to tender documents, bidders shall be required to quote
their rates in the Revised BOQ only. Tenderer is supposed to check if any revised BOQ has been uploaded
by MES, before uploading their BOQ. In case any bidder uploads pre-revised BOQ, it shall be considered as
willful negligence by them and their bid shall be considered as non-bonafide.

16 APPLICABLE TO DGNP ENLISTED CONTRACTOR: The tenderers who are enlisted with DGNP
Visakhapatnam/Mumbai shall submit Earnest Money Deposit (EMD) for the amount as indicated in Appendix
‘A’ to Notice Inviting Tenders. Scanned copy of EMD shall be uploaded along with ‘T’ Bid. Hard Copy of EMD
however be sent by Speed Post/Registered Post along with other documents within the time specified in
Appendix ‘A’ to Notice Inviting Tenders.
Yours faithfully,

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 4

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 Standing Security Bond and not deposited Standing Security Deposit shall submit
Earnest Money Deposit as detailed in Notice Inviting Tender in one of the following forms, along with
their tender/bid.

[a] Deposit at Call Receipt from a Scheduled Bank in favour of Garrison Engineer concerned.

[b] Receipted Treasury Challan, the amount being credited to the Revenue Deposit of Garrison
Engineer concerned.

It is advisable that Earnest Money is deposited in the form of Deposit at Call Receipt from an approved
Scheduled 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 shall be
submitted in the name of concerned Garrison Engineer.

Note: Earnest Money Deposit [EMD] in the form of Cheque / Bank Guarantee etc. will not be accepted.
Non-Submission of Earnest Money Deposit [EMD] [Scanned copy along with technical bid & hard
copy before the date & time fixed for opening of T-Bid] WILL RENDER THE BID DISQUALIFIED FOR
OPENING OF COVER – 2 [FINANCE BID].

2. PERFORMANCE SECURITY: The tenderers shall note that the successful tenderer is required to lodge
Performance Security for an amount equal to 5% of the Contract Sum within 28 Days of receipt of Letter
of Acceptance in the form of Bank Guarantee in the prescribed format or Government Securities or FDR
or any other Government Instruments with the Accepting Officer in terms of Condition – 19 of IAFW –
2249, General Conditions of Contracts. The Performance Security shall be valid till expiry of Defects
Liability Period as stipulated here-in-after Plus TWO months. In case the tenderer fails to deposit the
Performance Security within the stipulated period, the award of work shall be cancelled and Earnest
Money deposited by him shall be forfeited. In case of MES enlisted Contractors, the amount equal to the
Earnest Money stipulated in the Notice of Tender, shall be notified to the tenderer / bidder for depositing
the amount through MRO. Issue of tender to such tenderer shall remain suspended till the aforesaid
amount equal to Earnest Money is deposited in Government Treasury. The contractor / bidder shall not
be entitled for any compensation whatsoever on this account. The Work Order for commencing the work
shall be placed by the GE only after receipt of above Performance Security by the Accepting Officer within
the stipulated time period.

3. CONTRACTORS ENLISTED IN MES FORMATIONS: Contractors whose names are on the approved list of
any MES formation and who have deposited Standing Security and have executed Standing Security Bond
may tender / bid without depositing Earnest Money with the bid and if the Accepting Officer decides to
accept the tender / bid, such tenderers will be required to lodge Performance Security as notified by the
Accepting Officer as specified here-in-before.

4. GENERAL INSTRUCTIONS FOR COMPLIANCE:

4.1. The bids received only in the electronic form will be considered. All bids shall be submitted on
www.defproc.gov.in portal. Documents should be scanned and forwarded in .pdf form and .xls from as
indicated.

4.2. Bids shall be uploaded on www.defproc.gov.in portal on or before the bid closing date mentioned in the
tender. No tender / bid in any other electronic or physical form like e-mail / fax / by hand / through post
will be considered.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 5

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER [Continued]

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

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

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

4.6. In the technical bid, a scanned copy of Power of Attorney in favour of the person uploading the bid using
his / her DSC shall be uploaded. In case the digital signatory himself is the sole proprietor, scanned copy
of an affidavit on stamp paper of appropriate value to this effect, stating that he has authority to bind the
firm in all matters pertaining to contract including the Arbitration Clause, shall be attached in .pdf form.
In case of partnership concern or a limited company, digital signatory of the bid / tender shall ensure that
he is competent to bind the contractor [through partnership deed general power of attorney or
Memorandum and Articles of Association of the Company] in all the matters pertaining to the contracts
with Union of India including arbitration clause. A scanned copy of the documents confirming of such
authority shall be attached with the tender / bid in .pdf form, if not submitted earlier. The person
uploading the bid on behalf of another partner[s] or on behalf of a firm or company using his DSC shall
upload with the tender / bid a scanned copy [in .pdf form] of Power of Attorney duly executed in his
favour by such other or all of the Partner[s] or in accordance with constitution of the company in case of
company, stating that he has authority to bind such other person of the firm or the Company as the case
may be, in all matters pertaining to the contract including the Arbitration Clause.

4.7. Even in case of Firms or Companies which have already given Power of Attorney to an individual
authorising him to sign tender in pursuance of which bids are being uploaded by such person as a routine,
fresh Power of Attorney duly executed in his favour stating specifically that the said person has authority
to bind such partners of the Firm or the Company as the case may be, including the condition relating to
Arbitration Clause, should be uploaded in pdf form with the tender/bid unless such authority has already
been given to him by the Firm or the Company. It shall be ensured that power of attorney shall be
executed in accordance with the Constitution or the Company as laid down in its Memorandum & Article
of Association.

4.8. Hard copies of all above documents should be sent by the Tender issuing authority well in advance to be
received before the date & Time fixed for the same.

4.9. Bid [Cover – 1 & Cover – 2] shall be uploaded online well in time.

4.10. The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention is
also drawn to Special Condition – 3 referred here-in-after and also Conditions – 24 & 25 of IAFW – 2249
[General Conditions of Contracts].

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

4.12. 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.

4.13. In case the tenderer / bidder has to revise / modify the rates quoted in the BOQ [Excel Sheet] he can do
so only in the BOQ, through www.defproc.gov.in site only before the bid closing time and date.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 6

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER [Continued]

5. REVOCATION / REVISION OF OFFER UPWARD / OFFERING VOLUNTARY REDUCTION, AFTER OPENING


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

6. CPM [CRITICAL PATH METHOD]:

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

6.2. 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.

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

7. Department may issue amendments / errata in from 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.

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

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 7

[In lieu of IAFW – 2162] [Revised – 1960]

MILITARY ENGINEER SERVICES


NOTICE INVITING TENDER

1. An e-Tender is invited for the work as mentioned in Appendix "A" to this Notice Inviting Tender [NIT].

2. The work is estimated to cost as indicated in aforesaid Appendix "A". The estimate, however, is not a
guarantee and is merely given as rough guide. If the work cost more or less, the tenderer / bidder will have no
claim on this account. The tender shall be based on as mentioned in aforesaid Appendix "A".

3. The work is to be completed within the period as indicated in aforesaid Appendix "A" in accordance with the
phasing if any, indicated in the tender from the date of handing over of site, which will be about two weeks
after the date of acceptance of the tender.

4. Normally contractors whose names are on the MES approved list and within whose financial category the
estimated amount would fall may tender / bid. But in case of term contracts, contractors in categories "SS" to
"E" may tender / bid. Contractors whose names are on the MES approved list and who have deposited
Standing Security Deposit and have executed Standing Security Bond may tender without depositing Earnest
Money along with 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 tenders / bids of both parties liable to rejection.

5. Commander Works Engineers, Station Road, Visakhapatnam – 530 004 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 & Cover – 2] shall be uploaded by the tenderer / bidder on or
before the date and time mentioned in aforesaid Appendix "A". Scanned copy of DD / BC with Enlistment
details / documents shall be uploaded as Packet – 1 / Cover – 1 [T–Bid] of the Tender / Bid on e-Tendering
Portal. DD is refundable in case T – Bid is not accepted resulting in non-opening of Q – Bid. The applicant
contractor shall bear the cost of bank charges for procuring and encashing the DDs 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
www.defproc.gov.in / www.eprocure.gov.in site for download and shall form part of contract agreement in
case the tender / bid is accepted.

6.2. In case a contractor, who has not executed the Standing Security Bond, the Cover – 1 shall be accompanied
with by Earnest Money of an amount as mentioned in Appendix "A" in the form of Deposit at Call Receipt
issued in favour of concerned Garrison Engineer [See Appendix "A"] by a Nationalised / Scheduled bank or in
the form of Receipted Treasury Challan, the amount being credited to the Revenue Deposit of the concerned
Garrison Engineer [See Appendix "A"].

6.3. The Garrison Engineer will return the Earnest Money wherever applicable to all unsuccessful tenderers /
bidders by endorsing an authority on the Deposit at Call Receipt for its refund on production by the tenderer /
bidder a certificate of the Accepting Officer that a bonafide tender was received and all documents were
returned.

6.4. The Garrison Engineer 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 Performance
Security or will retain the same in part or full on account of Performance Security if such a transaction is
feasible.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 8

NOTICE INVITING TENDER [Continued]

6.5. PERFORMANCE SECURITY: The tenderers shall note that the successful tenderer is required to lodge
Performance Security for an amount equal to 5% of the Contract Sum within 28 Days of receipt of Letter of
Acceptance in the form of Bank Guarantee in the prescribed format or Government Securities or FDR or any
other Government Instruments with the Accepting Officer in terms of Condition – 19 of IAFW – 2249, General
Conditions of Contracts. The Performance Security shall be valid till expiry of Defects Liability Period as
stipulated here-in-after PLUS Two Months.

6.6. Copies of the drawings and other documents pertaining to the work signed for the purpose of identification by
the Accepting Officer or his accredited representative, sample of the materials and stores to be supplied by the
contractor will also be available for inspection by the tenderer / bidder at the office of Accepting Officer and
concerned Garrison Engineer during working hours.

7. The tenderers / bidders are advised to visit the site of work by making prior appointment with the Garrison
Engineer 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 of any prescription whatsoever is liable to be rejected.

9. The uploading of a tender / bid implies that tenderer / bidder has read this notice and the conditions of
contract and has made himself aware of the scope and specifications of work to be done and of the conditions
and the 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. The tenderer/bidder must be in possession of MES Standard Schedule of Rates, Part – I [2009] [Specifications]
and MES Standard Schedule of Rates, Part – II [2020] [Rates] 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 virtue of
enclosing DD. The Accepting officer shall reserve 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 firm as per criteria given in aforesaid Appendix "A" to this NIT. The applicant contractor / bidder
will be informed regarding non-validation of his T – Bid assigning reasons thereof through the
www.defproc.gov.in website. The applicant contractor / bidder, if he so desires, may appeal to the Next
Higher Engineer Authority i.e. HQ, Chief Engineer [Navy], Station Road, Visakhapatnam – 530 004 on e-mail id
dircontceznv2-mes@nic.inwith a copy to Accepting Officer on e-mail before the scheduled date of opening of
finance bid. The decision of the Next Higher Engineer Authority 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] / bid[s] 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. The Accepting Officer does not bind himself to accept the lowest or any tender / bid or to give any reason for
not doing so.

14. This Notice Inviting Tender [NIT] including Appendix "A" shall form part of the contract.

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 9

APPENDIX "A" TO NOTICE INVITING TENDER

1 Name of Work : SPECIAL REPAIRS FOR REPLACEMENT OF BER


DISTRIBUTION TRANSFORMER AND ALLIED HT
WORKS AT NAVAL PARK, UNDER GE (U-I)
VISAKHAPATNAM.
[TENDER ID NO. 2023_MES_591246_1]

2 Estimated Cost of Work : ₹ 95.00 Lakh [At par Market]

3 Period of Completion : 06 [Six] Months

₹ 1000.00 in the form of DD / Bankers Cheque from


any Scheduled Bank in favour of Garrison Engineer
[Utility – I], Visakhapatnam and payable at
4 Cost of Tender Documents : Visakhapatnam.
[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&www.mes.gov.in

Item Rate Contract based on Specifications, IAFW –


2249 and IAFW – 1779A [Revised 1955] with
6 Type of Contract :
Schedule "A" / BOQ [List of Items of work] to be
priced by the Tenderer.

7 Timeline Details:

Time & Date of Publishing of NIT & Tender


:
Documents

Start Time &Date of Downloading of NIT &


:
Tender Documents

Start Time &Date of Clarifications if any by


:
the Bidders

Closing Time &Date of Clarifications if any by


: Refer Critical Dates on the website
the Bidders

Start Time &Date of Submission of Bids :

Closing Time &Date of Submission of Bids :

Time &Date of opening of Cover–1 of tender


:
i.e. Documents other than Price Bid [T–Bid]

Time &Date of opening of Cover–2 Shall be intimated online after opening and validation
:
[Finance Bid] of T – Bid [Cover–1].
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 10

APPENDIX "A" TO NOTICE INVITING TENDER [Continued]

8 Eligibility Criteria:
[a] For MES Enlisted Contractors : Contractor shall be enlisted with MES in Class "C" and above and
Category "b [ii]" subject to satisfactory remarks w.r.t performance in
respect of works in hand reflected in Work Load Return [WLR] or any
other report circulated by competent engineer authority.

[b] For Contractors not enlisted with MES : [i] Contractor not enlisted with MES should meet the enlistment
criteria of "C" Class &"b [ii]" Category Contractor with regard to
satisfactorily 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 on 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 by any competent authority, if already
working in MES.
[iii] Not Suspended / Debarred / Blacklisted [either permanently or
temporarily] from participating in any bid or for business dealing
by any Central / State Government Department or any Central /
State Government PSU or any Autonomous Body under Central /
State Government or any Local Body as on the bid submission
end date.
[iv] Details of works completed and under progress in MES be
submitted in the following format:-
Srl CA Value Date of Date of Extended
No No. & of CA Commencement Completion date of
Name completion
of
Work
[v] Un-enlisted Contractor who have secured two works in MES
should get themselves registered in the appropriate designated Class
with any Registering Authority, else the firm will not be eligible for
participation in the tender unless until the firm is enlisted with the
MES.
9 Tender issuing and Accepting Officer : Commander Works Engineers, Visakhapatnam – 530 004
10 Executing Agency : Garrison Engineer [Utility – I], Visakhapatnam – 530 014
₹ 1,67,500.00 in favour of Garrison Engineer [Utility – I],
11 Earnest Money for other Contractors : Visakhapatnam – 530 014 in the form of Deposit at Call Receipt. FDR
not acceptable.
Performance Security : The successful tenderer [either enlisted or un-enlisted] is required to
lodge Performance Security for an amount equal to 5% of the Contract
Sum within 28 Days of receipt of Letter of Acceptance in the form of
Bank Guarantee in the prescribed format or Government Securities or
FDR or any other Government Instruments with the Accepting Officer
in terms of Condition – 19 of IAFW – 2249, General Conditions of
Contracts. The Performance Security shall be valid till expiry of Defects
Liability Period as stipulated here-in-after PLUS Two Months. In case
the tenderer fails to deposit the Performance Security within the
stipulated period, the award of work shall be cancelled and Earnest
12
Money deposited by him shall be forfeited. In case of MES enlisted
Contractors, the amount equal to the Earnest Money stipulated in the
Notice of Tender, shall be notified to the tenderer for depositing the
amount through MRO. Issue of tender to such tenderer shall remain
suspended till the aforesaid amount equal to Earnest Money is
deposited in Government Treasury. The contractor shall not be
entitled for any compensation whatsoever on this account. The Work
Order for commencing the work shall be placed by the GE only after
receipt of above Performance Security by the Accepting Officer within
the stipulated time period.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 11

APPENDIX "A" TO NOTICE INVITING TENDER [Continued]


Notes:

1. In case after opening of Cover – 1, the number of MES enlisted contractors of eligible class as well as
eligible unenlisted contractors, if any, fulfilling the other eligibility criteria given in NIT are less than Seven
[07], applications in respect of MES contractor of One Class Below The Eligible Class shall also be
considered subject to fulfillment of other eligibility criteria given in the NIT. Therefore MES contractor’s
One Class Below may also bid for this tender. Such contractors [contractors of One Class below the
Eligible Class] shall not be considered in case their present residual work in hand is more than Five Times
their present tendering limit. However, in case such contractors fulfill the criteria of upgradation to the
stipulated eligible class based on past experience of completed works [individual work experience and/or
average annual turnover, as applicable] and financial soundness [Solvency / Financial Soundness and
Working Capital], the ceiling of present residual work will not apply and they will be considered for issue
of tender. Such bidders shall upload in their Cover – 1 bid details related to residual work in hand like
details of works in hand showing names of work, names of Accepting Officers, Contract amounts, dates of
commencement and completion [stipulated] and progress as on bid submission date. Such contractors, if
claim to fulfill the criteria of upgradation shall also upload the requisite information / documents in
support of upgradation. These details shall be verified by the Tender Issuing Authority form concerned
formation in case bids of such contractors are considered for evaluation.

2. In case after opening of Cover-I, the number of MES enlisted contractors of eligible class as well as
unenlisted 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 satisfactory 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 information /
documents in the Cover – 1.

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

4. Contractors enlisted with MES will upload following documents in Cover – 1 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 / Banker’s Cheque towards cost of tender and EMD instrument in case SSD
bond is not signed at the time of registration.

[d] GST Registration Number


[e] 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 Letterhead.

[b] Scanned copy of DD / Banker’s Cheque towards cost of tender and Earnest Money Deposit [EMD]
instrument.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 12

APPENDIX "A" TO NOTICE INVITING TENDER [Continued]

[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 / notarised 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] GST Registration Number.
[g] Any other document required as described in this Appendix.
6. Tenders not accompanied by scanned copies of requisite DD / Bankers Cheque towards cost of 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.

7. Contractors should ensure that their original physical DDs and Earnest Money [EMD] instruments [as
applicable] are reach the office of Accepting Office within 05 [Five] Days of bid submission end date,
failing which following action shall be taken.

[a] In case of tenders from enlisted contractors of MES, where scanned copies of requisite DD /
Bankers Cheque towards cost of tender have been uploaded in Cover – 1 but physical copies are
not received within the stipulated period, their Financial Bids [Cover – 2] will be opened.
However, non-submission of physical copies of cost of tender shall be considered as willful
negligence of the tenderer with ulterior motives and such tenderer shall be banned from bidding
for a period of Six Months commencing from the date of opening of Finance Bid [Cover – 2].

[b] In case of tenders from Un-enlisted contractors, 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, 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 Finance Bid [Cover – 2].

[c] In case of tenders from enlisted and unenlisted contractors, where scanned copies of instrument
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 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.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 13

APPENDIX "A" TO NOTICE INVITING TENDER [Continued]

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 Next Higher Engineer Authority [NHEA] i.e. HQ,
Chief Engineer [Navy], Station Road, Visakhapatnam – 530 004 on e-mail id dircontceznv2-mes@nic.in
with copy to the Accepting Officer on email before the scheduled date of opening of Cover – 2. NHEA
shall decide the matter within a period of seven working days from the date of receipt of appeal. The
decision of the NHEA shall be final and binding. The tenderer / bidder shall not be entitled for any
compensation whatsoever for rejection of his bid.

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
[i.e. he has quoted on pre revised BoQ], such bid shall be treated as willful negligence by the bidder and
his quotation shall be considered non-bonafide. In such cases the lowest tender 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 willful default. For this default a penalty of an amount
equal to Earnest Money shall be levied. In case of an unenlisted tenderer, Earnest Money deposited by
him shall be forfeited. In case of MES enlisted tenderer having deposited the Standing Security Bond, an
amount equal to the Earnest Money stipulated in the NIT shall be notified to the tenderer for depositing
through MRO and consideration of such tenderer in tender evaluation for future works shall remain
suspended till the 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.

14. 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.

Signature of Contractor DCWE [Contracts]


Date: For Accepting officer

82335 / 02 / E8
Date: 25 Apr 2023

Commander Works Engineers


Military Engineer Services
Station Road
Visakhapatnam – 530 004
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 14

In lieu of IAFW – 1779-A

TO BE USED IN CONJUNCTION WITH


GENERAL CONDITIONS OF CONTRACTS [IAFW – 2249]

Telephone: 0891 – 27 47 010 Commander Works Engineers


E-mail: visptm3-mes@nic.in Military Engineer Services
Station Road
Visakhapatnam – 530 004

82335/ / E8 07 Sep 2023

SPECIAL REPAIRS FOR REPLACEMENT OF BER DISTRIBUTION TRANSFORMER AND


ALLIED HT WORKS AT NAVAL PARK, UNDER GE (U-I) VISAKHAPATNAM."[ TENDER ID
NO. 2023_MES_591246_4]:

1. The e-tender is published by this office on the MES Portal of www.defproc.gov.in. A tenderer / bidder
who is qualified as per the eligibility criteria mentioned in the tender documents and has interalia sound
past record is hereby authorised to tender for the above work. The tender / bid [Both Cover-1 & Cover-2]
shall be submitted / uploaded on the MES website portal www.defproc.gov.in as per time and date
mentioned in NIT. The bid [Technical Bid i.e. Cover – 1] will be opened as per time and date mentioned in
NIT at the office of Commander Works Engineers, Station Road, Visakhapatnam – 530 004. Date and time
of opening of Price Bid i.e. Cover – 2 will be intimated online after completion of evaluation of Technical
Bid / Cover – 1. The financial bids of those tenders who meet the eligibility criteria as per NIT shall only be
opened.

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

3. Any correspondence concerning with this tender shall be addressed to the address as indicated at the top
of this sheet, quoting the reference as given.

4. THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT THE LOWEST OR ANY TENDER.

Signature of Contractor Signature of Officer issuing the documents


Appointment: DCWE [Contracts]
Date: 07 Sep 2023
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 15

{In lieu of IAFW – 1779 A [Revised – 1955]}


SCHEDULE "A"
[LIST OF ITEMS OF WORK]

Name of the Work: SPECIAL REPAIRS FOR REPLACEMENT OF BER DISTRIBUTION TRANSFORMER AND
ALLIED HT WORKS AT NAVAL PARK, UNDER GE (U-I) VISAKHAPATNAM [Tender ID No.
2023_MES_591246_4]

Notes:
1. PERIOD OF COMPLETION: The entire work covered under this contract i.e. BOQ / Schedule "A" shall be
completed within a period of 06 [Six] Months from the date of commencement as per Work Order No. 1
placed by Garrison Engineer, which will be placed only after receipt of above Performance Security by the
Accepting Officer within the stipulated time period.

2. The description of Items of works given in BOQ / Schedule "A" is brief. These are deemed to be amplified
and read in conjunction with Special Conditions, Particular Specifications, specifications for materials and
workmanship, conditions, Notes, Method of Measurements, Preambles, etc. in relevant trade sections of
MES Standard Schedule of Rates, Part – I [2009] [Specifications], MES Standard Schedule of Rates, Part – II
[2020] [Rates], contract drawings and General Conditions of Contracts [IAFW – 2249] except where
specifically provided for otherwise.

3. The quantities shown in BOQ / Schedule "A" are approximate and are inserted as a guide only. They shall
however not be varied beyond the limits laid down in Condition – 7 of IAFW – 2249 [General Conditions
of Contracts]. The work done against various items will be measured on completion as work proceeds and
priced as per the rates quoted against the respective items by the tenderers [as accepted]. Approved
work will only be measured and paid for.

4. The tenderer is required to quote "Unit Rate" for all items in the relevant column provided in BOQ /
Schedule "A" in figures only. Fraction of a rupee shall be filled in terms of paise. The rates quoted in BOQ
/ Schedule "A" shall cater for cost of new material and labour or supplied and fixed including testing [as
applicable] complete, unless otherwise specifically mentioned in the description of items.

5. The total amount of BOQ / Schedule "A" is not firm but will be treated as the "Contract Sum" [after
deducting Schedule of Credit if any] referred to in IAFW – 2249: General Conditions of Contracts.

6. The rates quoted by the tenderer in BOQ shall be deemed to 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. In case of difference of opinion between the contractor and Garrison
Engineer as to whether it constitutes minor or extra constructional detail included in the unit rate quoted or
not, the decision of the Accepting Officer, shall be final, conclusive and binding.

7. Tenderers to note that unit rates / amount quoted in the BOQ shall be deemed to be inclusive of all
Taxes/Cesses viz GST, Duties, Royalties, Octroi and other levies payable under respective statutes as applicable
on the date of Bid submission end date. Nothing extra shall be paid to the contractors on account of any miss
understanding regarding applicability of taxes. It may be noted that any tender imposing any condition in this
regard or on any other account shall be treated as a conditional tender and the same shall be liable to be
rejected.

8. Certain taxes such as Central Excise Duty, Service Tax, Additional Custom Duty, State Level Value Added Tax,
Octroi and other Levies which were applicable on interstate transportation of goods are subsumed by GST,
thus Special Condition as per Serial Clause No. 29, 29.1, 29.2 [a] to 29.2 [d] for Reimbursement / Refund on
variation in prices in taxes directly related to contract value of tender shall be deemed to be amended
incorporating GST in lieu of taxes mentioned in the condition but subsumed by GST as prevailing on the date of
submission.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 16

SCHEDULE "A"
[LIST OF ITEMS OF WORK] [Continued]

9. GST is applicable for this work. Tenderer shall quote the unit rates / amount accordingly.

10. Method of measurements for all items of work for BOQ / Schedule "A" shall be all as specified in MES
Schedule unless otherwise specified in these tender documents.

11. In case of any class of works for which there is no specification in the tender documents including MES
Schedule, such work shall be carried out in accordance with Indian Standard specification, where Indian
Standard specification do not cover the same, the work should be carried out as per standard Engineering
trade practice subject to the approval of the GE.

12. The contractor shall be responsible to remove all unserviceable materials from site or work at their own
arrangement. No claim of transportation, labour etc. shall be admissible on this account.

13. The contractor shall make precautionary measures not to damage existing assets to the extent possible. If
it becomes inevitable to execute the work, he shall make good the disturbed / damaged surfaces / assets
to match with the existing without any extra cost to the Government.

14. Any damage caused to existing structure, fitting and fixtures etc. due to bad workmanship / negligence of
the workers, the same shall be rectified / replaced by the contractor at his own expenses to match with
the existing surfaces. Decision of GE in this regard is final & binding.

15. The details of work to be executed in the particular location shall be decided by Engineer-in-Charge and
contractor shall execute the items in respective area after written order of Engineer-in-Charge.

16. The location wherein the subject work is to be carried out is under occupation. Accordingly, the subject
work is to be carried out under the said condition and the contractor shall take all precautionary
measures to avoid inconvenience to the users. The site of work shall be left clean and tidy after day’s
work. No obstruction to passage shall be made by dumping materials etc. Nothing shall be paid extra on
this account.

17. All materials [unserviceable] obtained from demolition / dismantling shall become contractor’s property.
Necessary credit thereof as per Schedule of Credit specified here-in-after shall be recovered from
contractor’s running bill as and when processed. The contractor shall have no claim whatsoever on the
rates fixed by the department. The item wise rate of credit fixed by the department is firm and the
contractor shall have no claim whatsoever against the department if the actual value of dismantled
materials turns out to be different from the rates assessed by the department. Rebate / Discount if any
offered by tenderer shall not be applicable against Schedule of Credit.

18. The works shall be executed by Garrison Engineer [Utility – I], Visakhapatnam – 530 014.

19. DEFECTS LIABILITY PERIOD: Refer Condition – 46[d] of IAFW – 2249, General Conditions of Contracts. The
Defects Liability Period for this work shall be Twenty Four [24] Calendar Months from the certified date
of final completion of the work.

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No.27

SCHEDULE OF CREDIT
Notes:
1. The following old materials which are expected to be obtained under this contract shall become the
property of the contractor subject to recovery of their fixed salvage value indicated against each.
Contractor shall have no claim what so ever against the Government, irrespective of the condition of the
materials obtained at site and if the actual cost of the materials turns out to be different from the amount
inserted by the Department.
2. The quantities shown in Column – 4 are approximate and may vary.

3. The tenderer shall inspect the site with the prior approval of GE to ascertain the condition of the
materials at site before submission of the tender. Irrespective of their actual visit to site, the tenderers
are deemed to have visited the site. No claim whatsoever will be entertained after submission of the
tender.

4. The rates inserted by the department in Column – 5 shall be made applicable for deducting the credit
amount. The total amount of Schedule of Credit indicated in this Schedule of Credit will be considered as
firm and will be deducted from the total sum quoted for BOQ / Schedule "A" to arrive Contract Sum for
the purpose of acceptance.

5. The Contractor shall not re-use the material obtained from the Schedule of Credit.

6. The materials listed in this Schedule shall be recorded in the Measurement Book and abstracted and this
amount shall be deducted from the value of work done. The contractor shall not be allowed to remove
the materials listed in this Schedule till such time the value of work done by him is more than the value of
credit, only after deducting of credit amount and after obtaining permission for its removal from GE.

7. The Garrison Engineer reserves the right to take back any or the full quantity of demolished / dismantled
materials which in his opinion are serviceable. However, the recovery shall be affected only for the
quantities issued to the contractor.

8. Serviceable materials / items other than shown here-in-below obtained from demolition / taking down if
any, shall remain the Government property and the contractor shall deposit the same with Engineer-in-
Charge as directed and debris / unserviceable material shall be disposed off the site as directed by the
Engineer-in-Charge without any extra cost to Government.
Ser. Description of items Unit Approx Rate of Credit Amount
No. . assessed by [In ₹]
Quanti the
ty Department
[In ₹]
1 2 3 4 5 6
1 Old unserviceable HT Cable joints of any description and size EACH 10 100.00 1,000.00
2 Old unserviceable HT UG cable of size 185 Sq mm 3 Core RM 110 70.00 7,700.00
3 Old unserviceable LT UG cable of size 300 Sq mm 3.5 Core RM 120 50.00 6,000.00
4 Old unserviceable LT Panel Board of any description and size EACH 1 5000.00 5,000.00

5 Old unserviceable Earth plate along with earthing accessories EACH 22 100.00 2,200.00
Total amount of Schedule of Credit to be deducted from : ₹ 21,900.00
Total Sum quoted for BOQ / Schedule "A" to arrive Net Contract Sum

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No.28

SCHEDULE "B"
ISSUE OF MATERIAL TO THE CONTRACTOR
[See Condition – 10 of IAFW – 2249]

Rates at which stores will be


Ser issued to the contractor Place of issue
Particulars Remarks
No [by name for all items]
Unit Rate in ₹

1 2 3 4 5 6

Nil

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer

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 Hire charges Standby charges Place of


Ser
Quantity Particulars MES crew per unit per per unit per off issue Remarks
No
supplied working day day [by name]
1 2 3 4 5 6 7 8

Nil

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer

SCHEDULE "D"
TRANSPORT TO BE HIRED TO THE CONTRACTOR
[See Condition – 16 & 35 of IAFW – 2249]

Ser Rate per unit per Place of issue


Quantity Particulars Remarks
No. working day [by Name]

1 2 3 4 5 6

Nil

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No.29

{In lieu of IAFW – 1779 A [Revised – 1955]}


TENDER
To

The President of India

Having examined and perused the following documents:

1. Specifications signed by the DCWE [Contracts].

2. Drawings detailed in Particular Specifications.

3 Schedule "A", "B", "C"&"D" attached hereto

4. MES Standard Schedule of Rates 2009 [Part – I] "Specifications" together with Amendment No. 1 to 3 and
MES Standard Schedule of Rates 2020 [Part – II] "Rates together with amendment serial no 1 to 122
including Section-30 (Runway & Pavement)" hereinafter referred as the MES Schedule.

5. General Conditions of Contracts IAFW – 2249 [1989 Print] together with Amendments No. 1 to 49 and
Errata 1 to 20

6. Refer Condition – 31of IAFW – 2249 General Conditions of Contracts: Water will not be supplied by the
MES. Refer Special Condition No. 8 here-in-after.

7. Should this tender be accepted I / We agree:


*[a] That the sum of ₹ 1,67,500.00 [Rupees One lakh sixty seven thousand five hundred only]
forwarded as Earnest Money shall be refunded by the Government on receipt of the appropriate
amount of Performance Security all as per Condition – 19 of IAFW – 2249.

[b] To execute all the works referred to in the said documents upon the terms and conditions
contained or referred to therein and as detailed in the General Summary and to carry out such
deviations as may be ordered vide Condition – 7 of IAFW – 2249 up to a maximum of 10% [Ten
Percent] and further agree to refer all disputes as required by Condition – 70 of IAFW – 2249 to
the Sole Arbitration of serving Officer having degree in Engineering or equivalent or having
passed final / direct final examinations of Sub Division II of Institution of Surveyors [India]
recognised by Government of India to be appointed by Chief Engineer [Navy], Visakhapatnam –
530 004 or in his absence the officer officiating as Chief Engineer [Navy], Visakhapatnam if
specifically delegated in writing by Chief Engineer [Navy], Visakhapatnam – 530 004 whose
decision shall be final, conclusive and binding.

*To be deleted where not applicable.


C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 30

TENDER [Continued]

Signature _________________________ Name ______________________________________ in the capacity of

_____________________________________________ duly authorised to sign the tender for and on behalf of

________________________________________ [IN BLOCK CAPITAL].

Witness: _________________ Postal Address:


Date: _________________ _______________________________________
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 Lt Col Sanjay Tyagi DCWE [Contracts].

The said officer [s] is/are hereby authorised to sign and initial on my behalf of the documents forming part of this
contract.

The above tender was accepted by me on ___________ Day of _______________________ 2023 on behalf of
The President of India at the item rates contained in the Schedule "A" for the Contract Sum of
₹__________________________________ [Rupees _________________________________________________
____________________________________________________________________________________________
_________________________________________________________________________________ only].

Signature __________________________ Dated this ______________ Day of _______________ 2023.

Appointment: Commander Works Engineers


Military Engineer Services
Station Road
Visakhapatnam – 530 004
For and on behalf of the President of India
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 31

GENERAL CONDITIONS OF CONTRACTS [IAFW – 2249, 1989 PRINT] FOR


MEASUREMENT CONTRACTS [IAFW – 1779 AND IAFW – 1779 –A]

1. A copy of the General Conditions of Contracts [IAFW – 2249], 1989 Print, with Errata 1 to 20 and
Amendments No. 1 to 49 has been supplied to *me/us and is in *my/our possession. *I/We have read
and understood the provisions contained in the aforesaid General Conditions of Contracts before
submission of this tender and *I/We agree that *I/We shall abide by the terms and conditions thereof, as
modified, if any, elsewhere in these tender documents.

2. It is hereby further agreed and declared by *me/us, that the General Conditions of Contracts [IAFW –
2249], 1989 Print, including Condition – 70 thereof pertaining to settlement of disputes by Arbitration,
containing 33 Pages, with Errata 1 to 20 and Amendments No. 1 to 49 form part of these tender
documents.

Notes: [a] The documents mentioned above can also be seen in the office of the Commander Works
Engineers, Station Road, Visakhapatnam – 530 004 or in any other MES office during working
hours.

[b] In case of difference in interpretation due to wordings of English and Hindi versions, the English
version will prevail as per Article 348 of Constitution of India.

*Delete whichever is not applicable.

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 32

SCHEDULE OF MINIMUM FAIR WAGES


[See Condition – 58of IAFW – 2249]

1. It is hereby agreed that the "Schedule of Minimum Fair Wages" [SMFW] as published vide Government of
India Notification dated 10 March 1992 and further Notification and as amended subsequently from time
to time by the orders of the competent Central / State Governments / Local Authorities till last date of
submission of T – Bids, forms part of these tender documents.

2. 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.

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

4. Schedule of Minimum Fair Wages is not enclosed along with tender but the contractor is deemed to have
full knowledge regarding the minimum wages payable to labourers as legally effective on the last date of
submission of T – Bids and his tendered rates shall be deemed to have been based on the same. For the
purpose of reimbursement of Price Variation [PV] clause for wage escalation of labour, the minimum
wages legally effective on the last date of submission of T – Bids shall be the basis.

5. The minimum wage legally effective referred to above is the minimum wages notified in Gazette /
governed by any local regulations or by Central Government, whichever is higher.

Notes: [a] The documents mentioned above can also be seen in the office of the Commander Works
Engineers, Station Road, Visakhapatnam – 530 004or in any other MES office during working
hours.

[b] In case of difference in interpretation due to wordings of English and Hindi versions, the English
version will prevail as per Article 348 of Constitution of India.

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 33

SPECIAL CONDITIONS

1. GENERAL:

1.1. These special Conditions shall be read in conjunction with the general Conditions of Contracts [IAFW –
2249] and IAFW – 1779A [Revised 1955]including errata and amendments thereto. Any provision in these
Special Conditions if at variance with the provision in the above mentioned documents, the provisions
made hereinafter shall be deemed to take precedence there over.

1.2 The work under this contract shall be carried out in accordance with Schedule "A", the Particular
Specifications, Drawings and other provisions in MES Schedule.

1.3. The term "General Specifications" referred to hereinbefore as well as referred to in IAFW – 2249 [General
Conditions of Contracts] shall mean the specifications contained in the MES Schedule Part – I.

1.4 General Rules, Specifications, Special Conditions and all preambles in the MES Schedules shall be deemed
to apply to the work under this contract. In case of any discrepancy, the provisions in these documents
shall take precedence over the aforesaid provisions in the MES Schedule.

1.5 Chases/Holes, etc., made in concrete, brick work, stone masonry, floors and in any other situations for
carrying out the various items of work as required or as directed by the Engineer-in-Charge shall be made
good in the same mortar/concrete as specified for that portion of the work.

1.6. SITE CLEARANCE: Refer Condition – 49 of IAFW – 2249, General Conditions of Contracts. The contractor
shall remove from the site all unused stores and materials, tools plant equipment, scaffolding, temporary
buildings, 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 of rubbish and all waste materials by the contractor and
deliver the site in neat, clean and tidy manner to the satisfaction of the Engineer-in-Charge on or before
the date of completion. Nothing extra, whatsoever will be paid to the contractor for such clearance of site
and the Lumpsum quoted shall deemed to include the same.

2. ADMISSIONS TO SITE BY CONTRACTOR AND RESPONSIBILITY TO ASCERTAIN HIS OWN INFORMATION:

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

2.2. Once the tenderers submit their tender / bid, they shall be deemed to have visited the site[s] and made
themselves familiar with the working conditions accessibility of site[s], availability of materials and other
cogent conditions etc. which may affect the entire completion of work under this contract. No extra
payment consequent to any mistake or misunderstanding or otherwise on this account will be allowed.

3. SECURITY AND PASSES:

3.1 Contractor’s attention is invited to Condition – 25 of IAFW – 2249. He shall employ only Indian Nationals
as his representatives, servants and workmen and verify their antecedents and loyalty before employing
them for the works. He shall ensure that no person of doubtful antecedents and nationality is, in any way,
associated with work. If for reasons of technical collaboration or other consideration, the employment of
any foreign national is unavoidable, the contractor shall furnish full particulars to this effect to the
Accepting Officer at the time of submission of his tender.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 34

SPECIAL CONDITIONS [Continued]

3.2. The contractor shall, on demand by the Engineer-in-Charge, submit list of his agents, employees and
working people concerned and shall satisfy the Engineer-in-Charge as to the bonafide of such people.

3.3. The Engineer-in-Charge shall at his discretion have the right to issue passes as per rules and regulations of
the installation/area in force to control the admission of the contractor, his agents, 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 or the authorities concerned and in any case on completion of works.

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

4. CONDITIONS OF WORKING: THIS WORK LIES IN RESTRICTED AREA:


4.1. VISIT TO SITE WITHIN THE RESTRICTED AREA: Permission to enter the restricted area at the time of
submission of tenders can be obtained through the Garrison Engineer. Tenderers are advised to send
prior intimation of their agents, representatives etc. if any, dates and time of their proposed visit, so that
necessary arrangements may be made by GE to secure admission. Whether a tenderer visits the site or
not, he shall be deemed to have full knowledge of the restrictions of entering into / exit from and working
within the restricted area, once he submits his quoted tender.

4.2. ENTRY/EXIT: The contractor, his agents, representative, workmen, etc. and his materials, carts, trucks or
other means of transport, etc. will be allowed to enter through and leave from only such gate or gates
and at such times as the GE or authorities in-charge of the Restricted Areas may at their sole discretion
permit to be used. The contractor’s authorised representative is required to be present at the place of
entry and exit for the purpose of identifying his carts, trucks etc. to the personnel in-charge of the
security of Restricted Area.

4.3. IDENTITY CARDS OR PASSES: The contractor, his agents and representatives are required individually to
be in possession of an identity card or passes duly verified by the police department. The identity card or
pass will be examined by the security staff at the time of entry into or exit from the Restricted Area and
also at any time or number of times inside the Restricted Area.Verification of antecedents of contractor’s
representative/labour deployed at site in connection with execution of work under the contract as per
security requirement of user/installation shall be responsibility of the contractor and all expenses/fees
charges in connection with verification of antecedents by police authority/security agency or any other
authority shall be borne by the contractor.

4.4. IDENTITY OF WORKMEN: Every workmen & contractor shall be in possession of an identity card. The
identity card shall be issued after thorough investigation of the antecedents of the labourers of the
contractor 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 or representatives. In case of doubts in respect of any workmen the decision of GE in
respect of which is final and binding. The contractor shall produce police investigation report to the GE on
the antecedents of the individual concerned stating that the individuals are not involved/connected with
any anti National, criminal activities. Contractor however, shall not be absolved himself from his
responsibility for proper conduct and action of his workmen agents or representatives. Any damage/loss
caused by the Contractor's agents, representatives and workmen to the existing property of works shall
be made good by the Contractor free of cost and to the entire satisfaction of GE. All expenses for carrying
out the Police Verification shall be borne by the Contractor. Contractors quoted rate shall be deemed to
include all the expenses for carrying out Police Verification. Contractor’s all labourers and supervisors
shall wear a clearly identifiable Maroon Coloured Jacket over their dress at the time of entering the
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 35

SPECIAL CONDITIONS [Continued]

restricted area. The labourers [both skilled and unskilled] and supervisors shall be required to wear the
jacket for the entire duration of his/her stay inside the restricted area premises. This is essential so that
the security staff and other unit workers can clearly identify the contractor’s labourers and supervisors.
The cost of the jacket to be borne by the contractor and rates quoted by the contractor deemed to be
inclusive for the provision. Nothing extra shall be payable to the contractor on this account.

4.5. 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 within the Restricted Area.

4.6. FEMALE SEARCHER: If the contractor desires to employ female labour on works to be carried out inside
the area of a Factory, Depot, Park etc., and a female searcher is not borne on the authorized strength of
the Factory, Depot, Park etc., at the time of submission of the tender, he shall be deemed to have
allowed in his tender for pay and allowances etc. for a Female Searcher [Class IV Servant / Group "D"
servant] calculated for the period, female labour is employed by him inside that area. If more than one
contractor has / have to employ a female searcher in addition to the authorized strength of the Factory,
Depot, Park etc. the salary and allowances paid to the additional female searcher [s] shall be distributed
on an equitable basis between the contractors employing female labour taking into consideration the
value and period of completion of their contracts. The GE’s decision in regard to the amount recoverable
on this account from any contractor shall be final and binding.

4.7. WORKING HOURS:


4.7.1. The unit controlling Restricted Area, usually, works during six days in the week and remains closed, on the
7th day. The working hours available to contractor a labour and staff however, accordingly get reduced
because of the time taken in security checks observed at the time of entry, exit and during working hours.

4.7.2. The exact working hours, days and non-working days observed for the restricted area, where works are to
be carried out shall be deemed to have been ascertained by the contractor before submitting his tender.
The tenderer’s attention is invited to the fact that the total number of working hours for a unit is
prescribed in regulations and they cannot be increased by the Garrison Engineer.The definition of
working day given under Condition 1 [t] of IAFW – 2249does not apply in case where the works are
carried out in Restricted Area.

4.7.3. Contractor’s materials, transport etc. shall normally be permitted to come in / go out of the area between
9 AM to 5 PM only and this time also may be reduced by the concerned unit authorities due to security
reasons and contractor shall not have any claim on this account.

4.7.4. Contractor may also be allowed to carry out the work beyond 6 PM and up to 6 AM [day and night] with
prior approval of GE. No claim of contractor whatsoever shall be entertained if such permission is not
given by GE due to security reasons of the area. No movements of materials and transport to / out of site
of works shall be permitted during night, unless special permission is obtained from the factory / unit
authorities.

4.8. WORKS ON HOLIDAYS: The contractor shall not carry out any work on gazette holiday, 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 reason for
such declaration.

4.9. ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORKS:After the works are completed and
surplus stores etc.are removed, the contractor, his agents, representatives, workmen etc. may not be
allowed to have access to the restricted area except for attending any rectification of defects pointed out
to him by the GE.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 36

SPECIAL CONDITIONS [Continued]

4.10. 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 restricted area, must be fitted with serviceable fire extinguishers.

5. MINIMUM WAGES PAYABLE TO LABOUR:


5.1. Refer Condition – 58of IAFW – 2249. The contractor shall not pay wages lower than minimum wages for
labour as fixed by the Government of India/State Government/Union Territory / Competent Local Bodies
whichever is higher.

5.2. Contractor's attention is also drawn, amongst other things to the "explanations" to the Schedule of
Minimum Wages referred to above.

5.3. The fair wages referred to in Condition – 58of IAFW – 2249 will be deemed to be the same as the
minimum wages payable as referred to above as up to date from time to time.

5.4. Schedule of Minimum Wages are not enclosed alongwith tender documents. However contractor shall be
deemed to have verified the minimum fair wages payable as on last due date for submission of Bids.

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

6. ROYALTIES: Refer to Condition – 14of General Conditions of Contracts [IAFW – 2249]. No quarries on
Defence land are available.

7. LAND FOR TEMPORARY WORKSHOP, STORES, ETC: Please refer Condition – 24of IAFW – 2249. The
contractor shall be allotted land in the area as marked on the layout plan[s] for the purpose of erection of
temporary shed for storage of materials etc only at a nominal rent of ₹ 1.00 per Yearor part thereof in
respect of each and every separate area of land allotted to him. 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 expense outside the defence land.

8. WATER:
8.1. Refer Condition – 31 of General Conditions of Contracts IAFW – 2249 and Clause 1.13 of MES Schedule
Part – I.

8.2. Water will not be supplied by MES. The contractor shall make his own arrangement of water for the
purpose of drinking and execution of work from outside the defence land. The contractor shall intimate
to GE the source of water, which he proposes to use in the work and at his own cost get the water tested
from NABL accredited laboratory about the potablity of water so as to meet the requirements given in IS
– 456 and produce the certificate to the GE. Approval of GE shall be taken in writing before incorporating
the water in the work. If during progress of work source of water is changed by the contractor, same
procedure as above shall be followed and water will be incorporated in the work only after obtaining
written approval of GE.

9. ELECTRIC SUPPLY:
9.1. Electric supply required for the work shall be made available by MES at point [S] shown on site plan up
to 10 KVA only. The exact location of the electric point [S] will be shown by the GE. KWH meters to
register the electric energy supplied and main switch shall be provided and installed by the MES.
Contractor shall provide all necessary cables, fittings, etc, from the tapping point in order to ensure a
proper and suitable supply of electricity for execution of work. All contractor’s installation shall conform
to and strictly in accordance with Indian Electricity Rules. Moreover, the layout of cables etc as proposed
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 37

SPECIAL CONDITIONS [Continued]

by him shall be as per plan approved by the Engineer-in-Charge. The contractor will be charged for the
electric energy consumed for execution of works at the following rates:

[a] At ₹ 14.22 per unit for Lighting. [b] At ₹ 14.22 per unit for Power.

9.2. MES does not guarantee continuity of supply and no compensation whatsoever shall be allowed for
supply becoming intermittent or for breakdown in the system.

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

10. COORDINATION WITH OTHER AGENCIES: The contractor shall permit free access and afford normal
facilities and usual convenience to other agencies or Departmental workmen to carryout connected
works or services under separate arrangements. The contractor will not be allowed any extra payment on
this account.

11. NET WORK ANALYSIS:


11.1. The time and progress chart to be prepared as per Condition – 11of General Conditions of Contracts
[IAFW – 2249] shall consist of detailed network analysis and a time schedule. The critical path network
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. The schedule shall be submitted in four copies
within two weeks from the date of handing over the site.

11.2. During the currency of the work, the contractor is expected 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 the
work, the contractor is expected to participate in the reviews which may be undertaken at the discretion
of the GE, either as a periodical appraisal measure or when the quantum of work ordered on the
contractor is substantially changed through deviation orders or amendments. Any provisions 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.

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

11.4. The contractor shall mobilize and employ sufficient resources to achieve the detailed schedule daily
within the broad frame work of the accepted method of working and safety. No additional payment will
be made to contractor for any multiple shift work or other intensive methods contemplated by him in his
schedule even though the time schedule is approved by the department.

11.5. The contractor shall provide CPM chart and revised CPM chart as and whenrequired using appropriate
management software. The contractor shall show the revised CPM chart along with all requisite details
viz., material and labour etc., on computer / laptop at work site as and when required /demanded by the
Garrison Engineer.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 38

SPECIAL CONDITIONS [Continued]

12. SAMPLE OF MATERIALS:

12.1. Refer Condition – 10of IAFW – 2249 and Clause 1.6 & 1.7 of MES Schedule Part – I. Add following at the
end of Clause 1.7.3 of MES Schedule:

"Unless otherwise mentioned in the contract documents".

12.2. Materials provided by the contractor for incorporation in the works shall bear IS certification work. IS
means Indian Standards as issued by the Bureau of Indian Standards. Wherever in the specification "IS" is
referred to, it means the edition with all amendments, current on the due date of receipt of the tender
documents. The materials listed hereinafter shall be out of the makes as specified therein and as
approved by GE.

12.3. The tenderer is advised to inspect other materials which are displayed in the office of GE, before
submitting his tender. The tenderer shall be deemed to have inspected the samples and satisfied himself
as to the nature and quality of materials, required to incorporate in the work once he submits his quoted
tender irrespective of whether he has actually inspected them or not. The materials to be incorporated in
the work by the contractor shall be ISI marked or shall be superior in quality to sample displayed and shall
comply with the specifications given hereinafter.

12.4. The contractor shall not procure materials unless the samples are first got approved from the Garrison
Engineer in writing.

12.5. Samples of all the materials required for completion of entire contract shall be produced by the
contractor to GE in stages for approval within a period of one month from the date of commencement of
work as per Work Order No.1. Accordingly, CPM chart shall reflect the target date by which samples are
to be produced by the contractor.

12.6. The contractor shall submit a list of various materials / equipment to the GE within 02 weeks of
acceptance of tender, for which samples are required to be got approved from GE in this work and the list
shall be returned to contractor duly approved by GE immediately but not later than 07 days of receipt of
the same with a copy to Accepting Officer. The list so approved by GE shall not be final but will serve as a
guide only. It is contractor’s responsibility to produce samples of all the materials for approval of GE
before incorporation of the materials in the work. If it is found that any material has been incorporated in
the work by the contractor without getting the sample approved from GE, GE shall be at liberty to reject
the same at any time without assigning any reason. Contractor shall have to remove / demolish the same
without any extra cost. No claim of contractor shall be entertained on this account.

12.7. PROPRIETARY MATERIALS:


12.7.1. The contractor shall ensure that proprietary materials such as paint, Water proofing compound and
chemical for Anti Termite Treatment and the like quantity of which cannot be checked after incorporation
in the work shall be inspected by the Engineer-in-Charge when brought to site. The quantity brought shall
be measured and recorded in the measurement book[s] and signed by the contractor and Engineer-in-
Charge as a check to ensure that the required quantity has been brought to site for incorporation in the
work.

12.7.2. Proprietary materials brought to site shall be stored as directed by the Engineer-in-Charge. The quantity
already recorded in the measurement book[s] shall be suitably marked for identification.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 39

SPECIAL CONDITIONS [Continued]

12.7.3. The contractor shall obtain/procure proprietary branded materials only from manufacturer or their
authorised dealers/ stockists where such authorisedstockists have been appointed. The contractor shall
produce original receipted vouchers of suppliers to the GE to ensure that the contractor has actually
brought the required quantity and the quality of the materials from authorised dealers/manufacturers
and also to find out the rates thereof. These vouchers shall be endorsed, dated and initialed by the
Engineer-in-Charge giving the contract number and name of work and a certified copy of each of such
vouchers signed by both the Engineer-in-Charge and the contractor shall be kept in MES record.
Materials used in the work are identical with approved samples and uniform throughout. GE has the right
to effect recovery against default of contractor for non-production of cash bills/invoices and / or test
results/certificate of the materials at his discretion keeping in view the standard laboratory test charges
also. CE`s decision shall be final and binding in case of contractor’s objection on quantum of recovery
made by GE. GE may also with-hold/recover requisite amount from RAR/final bill for any devaluation
against material/workmanship out of executed work arising of Technical Examination of Works.

12.7.4. When the cost of each category of materials is less than ₹ 500.00, production of vouchers may not be
insisted upon if the GE is otherwise satisfied with the quality of materials.

12.7.5. The contractor shall ensure that materials are brought to site in original sealed containers/packing,
bearing manufacturers markings.

12.7.6. GE has the right to affect recovery against default of contractor for non-production of cash bills/invoices
and / or test results/certificate of the materials at his discretion keeping in view the standard laboratory
test charges also. CE’s decision shall be final and binding in case of contractor’s objection on quantum of
recovery made by GE. GE may also with-hold/recover requisite amount from RAR/final bill for any
devaluation against material/workmanship out of executed work arising of Technical Examination of
Works.

13. RECORD OF CONSUMPTION OF CEMENT:


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

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

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

14. PERIOD OF KEEPING THE TENDER OPEN: The tender for the works shall remain open for acceptance for a
period of 60 [Sixty] Days from the next date subsequent to last date of bid submission.

15. ADVANCE ON ACCOUNT OF MATERIAL WHICH DOES NOT LOOSE IDENTITY [CONDITION – 64OF IAFW –
2249 – ADVANCE ON ACCOUNT]:

15.1. Add the following in continuation of Para – 8of Condition – 64of IAFW – 2249 "provided further the
contractor may be paid advance on account of the full value of the under mentioned materials brought
on the site, on his furnishing guarantee bonds from a schedule bank for the amount of Retention Money
which should otherwise be recoverable from him under the contract":
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 40

SPECIAL CONDITIONS [Continued]

[a] Transformer
[b] Earth plates
[c] Cables / Wires/ Switch gears
[d] Any nonperishable materials which do not lose its identity, at the discretion of GE.

15.2. The Bank Guarantee Bonds shall be executed for a period and on a form as directed by the Accepting
Officer. The contractor shall further arrange to extend the period of guarantee bond if and when
necessary, as directed by the Accepting Officer or shall furnish fresh guarantee bond of similar value.

15.3. It may be noted that the advance on account to the full value of materials brought on the site is
permissible only in respect of fittings and fixtures and other manufactured items which do not lose their
identity. Materials like bricks, aggregate, cement, paints, pre-castconcrete and similar items shall not be
taken in the list.

16. SECURITY OF CLASSIFIED DOCUMENTS: Contractor’s special attention is drawn to Condition – 2A & 3 of
IAFW – 2249 [General Conditions of Contracts]. The contractor shall not communicate any classified
information regarding the work either to sub-contractor or other 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 the work and shall return all documents on completion of the works or
earlier on termination of the contract. The contractor shall along with the final bill attach a receipt of his
having returned the classified documents as per Condition – 3 of IAFW – 2249 [General Conditions of
Contracts.

17. OFFICIAL SECRET ACT: The contractor shall be bound by the Official Secret Act 1923.
18. RECORD OF MATERIALS:
18.1. The quantity of materials such as cement, steel, paints, bitumen, water proofing compound, chemical for
anti-termite treatment and the like, as directed by the Engineer-in-Charge [The quantity of which cannot
be checked after incorporation in the work] 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. Batch No./ Lot No. mentioned on packing of the items shall also be
recorded in the MB.

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

18.3 The contractor shall produce to the GE, original receipted vouchers/invoices in respect of the supplies.
The vouchers / invoices so produced and verified shall be stamped by Engineer-in-Charge indicating
contract number, name of work under his dated signature. The contractor shall ensure that the materials
are brought to site in original sealed containers / packing, bearing manufacturer marking except in the
case of the requirement of material being less than smallest packing.

18.4 Contractor shall produce vouchers / invoices in original from the manufacturers and / or their authorised
distributors only for the full quantity of the following materials as applicable and any other items as asked
by Accepting Officer / GE as pre-requisite before submitting claims for payment of advances on account
of the work done and / or materials collected in accordance with Condition – 64of General Conditions of
Contracts IAFW – 2249:

[a] Transformer
[b] Earth plates
[c] Cables / Wires/ Switch gears
[d] Any nonperishable materials which do not lose its identity, at the discretion of GE.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 41

SPECIAL CONDITIONS [Continued]

19. CLEANING DOWN: Refer Condition – 49 of IAFW – 2249, General Conditions of Contracts.The contractor
shall clean all floors, walls, remove cement /lime paint marks/drops, etc. clean the joinery, glass panes,
etc. touch up all painting works and carryout all other necessary items of works in connection therewith
and leave the whole premises clean and tidy to the entire satisfaction of Engineer-in-Charge before
handing over the buildings / works. No extra payment shall be admissible to the contractor for this
operation. The contractor shall also clean all surrounding areas where building materials were kept or
where ground was disturbed during execution of the work and make it as per original condition without
any extra cost.
20. PERFORMANCE SECURITY: The tenderers shall note that the successful tenderer [either enlisted or un-
enlisted] is required to lodge Performance Security for an amount equal to 5% of the Contract Sum
within 28 Days of receipt of Letter of Acceptance in the form of Bank Guarantee in the prescribed format
or Government Securities or FDR or any other Government Instruments with the Accepting Officer in
terms of Condition – 19 of IAFW – 2249, General Conditions of Contracts. The Performance Security shall
be valid till expiry of Defects Liability Period as stipulated here-in-after PLUS Two Months. In case the
tenderer fails to deposit the Performance Security within the stipulated period, the award of work shall
be cancelled and Earnest Money deposited by him shall be forfeited. In case of MES enlisted Contractors,
the amount equal to the Earnest Money stipulated in the Notice of Tender, shall be notified to the
tenderer for depositing the amount through MRO. Issue of tender to such tenderer shall remain
suspended till the aforesaid amount equal to Earnest Money is deposited in Government Treasury. The
contractor shall not be entitled for any compensation whatsoever on this account. The Work Order for
commencing the work shall be placed by the GE only after receipt of above Performance Security by the
Accepting Officer within the stipulated time period.
21. DEFECTS LIABILITY PERIOD:Refer Condition – 46[d] of IAFW – 2249, General Conditions of Contracts. The
Defects Liability Period for this work shall be Twenty Four [24] Calendar Months from the certified date
of final completion of the work.
22. GST ON WORKS CONTRACTS BY STATE GOVERNMENT: The tenderer’s Unit Rates / Lumpsum Amount
shall deemed to include the GST levied by the State Government as fixed from time to time and no claim
on account of GST shall be admissible. Tender will be considered non-bonafide if any stipulation is made
by the tenderers in this regard and tender will be liable for rejection. As per State Government GST Act,
tax at applicable percent will be deducted at source by GE as per State Government Orders issued from
time to time. Contractor’s Unit Rate / Lumpsum amount shall be deemed to include this aspect and
nothing extra shall be payable to contractor on this account. GST @ 2% [1% for SGST + 1% for CGST] shall
be recovered at source from the RAR & Final Bill payments.
23. LABOUR WELFARE TAX / CESS: The Unit Rates / Lumpsum Amount quoted by the tenderer shall be
deemed to include Labour Welfare Tax as fixed by the Government and the same will be recovered at
source @1% from the RAR & Final Bill payments.
24. EMPLOYEES’ PROVIDENT FUND: The contractor shall be in possession of EPF Code Number and all the
workers employed by him shall be enrolled as member of Employees’ Provident Fund and shall have
Universal Account Number [UAN]. The contractor shall render a certificate that all workers directly or
indirectly employed by him are registered for EPF and the due contributions have been credited in to
their accounts, before claiming for any payment. The payments shall be released only on verifying the
same from Official Website of EPFO [www.epfindia.gov.in].
25. PHOTOGRAPHY AT SITE OF WORKS: The Contractor shall submit colour photographs of various stages of
construction at the site of works in properly bound album all as directed by GE.

[a] Size : Post Card


[b] No. of Sets : 03 [Minimum 36 Photographs in each set]
[c] Soft Copy in CD in JPEG format : In Original
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 42

SPECIAL CONDITIONS [Continued]

26. DIGITAL RECORDS:


26.1. During execution of works, records of all hidden works, deviation and important stages of work shall be
maintained using digital photography duly signed by AGE, GE and Contractor. All such records shall be
submitted to higher authorities when called for and/or for verification during finalisation of DOs. These
records need to be produced as proof by the GE/AGE in case of disputes. The decision of the GE with
regard to recording of part/portion or full details of hidden works, deviation and important stages of
works shall be final and binding. In case of dispute between the GE and Contractor with regard to
measurements/ finalisation of DOs [in respect of recorded works] the decision of Accepting Officer shall
be final and binding.

26.2. Contractor shall not proceed with the next stage unless photographs are taken for the previous stage.
These photographs shall be preserved on CDs for future reference. GE shall arrange for digital camera and
CDs required for the same.

26.3. Contractors shall consider all such provisions in their quotation before quoting the tender and their
quoted rates shall be deemed to include all the incidental expenses [direct or indirect] required for such
provisions and nothing extra will be entertained on this account.

27. BLANK

28. BLANK

29. REIMBURSEMENT/REFUND ON VARIATION IN "TAXES DIRECTLY RELATED TO CONTRACT VALUE":

29.1. The rates quoted by the contractor shall be deemed to be inclusive of all taxes [including Sales Tax / VAT
on Materials, Sales Tax / VAT on Works Contract, Turnover Tax, Service Tax, Labour Welfare Cess / Tax
etc.], Duties, Royalties, Octroi & Other levies payable under the respective statutes. No reimbursement /
refund for variation in rates of taxes, 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 Para 29.2herein below.

29.2. [a] The taxes which are levied by the Government 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 submission of
Bids. Any increase in percentage rates of "Taxes directly related to contract value" with reference
to prevailing rates on last due date for submission of Bids 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 submission of Bids shall be refunded by the contractor to
the Government/deducted by the Government from any payments due to the contractor.
Similarly, imposition of any new "taxes directly related to contract value" after the last due date
for submission of Bids shall be reimbursed to the contractor and abolition of any "taxes directly
related to contract value" prevailing on last due date for submission of Bids shall be refunded by
the contractor to the Government /deducted by the Government from the payments due to the
contractor.

[b] The contractors shall within a reasonable time of his becoming aware of variation in percentage
rates and / or imposition of any further "taxes directly related to contract value" give written
notice thereof to the GE stating that the same is given pursuant to this Special Condition,
together with all information relating thereto which he may be in a position to supply. The
contractors shall also submit the other documentary proof/information as the GE may require.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 43

SPECIAL CONDITIONS [Continued]

[c] 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 Government, 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.

[d] Reimbursement for increase in percentage rates/imposition of "Taxes directly related to contract
value" shall be made only if contractors necessarily and properly pays additional "Taxes directly
related to contract value" to the Government, without getting the same adjusted against any
other tax liability or without getting the same refunded from the concerned Government
Authority and submits documentary proof for the same as the GE may require.

30. ELECTRICAL LICENSE:

30.1. The successful bidder shall obtain a valid Electrical License of required class in their name or shall engage
an agency having valid Electrical License of required class through proper agreement / MOU for execution
of the subject work / all the electrical works to the extent Rule 29 under Part – III of Central Electricity
Authority [Measures Relating to Safety and Electric Supply] Regulation, 2010 is applicable and forming
part of the subject work. All the electrical works / electrical component of works shall be executed by you
or through such agency only having valid Electrical License of required class. The Electrical License shall be
obtained from the concerned authorities of State Government / Union Territory where the works are to
be executed. Any violation of this condition shall be sufficient reason for cancelling the contract awarded.

30.2. Prior to commencement of electrical work / electrical component of works, copy of valid Electrical
License in the name of the contractor or copy of agreement with agency having valid Electrical License
along with agency’s Electrical License shall be submitted by the contractor to the Accepting Officer
through GE. If the contractor does not possess valid Electrical License and intends to get the electrical
works / electrical component of works executed through agency having valid Electrical License and with
whom he has agreement, prior approval of such agency shall be obtained from the Accepting Officer.

30.3. In addition, supervisor for execution of electrical works / electrical component of works employed by the
contractor shall possess Supervisor Certificate of competency issued by concerned State Government /
Union Territory and the workers / tradesmen for execution of electrical works / electrical component
works shall hold necessary Permit issued by the concerned State Government / Union Territory.
Reference of Electrical License and details of supervisor’s certificate of competency and permit of
tradesmen employed for execution of electrical works / electrical component of works shall be duly
incorporated in the Works Dairy and relevant site documents respectively for the whole period during
which such work is executed.

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 44

PARTICULAR SPECIFICATIONS

1. GENERAL:
1.1. The particular specifications shall be read in conjunction with the General conditions of Contracts [IAFW –
2249] and IAFW – 1779A including Errata/Amendments thereto. If any provision in these specifications is
at variance with that of the aforesaid documents, the former shall take precedence there over.

1.2. The work under this contract shall be carried out in accordance with Schedule "A", Particular
Specifications, Drawings, General Specifications and other provisions inMES Standard Schedule of Rates,
Part – I [2009] [Specifications] and MES Standard Schedule of Rates, Part – II [2020] [Rates]read in
conjunction with each other.

1.3 The term "General Specifications" referred to herein before as well as referred to in IAFW – 2249
[General conditions of contracts] shall mean the specifications contained in the MES Schedule.

1.4 General Rules, specifications, special conditions and all preambles in the MES Schedule shall be deemed
to apply to the work under this contract, unless mentioned otherwise in these documents, in which case,
the provision in these documents shall take precedence over the aforesaid provisions in the MES
Schedule.

1.5 Particular specifications given hereinafter are in brief and are only to particularise, amend or emphasize
the aforesaid specifications which are not repeated here. In case of any discrepancy between the two,
specifications mentioned hereinafter shall take precedence over MES Schedule.

1.6 Rate quoted for a particular item by the tenderer shall be deemed to include for any minor details/items
of work and /or construction which are obviously and fairly intended and which may not have been
included in these documents but which are essential for the execution and entire completion of work.

1.7 Decision of the Accepting Officer as to whether any minor details of work and/or construction is obviously
and fairly intended to be included in the contract or not, shall be final, conclusive and binding.

2. SCOPE OF WORK:

2.1. The scope of work includes the full, final and entire completion of all works all as described in Schedule
"A", shown on relevant drawings and specified in the particular specifications hereinafter including
testing and commissioning and also includes any other connected items of work required for entire
completion, testing and commissioning, but not specifically mentioned.

2.2. Probable sources of material are given hereinafter to. However, the samples shall be got approved by GE
before bulk procurement of the material. The contractor may bring material conforming to the
specifications from other sources without any price adjustment. If the contractor proposes to use
materials from such other sources, sample thereof shall be submitted to the GE the same shall be got
approved in writing from the GE before procurement in bulk and incorporation in the work.

3. SAMPLES OF MATERIALS AND INDIAN STANDARDS:

3.1. In case where materials are specified to conform to samples the tenderer is advised to inspect samples of
the materials which are displayed in the office of the GE before submitting his tender. The tenderer shall
be deemed to have inspected the samples and satisfied himself so as to the nature and quality of
materials he is required to incorporate in the work irrespective of whether he has actually inspected
them or not. The materials to be incorporated in the work by the contractor, shall conform to or shall be
superior in quality to the sample displayed and shall comply with the specifications given hereinafter.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 45

PARTICULAR SPECIFICATIONS [Continued]

3.2. The contractor shall produce sample of materials and get them approved by the GE before
commencement/incorporation in the work.

3.3. The contractor shall procure materials from following sources:

[a] Local Materials : Materials as specified here-in-after in Particular Specifications.

[b] ISI Marked Materials : From any make / brand listed here-in-after in Particular
Specifications after getting sample approved from GE.

[c] Items not covered here-in-after in : Written approval of GE and BIS certification
Particular Specifications

3.4. For ISI marked materials, contractor shall download list of manufacturers having valid BIS license from
www.bis.gov.in and propose name of one manufacturer out of this list who is meeting contract
specification criteria to Engineer-in-Charge, who will process it to GE for approval after verification from
BIS site. AE/JE [QS & C] of GE Office will recheck the same from internet and endorse his recommendation
and put up for approval of GE. Material will be procured after approval of GE.

3.5. The printout having signature of all concerned including GE will be kept on record and approval will be
conveyed within 7 days of contractor’s request.

3.6. After sample approval GE shall send an e-mail to manufacturer [not the authorised dealer] intimating him
name of firm, approximate quantity of material being procured by the contractor and request the
manufacturer to ensure that his product only is purchased by the contractor from proper authorised
source. A printout of the e-mail sent to manufacturer shall be kept on record duly signed by the GE and a
copy thereof will be sent by post to the manufacturer.

3.7. In cases involving suspected procurement of spurious material purchase vouchers shall be verified
through the manufacturer and proof of payment shall be obtained from the contractor by Engineer-in-
Charge.

3.8. Where no licensee exists for a particular item as per BIS web site, GE will permit procurement of
materials conforming to IS from manufacturer to be decided by GE.

3.9. The main items to be incorporated in work like cables, joints, conductors, insulators, switches, etc., shall
invariably be ISI marked. Where IS marked products are not available in the country, these shall conform
to relevant BS specifications.

3.10. If any material conforming to IS specification is not manufactured the same shall be got approved by GE.
Approval of GE referred to in MES Schedule Part – I shall be in writing. Approved samples shall be labelled
as such and signed by the contractor and Engineer-in-Charge. They shall be in the custody of GE/
Engineer-in-Charge till completion of the work.

3.11. All manufactured articles required for incorporation in work shall be brought to site in the manufacturer’s
original packing with the seal intact. The materials shall be procured from the manufacturer[s] or their
authorised dealer[s] only and original purchase vouchers duly machine numbered and bearing the ST/SC
number and manufacture’s test certificates [duly cross linked in the purchase voucher] shall be submitted
by the contractor to the department for inspection and perusal before approval of material.
Incorporation shall be done after material is approved by GE in writing.

3.12. In addition to the above, the contractor shall have to produce the following for verification:
[a] Excise gate passes [bearing equipment Nos.] for items like Transformers, DG Sets, Alternators,
RMU, HT Panels, VCB, LT & HT Cables, Cable Joints, Insulators, GOD, Lightning Arrestors, Switches,
etc. [If quantity is more].
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 46

PARTICULAR SPECIFICATIONS [Continued]

[b] Routine test certificates for the Transformers, DG Sets, Alternators, RMU, HT Panels, VCB, LT & HT
Cables, Cable Joint, Insulators, GOD, Lightning Arrestors, etc. being supplied.

[c] Type test certificates for the prototype of Transformer, RMU, VCB, LT & HT Panels etc as per IS.

3.13. Executives and the contractor are to clearly understand that “Sample Approval” and “Material
Approval” are two distinct activities & phases and proper record for both these activities in a proper
samples & materials approval register is to be kept.

3.14. No foreign exchange shall be made available by the department.


3.15. WORKMANSHIP: Workmanship shall be of good standard. The GE shall be the sole judge as to whether
or not the workmanship is of the required standard.

4. EXTERNAL ELECTRIFICATION:
4.1. GENERAL REQUIREMENT:
4.1.1. The requirement pertaining to materials, conformity with Indian Electricity Act and rules, workmanship,
testing, record of installations, safety procedures and practices and fire safety, shall be all as specified
in MES Schedule Part – I [Specifications] Clause 19.2.

4.1.2. The contractor is deemed to have included in rates, cost of making holes/ chases where required
through roads/masonry or concrete work for taking in cables/conduits and conductors, etc., and
making good the same to match with existing work.

4.1.3. All materials, fittings appliances etc., used in electrical installations shall conform to relevant IS
specifications and shall be well finished. If any material conforming to IS specification is not
manufactured, the same shall be got approved by GE.

4.1.4. Approval of sample of materials shall be in writing. Approved samples shall be labelled as such and
signed by the contractor and Engineer-in-Charge. They shall be in the custody of GE/ Engineer-in-
Charge till completion of the work.

4.1.5. The materials shall be brought to site by the contractor in maker’s original packing with seal intact or
with maker’s wrapper on and shall not be installed unless approved by the Engineer-in-Charge.
Necessary test certificate for the materials shall be produced by the contractor on demand by the
Engineer-in-Charge.

4.1.6. EXECUTION OF WORKS: All works shall be carried out by skilled technicians of relevant trade as
specified here-in-before. Local regulations particularly relating to the safety of men and equipment
during installation and subsequent operation shall be complied with.

4.2. STANDARDS: All materials supplied and incorporated in the work shall comply with requirement of
relevant Indian Standards. The contractor shall ensure that samples of all materials to be incorporated
in the work shall be got approved by the GE before commencement of work.

4.3. All screws used in the work shall be alloy aluminium or cadmium plated iron as approved by GE. Cover
for pressed steel terminal boxes shall be fixed with cadmium plated iron screws.

4.4. EXCAVATION AND EARTH WORK FOR CABLE: The trenches for cable shall be upto a depth of 75cm for
LT Cable and 90cm for HT Cables and width as per IS – 1255 with allowances for horizontal inter axial as
specified in MES Schedule Part – I and bottom of trenches shall be formed to level and gradients all as
specified in MES Schedule Part – I. In case excavation is done more than those required, the excess shall
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 47

PARTICULAR SPECIFICATIONS [Continued]

be made good by cement concrete [1:7:12] with 20mm graded aggregate. Bailing and pumping of
water, if required will be done as described in clause 3.17 of MES Schedule Part – I. No extra payment
shall be admissible for the above-mentioned operation. All surplus spoil shall be disposed off to a
distance not exceeding 50metres as directed by the Engineer-in-Charge.

4.5. FILLING IN TRENCHES: Filling shall be done with approved earth. It shall be ensured that turf, peat
vegetable & other organic and deleterious matter is removed from the soil used for filling. Black cotton
soil shall not be used for filling. Earth obtained from excavation shall be used for filling only after
approval of Engineer–in- Charge. Filling shall be done as specified in clause 3.19 of MES Schedule Part –
I & filling in trenches for pipes, drains, cables etc shall be done as per clause 3.20 of MES Schedule Part
– I.

4.6. SAND CUSHIONING: Sand for cushioning shall be clean dry river sand and free from deleterious matter
and obtained from the source approved by GE. Sand cushioning shall be done as specified in clause No
19.25 of MES Schedule Part – I.

4.7. ROAD CROSSING: When crossing roadways, it is preferable to cross on the skew to reduce the angle of
the bend as the cable enters and leaves the road crossing. The cable shall pass through a GI pipe.

4.8. PRECAST CABLE PROTECTION COVERS: PCC covers of sizes as specified in Schedule "A" shall be
provided. Precast concrete cable covers shall comply with IS – 5820, Specification for precast concrete
cable covers and shall be of class and type as indicated in the schedule. The concrete used in the
manufacture of cable covers shall be of a grade not lower than M-20.

4.9. GI PIPE FOR PROTECTION OF CABLES: GI pipe of grade as indicated in Schedule "A" shall conform to IS
– 1239 [Part – I] and fittings shall be galvanized and conforming to IS – 1239 [Part – II]. GI pipes for
drawing cable shall be all as described in Schedule "A". Ends of pipes shall be properly sealed with
wooden bush and bitumen Compound after drawing the cable through pipes. Where cables are to be
fixed along with poles, these shall be drawn through pipes. The pipes shall be fixed to poles by
providing proper clamps.

5. LT UG CABLES:
5.1. LT UG cables shall be XLPE insulated & PVC sheathed with multi-stranded aluminium conductors, heavy
duty armoured and IS – 7098 [Part – I] marked.

5.2. All cables to be used in the work shall conform to relevant IS Specifications. The contractor shall
produce necessary test certificates in original stating that the cables proposed to be incorporated in the
work by the contractor is manufactured all in conformity with the above IS specifications. The
contractor shall also ensure this by keeping intact the manufacturer’s original seal on the cable drums.

5.3. The tenderer shall submit the manufacturer’s test certificates giving full particulars/specifications of
cable, the drum number etc. [which shall be co-related with details in the purchase voucher],
constructional details and maximum continuous current carrying capacities in ground, air and in duct
along with standard design conditions. It shall be guaranteed by the tenderer that the cables offered
by him shall be of specified sizes / makes and shall carry normal load as well as short circuit current in
the event of any fault at ground conditions.

5.4. All cables shall be as mentioned in Schedule "A" and shall be laid/fixed and tested strictly in accordance
as specified in clause 19.73 to 19.86, 19.88 and 19.95 of MES Schedule Part – I.

5.5. The essential data as mentioned in clause No.19.95 of MES Schedule Part – I as cable record shall be
furnished by the contractor for all the underground cable and installations.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 48

PARTICULAR SPECIFICATIONS [Continued]

5.6. Wherever cables will be crossing or running parallel to existing telephone cables, suitable measures will
be taken and inter-separating distance will be as per latest IS on the subject.

5.7. While laying underground cables under paths, roads etc., exact depth at which the cable are to be laid
shall be directed by Engineer-in-Charge. Cables shall not be bent to small radius while laying in
trenches/ducts. The minimum safe bending radius shall be taken as 12 times the diameter of the cable.
Cable gland shall be made of brass and conforming to relevant IS specifications.

5.9. Cable path indicators shall be provided at distance of every 100 metres and at cable joints and turning
of all cables and cables sizes and voltage written on it. The CI path indicator 200mm dia, 12mm thick
duly embossed with lettering "MES HT Cable or MES LT Cable" [as applicable] shall be fixed on MS angle
iron 40X40X6mm, 60 mm long embedded in concrete block 300X300X300mm, in PCC 1:3:6, Type C-1
using 20 mm graded stone aggregate. The cable path indicators shall be erected at the time of refilling
the trenches and cable path indicator shall be painted "Brown" for HT 11 KV cables and "Blue" for LT
cables.

5.10. TESTING OF CABLES: The cables shall be tested before laying, after laying and jointing, as specified in
clause 19.93 of MES Schedule Part – I. The cable record shall be maintained all as per clause 19.95 of
MES Schedule Part – I. All the expenses incurred on tests shall be borne by the contractor without any
extra cost the Government. If the results of tests are not found satisfactory, the contractor shall at his
expense, rectify / replace the defective equipment / materials or any part thereof as directed by the
Engineer-in-Charge. The decision of the Accepting Officer shall be final, conclusive and binding.

5.11. CABLE GLAND: LT cables shall be terminated into the equipment by means of compression type gland
all as specified in Schedule "A" and as specified in clause 19.8.6.1 of MES Schedule Part – I.

5.12. GI PIPE FOR PROTECTION OF CABLES: GI pipe of grade as indicated in Schedule "A" shall conform to IS
– 1239 [Part – I] and fittings shall be galvanized and conforming to IS – 1239 [Part – II]. GI pipes for
drawing cable shall be all as described in Schedule "A". Ends of pipes shall be properly sealed with
wooden bush and bitumen Compound after drawing the cable through pipes. Where cables are to be
fixed along with poles, these shall be drawn through pipes. The pipes shall be fixed to poles by
providing proper clamps.

5.13. CABLE PROTECTION: PCC covers of sizes as specified in Schedule "A" shall be provided. These shall
conform to IS – 5820.

5.14. CABLE JOINTING AND CABLE TERMINATION:


5.14.1. Cable jointing shall be done all as specified in clause 19.85 of MES Schedule Part – I.
5.14.2. Cable as far as possible shall be laid in complete lengths, uncut lengths from one termination to the
other. Before start of cable laying, cable schedule shall be prepared and approved by Engineer-in-
Charge to minimize / avoid straight through joints required in the entire work.

5.14.3. All cable jointing in terminals or straight through joint boxes shall be carried out by experienced/trained
and qualified cable jointer.

5.15. CABLE TERMINATION AND STRAIGHT THROUGH JOINTING KITS FOR LT XLPE CABLES:
5.15.1. The cable termination kits and straight through joints shall be suitable for LT XLPE cables and shall be of
Hot / Cold shrinkable or push type on with sound and proven technology. This termination shall be
environmental friendly and flame retardant.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 49

PARTICULAR SPECIFICATIONS [Continued]

5.15.2. Joints shall be all as specified in Schedule "A" and in Clauses 19.85.3 of MES Schedule Part – I.
Contractor shall produce the test certificates as specified in clause 19.85.3 of MES Schedule Part – I to
GE before incorporating in the work.

6. LT PANEL:

6.1. GENERAL: Design, manufacture, testing, supply, install and commission cubical type, sheet steel
enclosures, free standing floor mounting, Outdoor type or Indoor type LT Panel as per specifications
given below and as specified in Schedule "A" and confirming to IS – 375. The Contractor shall submit
drawings for panel boards with complete details for acceptance before starting manufacture of LT
panels. LT panel shall be from any of the CPRI approved manufacturer.

6.2. SYSTEM: The LT panel shall be suitable for operation on Three Phase, 4 Wire, 415 Volts, 50 Hz, Neutral
earthed and short circuit fault level not less than 10 KA at 415 Volts and shall be suitable to withstand a
Fault level of 50 KA [RMS] for one second. Rated normal voltage shall be 415 Volts as specified in
Schedule "A".

6.3. STANDARD: The design, manufacture and testing of the various LT panel covered by this specification
shall comply with latest edition of the relevant Indian Standard and Indian Electricity Acts.

6.4. CONSTRUCTION: Mainframe of LT Cubical Panel / Switchboard including Doors and Covers shall be
fabricated with minimum3.15 mm thick CRCA Sheet for Outdoor type and 2mm thick CRCA Sheet for
Indoor type. CRCA Sheet shall be folded and braced as necessary to provide a rigid support for all
components. Joints of any kinds in sheet shall be seam welded. All welding slag grounded off and
welding pit wiped smooth with plumber metal. All panel and covers shall be properly fitted and square
with frames and holes in the panel correctly positioned. Fixing screws shall be fixed in position with
shank nuts. Self threading screws shall not be used in construction of Panel / Switchboard. Panel/
switchboard shall be totally enclosed design conforming to Protection Class IP – 54 for Outdoor type
and IP – 43 for Indoor type as per IS – 2143. Soft compressible Neoprene gasket shall be used between
all metal joints, doors and covers to prevent ingress of dust and moisture. A horizontal wire way with
screwed cover shall be provided at the top to take inter connecting control wiring between different
vertical sections. Separate and adequate size compartment shall be provided for accommodating
instruments, indicating lamps, control contactors, control fuses and for outlet from each switches etc.
These shall be accessible for testing and maintenance without any danger of accidental contact with
live parts of circuit breaker bus bar connection. The panel/switch board shall be designed for natural
cooling. A cover plate at the top of the vertical section will be provided with a ventilating hood. External
aperture of ventilating way is covered with a perforated sheet having holes less than 1.00mm dia.
Danger boards shall be provided to all the LT panel boards as per IS specification. The holes provided
for incoming and outgoing cables in the panel shall be covered with sliding cover to provide short
circuit hazards due to lizards/insects etc.

6.5. INSTRUMENT ACCOMMODATION: Separate and adequate compartments shall be provided for
accommodating instruments indicating lamps and control fuses etc. These shall be accessible for testing
and maintenance without any danger of accidental contact with live parts of circuit breaker, bus bar
and connections. Every MCCB shall be provided with ampere meter of suitable rating. Voltmeter shall
be provided only on incoming switch of each panel.

6.6. CIRCUIT COMPARTMENTS: Each switch fuse unit shall be housed in a separate compartment and shall
be enclosed on all sides. Sheet steel hinged lockable door shall be duly interlocked with switch as
mentioned in IS – 8623 in "ON" position.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 50

PARTICULAR SPECIFICATIONS [Continued]

6.7. BUSBAR:
6.7.1. Busbars shall be either of copper or aluminium of rated capacity as specified in Schedule "A". Cross
section of Busbars shall preferably be rectangular and for each phase and neutral shall be same and
shall be extendable on either side. Copper busbars shall be made of high conductivity 99.9% pure
copper of ETP Grade. Aluminium busbars shall be made of 63401 WP Grade Aluminium Alloy. All the
busbars shall have full round edges and shall be suitably braced with non-hygroscopic SMC supports of
660 Volts Grade. The rating of bus bar is for a maximum total operating temperature of 110°C at an
ambient of 40°C [at full load current] with uniform cross section with maximum current density of 1.6 A
/ Sq.mm for copper.

6.7.2. All the Busbars shall be fully air insulated and shall be colour coded in Red, Yellow, Blue and Black
colours as per the standard practices using heat shrinkable PVC Sleeves for easy identification of
individual phases and neutral. The inter connection shall be sleeved with PVC insulated tapes and
colour coded. The bus bars shall be supported on suitable insulator, supports at short intervals to
withstand the forces arising from short circuit on the system. Automatically operated safety shutters to
screen in the live parts when breaker is withdrawn from the cubicle shall be provided in case of ACBs.

6.7.3. Horizontal bus bar shall be run at the top or at the bottom of the panel in a separate chamber and the
chamber shall be adequately ventilated.

6.7.4. Vertical bus bar feeding the breaker shall be provided in each cubicle. Connections between bus bars
and circuit breakers terminals shall be through aluminium strips/ copper strips of proper size to carry
full rated current and insulated with sleeves. Copper strips shall be used where called for.

6.8. PAINTING: Every panel/ switch board shall be painted with two coats of epoxy powder paint over a
coat of primer after undergoing a rigorous metal treatment process involving alkaline degreasing, de-
scaling in dilute sulphuric acid or any other acid and phosphate. Paint shade will be 631 of IS – 5.

6.9. TERMINALS: The incoming and outgoing cable will enter the panel from top or from sides. However, it
can be taken from bottom, if situation warrants. Outgoing terminals of breaker and neutral link shall be
brought to a terminal block suitably located at the rear side of the panel. A separate cable
compartment can be provided for incoming and outgoing cables. Adequate space should be provided at
the terminal point to give proper bend to cable before connection and at entry point cable inside the
panel shall be properly clamped on sidewall at the rear. There should be sufficient space at the rear to
avoid bunching of cables. Each cable should be able to come out without affecting other cable in case
of replacement/breakdown. All cables shall enter into the Panel/Distribution Board/Switch Fuse Unit
with double compression brass glands. Cost of gland is deemed to be included in the quoted cost of
cable. An adopter box by extending the input and output terminals of the switchgear shall be provided
where there is difficulty in terminating No. of runs of cables and the cost of the same is deemed to be
inclusive in the cost of panel.
6.10. SIZE OF CONTROL CABLES: Cross sectional area of control cable shall be minimum 1.50 Sq.mm of
copper with the insulation level of 660 V conforming to IS – 694 and as specified here-in-after.

6.11. TEST: Prototype of all panel supplied as per above specification should have been tested and approved
previously by CPRI. Tenderer should submit the dimensional drawings of prototype LT panels tested
along with test results. All routine and type test result should conform to IS – 8623.

6.12. RUBBER MATS: The rubber mats shall be 15 mm thick. These shall be solid rubber insulating material to
be laid before the panels. Rubber mat shall be made from compound vulcanised rubber free from filler
insertions and fibre materials. The upper surface shall have ribbed pattern. The lower surface shall be
finished in cloth imprint. Mats shall be free from plasters, pinhole, embedded foreign maters and the
other physical defects. It shall be ISI marked. The rate quoted against LT panel is deemed to be
including rubber mats as required.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 51

PARTICULAR SPECIFICATIONS [Continued]

6.13. DANGER NOTICE PLATES: Danger notice plate shall be provided on all electrical equipment like LT
switchgear, bus duct etc. The danger notice plate shall conform to IS – 2551: 1963. 250 X 200 mm size
danger notice plate for 11 KV and 433/380 volts respectively shall be provided as directed by Engineer –
in – Charge. The plates shall be made from 1.6mm thick MS sheet, vitreous enamel white. The letter,
figures and conversional skull and bones in signal red colour shall be fixed either with 25 X 3 mm MS
clamps or rivet/nut bolts.

7. 11 KV GRADE POWER CABLES:

7.1. Aluminum conductor XLPE insulated armoured cables shall be used in this work. Cables shall be laid
conforming to IS – 1255.

7.2. TECHNICAL REQUIREMENTS:

7.2.1. GENERAL: The cables shall be suitable for laying on brackets / racks, in ducts, in trenches, drawn
through casing pipes and underground buried installation with uncontrolled back fill and chances of
flooding by water. The XLPE insulated cables shall be capable of withstanding a conductor temperature
of 250°C during a short circuit without any damage. The Aluminum wires used for manufacturing the
cables shall be true circular in shape before stranding and shall be uniformly good quality, free from
defects. All aluminum used in the cables shall be of H2 grade. The fillers and inner sheath shall be of
non-hygroscopic, fire retardant material, shall be softer than insulation and outer sheath shall be
suitable for the operating temperature of the cable. Progressive sequential marking of the length of
cable in meters at every 50 meters shall be provided on the outer sheath of all cables. Strip wire
armoring following methods mentioned in the relevant ISS shall not be accepted for any of the cables.
The cables shall have outer sheath of a material with an oxygen index of not less than 29 and a
temperature index of not less than 250°C.The cables shall pass fire resistance test as per IS –
5831.Allowable tolerance on the overall diameter of the cables shall be plus or minus 2mm.Technical
data of cables and QAP shall be submitted to the Accepting Officer prior to the inspection and dispatch
of cables.

7.3. XLPE POWER CABLES:

7.3.1. The XLPE insulated cables shall be of FR type, C1 category conforming to IS – 7098[Part – II] and its
amendments read along with this specification. The conductor shall be stranded aluminum
circular/sector shaped and compacted. In multicore cables, the core shall be identified by red, yellow,
blue coloured strips or coloring insulation. A distinct inner sheath shall be provided in all multicore
cables. For XLPE cables, the inner sheath shall be of extruded PVC to type ST – 2 of IS – 5831. The outer
sheath shall be extruded PVC to Type ST – 2 of IS – 5831 for all XLPE cables.

7.3.2. In respect of HT cable it shall be FR for inner & outer sheath of cable. All HT XLPE cables shall be with GI
flat armoured.

7.4. CABLE DRUMS:

7.4.1. Cables shall be supplied non-returnable wooden or steel drums of heavy construction. Wooden drum
shall be properly seasoned sound and free from defects. Wood preservative shall be applied to the
entire drum.

7.4.2. Standard lengths for each size of power and control cables shall be 500/1000 meters. The cable length
per drum shall be subject to a tolerance of plus or minus 5% of the standard drum length. The owner
shall have the option of rejecting cable drums with shorter lengths. However, the total quantity of
cables after taking into consideration of all cable drums for each size shall be within the tolerance of
±2%.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 52

PARTICULAR SPECIFICATIONS [Continued]

7.4.3. A layer of water proof paper shall be applied to the surface of the drums and over the outer most cable
layer.

7.4.5. A clear space of at least 40 mm shall be left between the cables and the lagging.

7.4.6. Each drums shall carry the manufacturer’s name, the purchaser’s name, address and contract number
and type, size and length of the cable, net and gross weight stenciled on both sides of drum. A tag
containing the same information shall be attached to the leading end of the cable. An arrow and
suitable accompanying wording shall be marked on one end of the reel indicating the direction in which
it should be rolled.

7.4.7. Packing shall be sturdy and adequate to protect the cables, from any injury due to mishandling or other
conditions encountered during transportation, handling and storage. Both cable ends shall be sealed
with PVC/Rubber caps so as to eliminate ingress of water during transportation and erection.

7.5. TESTS:
7.5.1. All cables shall conform to all type, routine and acceptance tests listed in the relevant IS.

7.5.2. Apart from the tests carried out by CPRI or ERDA or some other agencies on premises, the
representative of Accepting Officer and a third agency appointed by accepting officer shall conduct/
witness all the routine tests and the complete expenditure incurred for the same is to borne by the
contractor. The expenditure does not include TA/DA of Government Servant if detailed by Accepting
Officer as his representative. However all the expenditure incurred by third party agency [appointed by
accepting officer] will be borne by the contractor. The contractor shall give written notice of 30 days in
advance for the date of inspection of materials.

7.5.3. The third party inspection agency or representative of accepting officer on behalf of the accepting
officer shall have the right of inspection and supervision of manufacturing process of the cable. The
contractor shall speak to the manufacturing company and obtain necessary permission for the same.
The manufacturing company shall present sufficient evidence or proof that the materials used are as
per approved standards. In this connection the company shall produce the requisite test certificates. All
the raw materials used shall be accompanied by the results of Physical/ Chemical tests and certification
for its quality as per relevant standards.

7.5.4. All type tests as per relevant IS carried out by the manufacturer shall be submitted to GE before
claiming any payment.

7.5.5. All routine tests as per relevant IS carried out by the manufacturers and shall be witnessed by third
party inspection / representative of accepting officer as decided by accepting officer and the tests
reports are to be approved by the accepting officer before claiming any payment. However GE is at full
liberty to test / check the cables at random as per relevant IS. After laying of cables, Pre-commission
tests shall be carried out by GE. Representative of Accepting Officer may witness some of the tests.
After successful commission, the completion certificate will be issued by GE.

7.5.6. After physical completion of work but before issue of completion certificate by GE, the Contractor shall
submit the following record drawings drawn to scale except where otherwise stated in sextuplicate:
[a] Cable ducts layout plan on site plan
[b] Cable layout, at different sections, in different tray/ angle iron supports in the cable ducts.
[c] Location of cable joints with reference coordinates in layout drawing.

7.6. PURCHASE VOUCHER & GATE PASS: Original machine numbered purchase voucher for the items to be
incorporated in work shall be given by the contractor to the GE before incorporating in the work. The
contractor shall also produce excise duty gate pass of the manufacturer for important items i.e. cables,
HT circuit breakers etc. GE shall release payment only after production of the above by the contractor.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 53

PARTICULAR SPECIFICATIONS [Continued]

7.7. CABLING MATERIAL:

7.7.1. CABLE TAGS AND MARKERS:

7.7.2. Each cable run shall be tagged with numbers that appear in the cable and conduit schedule.

7.7.3. The tag shall be of aluminum with the number punched on it and securely attached to the cable
conduit by not less than two turns of 20 SWG GI wire conforming to IS – 280. Cable tags shall be of
rectangular shape for power cables and of circular shape for control cables.

7.7.4. Location of cable joints shall be indicated by painting on the duct cover with inscription “Cable Joint”

7.7.5. Cable tags shall be provided on all cables at each end [just before entering the equipment enclosure],
on both sides of a wall or floor crossing, on each duct/conduit entry and at each end & turning point in
cable tray/trench runs. Cable tags shall be provided inside the switchgear, motor control centers,
control and relay panels etc., wherever required for cable identification, where a number of cables
enter together through a gland plate.

7.8. CABLE TERMINATION AND CONNECTIONS:

7.8.1. The termination and connection of cables shall be done strictly in accordance with cable and
termination kit manufacturer’s instructions, drawing and/or as directed by the Owner.

7.8.2. The work shall include all clamping, fittings, fixing, plumbing, soldering, drilling, cutting, taping, heat
shrinking [where applicable], connecting to cable terminal, short in and grounding as required to
complete the job.

7.8.3. Supply of all consumable material shall be in the scope of Contractor.

7.8.4. The equipment will be generally provided with undrilled gland plates for cables/conduit entry. The
Contractor shall be responsible for drilling of gland plates, painting and touching up Gas cutting shall
not make holes.

7.8.5. Control cable cores entering control panel/switchgear/ MCCB/ MCC/ miscellaneous panels shall be
neatly bunched clamped and tied with nylon strap or PVC perforated strap to keep them in position.

7.8.6. The Contractor shall tag/ferrule control cable cores at all terminations, as instructed by the Owner. In
panels where a large number of cables are to be terminated and cable identification may be difficult,
each core ferrule may include the complete cable number as well.

7.8.7. Spare cores shall be similarly tagged with cable numbers and coiled up.

7.8.8. All cable entry points shall be sealed and made vermin and dust proof. Unused openings shall be
effectively closed.

7.8.9. Double compression type nickel plated [coating thickness not less than 10 microns] brass cable glands
shall be provided by the Contractor for all power and control cables to provide dust and weather proof
terminations.

7.8.10. The cable glands shall be tested as per BS: 6121. They shall comprise of heavy – duty brass casting,
machine finished and nickel plated, to avoid corrosion and oxidation. Rubber components used in
cable glands shall be neoprene and of tested quality. Cable glands shall be of approved make.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 54

PARTICULAR SPECIFICATIONS [Continued]

7.8.11. The cable glands shall also be tested for dust proof and weather proof termination. The test procedure
has to be discussed and agreed to between Owner and cable gland manufacturer.

7.8.12. If the cable end box or terminal enclosure provided on the equipment is found unsuitable and requires
modification, the same shall be carried out by the Contractor, as directed by the Engineer-in-Charge.

7.8.13. Crimping tool used shall be of approved design and make.

7.8.14. Cable lugs shall be tinned copper solder less crimping type conforming to IS – 8309 & IS – 8394.
Bimetallic lugs shall be used depending upon type of cables used.

7.8.15. Solder less crimping of terminals shall be done by using corrosion inhibitory compound. The cable lugs
shall suit the type of terminals provided.

7.9. STORAGE AND HANDLING OF CABLE DRUMS: Cable drums shall be unloaded, handled and stored in an
approved manner and rolling of drums shall be avoided as far as possible. For short distances, the
drums may be rolled provided they are rolled slowly and in proper direction as marked on the drum.

7.10. INSTALLATION OF CABLES:

7.10.1. Cabling in the control room shall be done on ladder type cable trays while cabling in switchyard area
shall be done on angles in the trench.

7.10.2. All cables from bay cable trench to equipments including and all inter pole cables [both power and
control] for all equipment, shall be laid in PVC pipes of 50/100/200mm as per IS – 4985which shall be
buried in the ground at a depth of 250mm. Separate PVC pipes shall be laid for control and power
cables. The scope shall include all labour, material, equipment for transporting, laying, burying etc.
including required bends and end seals. Rate quoted against respective cable items under Schedule “A”
shall be deemed to include the above provision nothing extra will be paid for this provision separately.

7.10.3. Cables shall be generally located adjoining the electrical equipment through the pipe insert embedded
in the floor. In the case of equipments located away from cable trench either pipe inserts shall be
embedded in the floor connecting the cable trench and the equipment or in case the distance is small,
notch/opening on the wall shall be provided. In all these cases necessary bending radius as recom-
mended by the cable manufacturer shall be maintained with two coats of metal primer [comprising of
red oxide and zinc chromate in a synthetic medium] followed by two finishing coats of aluminum paint.
The red oxide and zinc chromate shall conform to IS – 2074. All welding works inclusive of the
consumables required for fabrication and installation shall be in the scope of the Contractor.

7.10.4. Suitable arrangement should be used between fixed pipe / cable trays and equipment terminal boxes,
where vibration is anticipated.

7.10.5. Power cables in the cable trench shall be laid in separate tiers. The order of laying of various cables
shall be as follows, for cables other than directly buried.

[a] Power cables on top tiers.

[b] Control instrumentation and other service cables in bottom tiers.

7.10.6. Power and control cables shall be securely fixed to the trays/supports with self-locking type nylon ties
with die interlocking facility at every 5 Metre interval for horizontal run. Vertical and inclined cable runs
shall be secured with 25 mm wide and 2 mm thick aluminum strip clamps at every 2m.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 55

PARTICULAR SPECIFICATIONS [Continued]

7.10.7. Cables shall not be bent below the minimum permissible limit. The permissible limits are as follows:

Type of Cable Minimum Bending Radius


Power Cable 15 D[D is Overall Diameter of Cable]

7.10.8. Where cables cross roads, drains and rail tracks, these shall be laid in reinforced spun concrete or steel
pipes buried at not less than one meter depth.

7.10.9. In each cable run some extra length shall be kept at a suitable points as directed to enable two [for HT
cables] straight through joints to be made in case the cable develop fault at a later date.

7.10.10. Selection of cable drums for each run shall be so planned as to avoid using straight through joints.
Cable splices will not be permitted except where called for by the drawings, unavoidable or where
permitted by the Owner. If straight through joints are unavoidable, the Contractor shall use the straight
through joints kit of reputed make.

7.10.11. Control cable terminations inside equipment enclosures shall have sufficient lengths so that changing of
termination in terminal blocks can be done without requiring any splicing.

7.10.12. Metal screen and armoured of the cable shall be bonded to the earthing system of the 8 stations,
wherever required by the department.

7.10.13. Rollers shall be used at intervals of about two meters while pulling cables.

7.10.14. All due care shall be taken during unreeling, laying and termination of cable to avoid damage due to
twist, kinks, sharp bends, etc.

7.10.15. Cable ends shall be kept sealed to prevent damage. In cable vault, fire resistant seal shall be provided
underneath the panels.

7.10.16. Inspection on receipt, unloading and handling of cables shall generally be in accordance with IS –
1255and other Indian Standard Codes of practices.

7.10.17. Wherever cable pass through floor or through wall openings or other partitions, GI/PVC wall sleeves
with bushes having a smooth curved internal surface so as not to damage the cable, shall be supplied,
installed and properly sealed by the Contractor at no extra charges.

7.10.18. Contractor shall remove the RCC/Steel trench covers before taking up the work and shall replace all the
trench covers after the erection – work in that particular area is completed or when further work is not
likely to be taken up for some time.

7.10.19. Contractor shall furnish three copies of the report on work carried out in a particular week, indicating
cable numbers, date on which laid, actual length and route, testing carried out, terminations carried
out, along with the marked up copy of the cable schedule and interconnection drawing wherever any
modifications are made.

7.10.20. Contractor shall paint the tray identification number on each run of trays at an interval of 10 m.

7.10.21. In case the outer sheath of a cable is damaged during handling/installation, the Contractor shall repair
it at his own cost to the satisfaction of the Owner. In case any other part of a cable is damaged, a
healthy cable at no extra cost to the Owner shall replace the same, i.e. the Contractor shall not be paid
for installation and removal of the damaged cable.

7.10.22. All cable terminations shall be appropriately tightened to ensure secure and reliable connections. The
Contractor shall cover the exposed part of all cable lugs whether supplied by him or not with insulating
tape, sleeve or paint.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 56

PARTICULAR SPECIFICATIONS [Continued]

7.11. SHRINKABLE CABLE AND JOINTING:

7.11.1. The HT cable terminations shall be provided with heat/cold shrinkable cable jointing as per standard
indigenous manufacturer. These shall be provided as per recommendations of reputed cable
manufacturer and as approved by GE. The cable joint cost shall be deemed to include all the required
materials such as insulating tape, insulators etc. and suitable capacity aluminium lug at the termination
of aluminium conductors.

7.11.2. TEST: After laying the HT cables each core of HT cables will be subjected to high voltage tests before
commissioning. High voltage value for HT cable will be as given in MES Schedule Part – I vide Para
19.94. Each core of cable will be subjected to high voltage for duration of 15 minutes. The results will
be recorded and submitted to Engineer in charge. Testing will be done in the presence of department
representative. Contractor is to make arrangements for high voltage test of cable at no extra cost to the
department. Apart from this test, IR value test will also be conducted as given in IS – 1255 and in MES
Schedule Part – I. Contractor should note that these tests will be carried out before connecting cable to
switches.

8. TRANSFORMER

8.1. Transformer to be supplied in this tender shall comply with the requirement of IS – 1180 as modified
hereinafter and MES Schedule Part – I [Specifications]. The transformer shall be suitable for supplying
mixed power and lighting loads. Primary winding [LV side] shall be suitable for with neutral whereas
secondary winding [HV side] shall be suitable for connection. Besides above, transformer should be
energy efficient and complying the following requirements:

8.2. Transformer shall be as mentioned in Schedule “A” and as specified in MES Schedule Part – I
[Specifications] and shall conform to IS – 1180 [Part-I] with latest amendments. Transformer fittings
and accessories shall conform to IS – 3639 and transformer oil shall conform to IS – 335, except as
modified hereinafter.

8.3. The transformer shall have continuous maximum rating at specified normal pressure, ratio, frequency
and temperature. These shall be capable of carrying sustained overload as specified in IS – 1180 and
shall be suitable for Vector Group – DYN 11.

8.4. The transformer shall be AC, 3 Phase, 50 Hz, Oil immersed, Naturally Cooled with external cooling tubes
[ONAN Type], Core type, suitable for indoor / outdoor installation as specified in Schedule “A” and shall
be insulated with high class materials with high dielectric strength and slow ageing characteristics and
able to withstand the impulse voltage as laid down in IS. The winding shall be double copper wound.

8.5. The insulation and magnetic induction shall be suitable for operating the transformer continuously at a
voltage 10% more than that specified in Schedule “A”. The windings of transformer shall be fully
insulated.

8.6. The transformer shall be provided with hand operated “Off-Load” Tap Changer in suitable steps /
position on HV side to take care of variation in voltage on HV side to give output of 11KV. The no load
and full load losses shall not exceed the values recommended by Central Board of Irrigation and Power
[CBIP] and impedance shall be 7.15% plus tolerance as per IS.

8.7. Transformer tank shall be sufficiently strong to allow transportation of each transformer complete with
tank and oil by rail, road, ship, jacked or lifted without causing deformation and leakage of oil. The tank
shall be made of mild steel plates of suitable thickness and shall be provided with external cooling
tubes. Care shall be taken to ensure that the joints between the tubes and body of the tank are oil
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 57

PARTICULAR SPECIFICATIONS [Continued]

tight. The transformer shall be provided with four solid cast steel bi-directional reversible detachable
rollers to facilitate transporting the transformer to and from its point of installation. The transformer
shall be provided with approved arrangement of lugs suitable for lifting the transformer with necessary
fittings and complete with first fill of oil. The transformer tank cover shall be designed so as to prevent
the collection of moisture on any part. The tank cover shall also be fitted will thermometer pockets.

8.8. The transformer shall be fitted with conservator vessel with oil filling cap, cap darn valve with plug,
sump and suitable means of drawing oil.

8.9. The dehydration breather shall be fitted to each concentrate vessel and shall be complete with first fill
of dehydrating agent.

8.10. The transformer shall be provided with an explosion vent fitted with diaphragm of standard material at
the tank as well as the free end and shall be connected directly to main tank top and designed for
certain and rapid release of any excessive pressure in the tank due to internal fault that may be
generated in the transformer or in the cooling equipment. The pipe should be fitted with a wire net at
the free end to prevent any dirt or insect entry. The pressure relief valve shall be reset to normal after
release of the pressure.

8.11. The transformer oil shall conform to IS – 335. The thermometer fitted on the transformer shall be
150mm vapor pressure type, having rage of 0°C – 120°C with reading pointer. One thermometer each
shall be provided to indicate the temperature of oil and windings.

8.12. The cost of first fill of transformer oil shall be deemed to be included in the rate quoted for
transformers. This oil shall have a dielectric strength not less than 60 KV at 2.5mm gap.

8.13. An oil gauge shall be provided for indicating clearly the oil level in the conservator tank, to an observer
standing on ground for indoor transformers and on the platform in case of pole mounted transformers.
A tap shall be fitted with oil gauge for the purpose of drawing out quantity of oil for sampling.

8.14. All the valves are of standard type and makes. Means shall be provided to lock the valves. Every valve
shall be provided with an indicator to show clearly purpose of the valve and directions of rotation to
"Open" or "Close".

8.15. Earthing terminals shall be provided on the tank cover and the tank for earthing purposes. Terminal on
the tank cover and tank shall be suitable for connections to the earthing strip of GI of 50mmx6mm
section. Separate Natural bushing shall be provided for earthing.

8.16. The NO-LOAD voltage ratio corresponding to the principal tapping shall be 433V/11 KV.

8.17. Transformers shall be provided with HV outdoor bushing insulators on 11KV side and, bimetallic type
connectors for vertical take of suitable for ACSR / Aluminum Conductors shall be provided on 11 KV
bushing.

8.18. The dimensions of bushing on 433V side shall conform to IS – 3347 [Part – 3] and those of 11 KV side
shall conform to IS – 3347 [Part – 4].

8.19. The electrical characteristics of bushing insulators shall be accordance with IS – 2099 as amended from
time to time. All test [type and routine] shall be carried out in accordance with the above mentioned IS
at manufacture’s workshop and certificate furnished to GE.

8.20. All the transformer shall be deemed to have undergone satisfactory test as specified in IS – 2026 [Para
1, 2, 3 and 4]. The test certificate shall be furnished to GE for these tests.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 58

PARTICULAR SPECIFICATIONS [Continued]

8.21. All electrical installations shall comply with the requirements of Indian Electrical Act and Rules. The
following rules of Indian Electricity Rules 1956 area particularly applicable: 35, 45, 50, 51, 59, 61, 63, 64,
65, 67, 68, 69 and 114.

8.22. The transformer shall be fitted with disconnecting chamber complete with LT Cable Boxes and their
bushing, disconnecting chamber bushing for indoor transformer and in case of outdoor transformer the
HT side shall have bushings [and not cable box], jumpers etc. so that if the transformer becomes faulty,
it can be taken out without opening the connections from cable boxes and healthy transformer
replaced and connected in minimum possible time. The tenderer shall submit, along with the tender,
constructional details of disconnecting chamber proposed by him or proposed to be provided by him in
the tender.
8.23. All steel works of transformer, not immersed under oil, shall be painted with a coat of anticorrosive
paint. The transformer shall be painted with a weather and heat resistant paint of composition and tint
as approved by the GE.

8.24. The unit rate inserted in Schedule "A" shall be deemed to include the cost of HT & LT Cable Box and
Cable End Joints, provision of all materials etc. The transformer shall be deemed to have undergone
satisfactory tests as prescribed in IS. A test report shall be submitted, in original, to the Engineer-in-
Charge before incorporating the transformer in the work. The cost of connecting the transformers to
HT side and LT side as well as connecting the existing earthing is deemed to be included in the unit rate
of transformer.

8.25. The tenderer shall submit complete technical details and specifications along with make and illustrated
pamphlet and test report of transformer to the GE for obtaining his approval of the make prior to
incorporation in the work.

8.26. INSTALLATION OF TRANSFORMER:


8.26.1. INSPECTION ON ARRIVAL: The transformer shall be examined for any sign of damage in transit
particular attention is being paid to the following:

[a] Denting in Tank sides and cooling tubes.


[b] Damage to Protruding fittings.
[c] Breakage in Oil sight glass.
[d] Damage to Bushings such as cracks or breakage.
[e] Loosening of Bolts due to vibration in transit.
[f] Oil leakage particularly along the welds or reduction in the pressure of the gas.

8.26.2. INSTALLATION: The transformer shall be installed as described and per IS – 10028 [Part – 2].

8.26.3. FOUNDATION: The transformer shall be installed on a level concrete foundation of size to
accommodate the transformer in such a way that no person may step on the foundation, if necessary
bearing plates of sufficient size and strength shall be provided. When transformer is fitted with rollers,
suitable rails or tracks shall be provided and when the transformer is in the final position the wheels
shall be locked to prevent accidental movement of the transformer.

8.27. TESTING: Testing of transformers shall be carried out at the manufacture’s work shop as per clause
19.97.8 of MES Schedule Part – I [Specifications] and as per IS – 1180 in presence of Representative of
Accepting Officer and test results shall be signed by both contractor and inspecting officer before
dispatch of Transformer to the work site for erection and copies of the test certificates shall be
furnished to the Department. In addition to the prescribed routine tests, Temperature Rise Test shall
invariably be done on one transformer of each design. Copies of all tests in accordance with IS including
Impulse Test, Pressure Test, Test for Bushing and Test for Short Circuit etc. carried out at
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 59

PARTICULAR SPECIFICATIONS [Continued]

manufacturer's workshop shall be supplied along with the transformer. However test results of
Winding Resistance, Impulse Voltage, No Load Loss, Full Load Losses and Insulation Resistance will be
reflected on test sheet of transformer. In addition to tests at manufacturer’s premises all relevant pre-
commissioning checks and tests conforming to IS Code of Practice No. 1886 shall be done before
energisation in presence of member nominated by the Accepting Officer. The following tests shall be
particularly done and recorded before cable jointing or connecting up the bus-bar trunking:

[a] Insulation test between HV to earth and HV to MV with 5000 Volts Megger.
[b] Insulation test on oil.
[c] Insulation tests between MV to earth wire 500 V Megger.
[d] Earth resistance Tests.

8.28. TEST CERTIFICATE: In addition to the manufacturer’s test certificates as mentioned above, a certificate
from CPRI, for the prototype of the transformer shall be furnished by the tenderer.

8.29. The contractor shall submit to the GE, Original Purchase Vouchers, Test Certificate and Excise Gate Pass
of Transformers or any other equipment/items as considered necessary by the GE, wherever asked for.

8.30. SITE TESTS: The following tests shall be carried out at site:
[a] Insulation Resistance Test [b] Ratio Test
[c] Dielectric Strength of Transformer [d] Magnetic Balancing Test

8.31. However carrying out tests will not absolve the contractor of his responsibilities to ensure satisfactory
performance of the Transformer throughout the guarantee period. The contractor shall at his own
expense provide all facilities for testing including equipment.

8.32. APPROVAL OF DRAWINGS: The contractor shall submit drawings of Transformer as decided by GE after
approval of the names / brand of the equipment before taking up manufacturing process.

8.33. EARTHING: All connections to earth and earthing of neutral shall be carried out in accordance with IS –
3043.

8.34. TAKING OVER OF EQUIPMENT INSTALLATIONS: If the equipment / installations as described


hereinbefore do not show satisfactory results, the contractor shall at his own expense rectify / replace
the defective installations or any part thereof as directed by the Garrison Engineer within one month.
The decision of the GE shall be final and binding in this regard. The installation shall be re-tested after
rectification / replacement of the defective components. The installation / equipment shall be finally
taken over after the contractor has given satisfactory testing as certified by the GE.

8.35. PRECAUTIONS:

8.35.1. All safety precautions shall be taken by the Contractor to prevent danger to persons while working with
electrical equipment.

8.35.2. The Contractor/his workmen shall not start work on the overhead electric line or on electric equipment
unless proper shut down is obtained and unless they are reasonably satisfied that there is no danger to
the life of workmen.

8.35.3. The Contractor shall be responsible for providing all necessary safety equipment to his workmen to
avoid accidents. In case of accidents the Department will not be held responsible.

8.35.4. The layout for external electrification shall be as indicated in the site plan and approved by the GE. The
works shall be carried out through a licensed electrician / wireman. The Contractor shall produce such
license when required by GE.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 60

PARTICULAR SPECIFICATIONS [Continued]

8.35.5. Efficient communication facility for executives and contractor’s representative shall made available by
the contractor regarding site control, safety precautions, quality control to ensure smooth execution of
work.

8.36. GENERAL:

8.36.1. INSPECTION AND TESTING AT MANUFACTURERS WORKS: The contractor shall be required to furnish
such facilities as will be necessary for inspection of the equipment before dispatch at the
manufacturer’s works and also for witnessing such tests, at the works by the representative of the
Accepting Officer. The contractor shall furnish information for this purpose and will also give sufficient
notice regarding the dates proposed for such test to Inspection agency.

8.36.2. TESTS AFTER INSTALLATION: On completion of the installation work on site, the contractor shall at his
own expense, arrange for all necessary tests to be carried out on the equipment by Service Engineer of
the manufacturer in accordance with IEC standards. In the event the installation fails to pass any of
these tests. The contractor shall take such measures a necessary to remedy the defects and the
installation shall not be considered as completed until all such tests are completed satisfactorily as
minimum requirements. Copies of all the test certificates shall be submitted to the Engineer-in-Charge
within one week after the completion of the testing.

8.36.3. The Engineer-in-Charge shall ensure that fool proof mechanical interlocking to prevent the following
operations:

[a] The opening of the testing access when the switch is in any other position than "Earth"
position.

[b] The testing device being inserted or withdrawn when the switch is in any other position than
"Earth" position.

[c] The movement of the switch to the "ON" position when the testing access is open, whether or
not the testing device has been inserted.

[d] The movement of the switch away from the "EARTH" position, in cases where testing entails
the removal of an earth connection from built in test/earth bushing, until the earth connections
is restored. The testing facilities shall provide for the attachment of test connections shall be
capable of switch for applied voltage and injected current tests. The test connections shall be
capable of withstanding 25 KV DC to earth for 15 minutes capable of carrying 600 Amps
continuously.

8.36.4. COMMISSIONING: On successful testing of the complete installation, the contractor shall arrange to
commission the equipment in the presence of the Engineer-in-Charge & Electrical Inspector on a date
to be decided by the GE. The erection and commissioning shall be carried out by Authorised Service
Engineer of the OEM.

8.36.5. TEST AND TRIALS: The manufacturers test certificate signed by the authorised testing officer of the
manufacturers, or the test certificates obtained from the Government House, Alipore shall be accepted
for evidence of the equipment and accordingly conforming to the relevant IEC / IS / BS. The test
certificates should bear the comment that the item under test conforming to the relevant IEC / IS
[Number to be quoted]. The contractor shall be required to carry out installation / resistance tests etc.
as per the IE Rules. The contractor should submit in writing a record sheet of tests carried out at site.
The contractor shall at his own cost provide all facilities, testing equipment skilled/unskilled labour and
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 61

PARTICULAR SPECIFICATIONS [Continued]

sufficient staff and carryout the test as specified. The cost of testing is deemed to be inclusive in the
unit rates quoted by tenderer against respective items.

8.36.6. WORKS TO BE DONE BY THE CONTRACTOR: In addition to supply, installation, testing and
commissioning of all equipment as per Schedule "A" / BoQ, the following work shall be deemed to be
included within the scope of work, to be executed by the contractor.

[a] All minor building works, such as equipments foundation if required cutting and making good
holes, grouting of channels belts as required. Cutting and making good damages etc.

[b] Provision of supports / clamps for equipment, cables etc. wherever required.
[c] Small wiring, inter-connection etc. inclusive of all materials and accessories, necessary to
comply with the regulations as well as proper and trouble free operation of the equipment.
[d] Closing of the cable entry points in Substation against seepage of water, rodents etc.
[e] Tools and tackles required for handling and installation.
[f] Necessary testing equipments for commissioning.
[g] Watch and Ward of materials and/or installation and equipments till their handing over to the
department.

8.36.7. QUALITY OF MATERIALS AND WORKMANSHIP: All parts of equipment shall be of such design, size and
material so as to function satisfactorily under all rated conditions of loading and operation. All
components of the equipment shall have adequate factors of safety. Materials/components which are
not conforming to standards laid down by Bureau of Indian Standards [BIS] shall be got approved from
the department before use on the work. The entire work of fabrication, assembly and installation shall
conform to sound engineering practice and on the basis of “fail safe” design. The mechanical parts
subject to wear and tear shall be of easily replaceable type. The construction shall be such as to
facilitate ease of operation, inspection, maintenance and repairs. All apparatus shall also be designed to
ensure satisfactory operation under working conditions as specified.

8.36.8. DISPATCH OF MATERIALS AND STORAGE: The contractor shall commence work as soon as the
drawings submitted by him are approved. The contractor should dispatch all materials to site in
consultation with the department where suitable storage accommodation may be made available to
him temporarily. For this purpose the programme of dispatches of materials shall be framed so that
suitable storage accommodation could be made available to the contractor. Safe custody of all
machinery and equipment supplied by the contractor shall be his own responsibility till the final taking
over by the department.

8.36.9. PAINTING AND PROTECTION: All damages to painting during transport and installation shall made good
to the satisfaction of the GE before handing over. All structural frame work for support of various items
of equipment shall be given the final coat of paint of approved shade at site after erection is complete.
Additional protection measures against corrosion shall be provided when installed in special
environment.

8.36.10. COMPLETION DRAWING: Three sets of completion drawings comprising the following shall be
submitted by the contractor while handing over the installation:

[a] Equipments Layout Drawings giving complete details of the entire equipment.
[b] Electrical Drawings for the entire Electrical Equipments showing Cable Sizes, Equipment
Capacities, Switchgear’s Ratings, Control Components, Control Wiring etc.

[c] Schematic Diagram of the Entire Compact Substation Installation.


C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 62

PARTICULAR SPECIFICATIONS [Continued]

8.36.11. FINAL INSPECTION AND TESTING: When the installation is complete, the contractor shall arrange for
inspection and testing of the installation. Test results obtained shall be recorded. The installation shall
not be accepted until it complies with the requirement of these Specifications. The installation shall be
got inspected by the contractor from Electrical Inspector and their clearance taken before energizing.
All the observations / deficiencies pointed out by the inspecting authorities shall be complied with by
the contractor on priority. The department shall render all help and pay mandatory charges to Electrical
Inspector if any, in this regard.

8.36.12. TAKING OVER OF EQUIPMENT INSTALLATIONS: If the equipment / installations as described


hereinbefore do not show satisfactory results, the contractor shall at his own expense rectify / replace
the defective installations or any part thereof as directed by the Garrison Engineer within one month.
The decision of the GE shall be final and binding in this regard. The installation shall be re-tested after
rectification / replacement of the defective components. The installation / equipment shall be finally
taken over after the contractor has given satisfactory testing as certified by the GE.

8.36.13. CONFORMITY WITH STATUTORY ACTS, RULES, REGULATIONS, STANDARDS AND SAFETY CODES:
Indian Electricity Act and Rules All electrical works in connection with installation of electric sub-
stations shall be carried out in accordance with the provisions of Indian Electricity Act, 2003 and the
Indian Electricity Rules, 1956 amended up to date. Wherever I.E. rule numbers have been indicated,
they are based on I.E. Rules, 1956 amended up to date.

8.37. INDIAN STANDARDS: The Substation equipment and their installation shall conform to relevant Indian
standards.

8.38. SAFETY CODES AND LABOUR REGULATIONS: In respect of all labor employed directly or indirectly on
the work, the tenderer, here in after called the contractor, at his own expense will arrange for the
safety provision of these specifications to comply with the statuary regulations, ISI recommendations.
In case of default, the department shall be at liberty to make arrangements and provide facilities as
aforesaid and recover the cost from the contractor. The contractor shall provide necessary barriers
warning signals and other safety measures to avoid accidents. He shall also indemnify department
against claims for compensation arising out of negligence in this respect. Nothing in these specifications
shall be construed to relieve the contractor of his responsibility for the design, manufacture and
installation of the equipment with all accessories in accordance with applicable statutory regulations
and safety codes in force from the safety angle.

8.39. PRECAUTIONS:

8.39.1. All safety precautions shall be taken by the Contractor to prevent danger to persons while working with
electrical equipment.

8.39.2. The Contractor/his workmen shall not start work on the overhead electric line or on electric equipment
unless proper shut down is obtained and unless they are reasonably satisfied that there is no danger to
the life of workmen.

8.39.3. The Contractor shall be responsible for providing all necessary safety equipment to his workmen to
avoid accidents. In case of accidents the Department will not be held responsible.

8.39.4. The layout for external electrification shall be as indicated in the site plan and approved by the GE. The
works shall be carried out through a licensed electrician / wireman. The Contractor shall produce such
license when required by GE.

8.39.5. Efficient communication facility for executives and contractor’s representative shall made available by
the contractor regarding site control, safety precautions, quality control to ensure smooth execution of
work.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 63

PARTICULAR SPECIFICATIONS [Continued]

9. RE-INSTALLATION OF RMU:

9.1. The RMU shall be re-installed at the location as directed by the Engineer-in-charge and all as per the
manufacturer’s instructions.

9.2 The RMU shall be tested by the contractor to the satisfaction of the Engineer-In-Change as per the
latest relevant ISS/BSS. The results of such tests shall be recorded and signed by the contractor and
Engineer-in-Charge. The installation shall be deemed to be completed only after satisfactory
completion of various tests and the cost of the same is deemed to be included in the rates quoted.

10. EARTHING:
10.1. Earthing shall be provided of the types as mentioned in Schedule "A" and shall be executed as per IS –
3043 and clause 19.137 to 19.146 of MES Schedule Part – I. The overall earth resistance of the earthing
system [electrode] shall not exceed one ohm. Earthing shall be done in a manner that the inner edges
of earth pit is at least 2 metre from the foundation [extreme outside end] of building/poles etc and the
minimum distance between any two earth electrodes shall be regulated as per IS – 3043. All pipes used
in earthing shall be of medium grade.

10.2. RCC Cover for earth pit shall be 50 mm thick, mix of concrete for cover shall be [1:2:4] type B-1 using 20
mm graded crushed stone aggregate and reinforced with 6 Nos, 8 mm dia TMT bars in both ways.
Handle shall be of 8 mm dia high strength deformed TMT steel bars and shall be fixed in such as way
that the gap between cover and handle is at least 150 mm. Cover shall be placed on MS frame made
with 40 X 40 X 6 mm Angle Iron embedded in concrete.

10.3. Concrete chamber shall be PCC, 1:2:4, Type B-1 using 20 mm graded stone aggregate. All internal
surfaces of the chamber shall be given 15 mm thick plaster in cement mortar [1:4]. Funnel in chamber
shall be made out of MS with 20 mm bore, medium grade GI Watering pipe. It shall be leak proof and
provided with wire gauge duly soldered.

10.4. Charcoal dust and salt filling shall be done in layers as shown in electrical plate. Surplus soil shall be
disposed off and site left clean and tidy on completion.

10.5. For checking the efficiency of earthing, the following test shall be carried out, preferably during the
summer months:

[a] The earth resistance of each electrode is measured.


[b] The earth resistance of earthing grid is measured.
[c] All electrodes are connected to the grid and the earth resistance of the entire earthing system is
measured.

10.6. It shall be ensured that as per NEC – 1985, the size of earth continuity conductor shall not be less than
half the size of main current carrying conductor subject to a minimum of 1.5 Sq.mm for copper and 2.5
Sq.mm for aluminium.

11. PAID VOUCHERS / TEST CERTIFICATE / GATE PASS: It will be mandatory for the Contractor to produce
provide Original Machine Numbered Purchase Vouchers / Cash Memos from the manufacturer and/or
their authorised agents for the full quantity for all the materials incorporated in the work to the GE
before incorporating in the work. The contractor shall also submit necessary Test Certificate wherever
required / demand by GE. The contractor shall also produce Gate Pass of the manufacturer for
important items i.e. HT Cables, LT Cables, Cable Joints, LT Panels, Transformers, etc. GE shall release
payment only after production of the above by the contractor.
C. A. No. CWE / VIZ / OF 2023 – 2024 Serial Page No. 64

PARTICULAR SPECIFICATIONS [Continued]

12. APPROVED NAMES FOR PRODUCTS TO BE INCORPORATED IN WORKS: The makes of products given
here-in-after are expected to confirm IS specifications/bear ISI marking. In case, they do not confirm to
IS, they automatically deemed to be deleted from this list. The Tenderer therefore, shall make market
enquiry about the same and no claim whatsoever on this account shall be entertained. In such cases,
the make shall be as approved by the Garrison Engineer. The makes if given in Schedule “A” shall take
precedence over this list of makes.

Ser
Materials Make/Name Of Firms
No.
Havells / Gloster Cables / KEI Industries Ltd / Polycab / Asian
1 LT XLPE Cables
Cables / Finolex / M/s. Goldmedal Electricals Pvt Ltd
Havells / Gloster Cables / KEI Industries Ltd / Asian [RPG] /
2 HT XLPE Cables
CCI / Polycab / Finolex
L & T / Milestone / Advance / Unilec / C & S / Schneider /
3 LT Control Panel / Feeder Pillar Box
M/s. Indian Transformers and Electricals Pvt Ltd, Gurgaon
Voltamp / Siemens / Crompton Greaves / Alstom /
Transformers 11 KV, Distribution Type Schneider / ABB / Bharat Bijlee / M/s. Kanyaka
4
Step Down / Up <400 KVA Parameshwari Engineering Ltd / M/s. Indian Transformers
and Electricals Pvt Ltd, Gurgaon.
Voltamp / Siemens / Crompton Greaves / Alstom /
Transformers 11 KV, Distribution Type Schneider / ABB / Bharat Bijlee / M/s. Kanyaka
5
Step Down / Up ≥400 KVA Parameshwari Engineering Ltd / M/s. Indian Transformers
and Electricals Pvt Ltd, Gurgaon.
PVC Insulated Cable up to 1100 Volts
6 Copper / Aluminium Conductor, Havells / Finolex / Nicco / KEI / Polycab / RR Kabel Ltd
Sheathed / Unsheathed as per IS – 694
L & T / Legrand / ABB / Siemens / GE / C & S / Schneider /
7 Switch Fuse / Changeover Switch
Havells
8 MCCB / ACB Legrand / L & T / Siemens / ABB / C & S / Schneider / GE
Current & Potential Transformers [LT & AE / English Electric / Crompton Greaves / Areva T & D /
9
HT] Schneider
Electrical Instrumentation / Measuring
10 Instruments Digital / Analog / Energy Havells / HPL / L & T / AE / Schneider / BCH
Meters / Volt Meter / Ammeter
11 Indicator Lamp / Selector Switch L & T / Siemens / GE / RR Micro / BCH / Schneider

Signature of Contractor DCWE [Contracts]


Date: For Accepting Officer

You might also like