1 Contents 2 Forwarding letter and instructions to tenderers 3 ...

74
CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO. MILITARY ENGINEER SERVICES NAME OF WORK : SPECIAL REPAIR OF BARBED WIRE FENCING AROUND MT GARRAGE , PROVN OF KOTA STONE FLOORING AT BLDG NO P-23 GF AND CERTAIN OTHER REVENUE AND MINOR WORKS UNDER GE (NORTH) BINNAGURI CONTENTS .Ser No Description Pages From To 1 Contents 01 2 Forwarding letter and instructions to tenderers 02 05 3 Notice of tender IAFW-2162 including Appx ‘A’ to notice of tender and amendments thereto 06 09 4 Tender and item rate contract for works required IAFW-1779A (Revised 1955) including ‘B’, ‘C’, ‘D’ 10 5 General Conditions of Contract IAFW-2249 (1989 Print) including Errata/amendments 6 Schedule of Minimum wages 7 Special Condition 8 Particular Specification 9 Errata/Corrigendum to tender documents 10 Relevant correspondence 11 Acceptance letter TOTAL PAGES Drawings(S) : NIL Signature of Contractor AGE (Contracts) Date____________ For Accepting Officer

Transcript of 1 Contents 2 Forwarding letter and instructions to tenderers 3 ...

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES

NAME OF WORK : SPECIAL REPAIR OF BARBED WIRE FENCING AROUND MT GARRAGE , PROVN OF KOTA STONE

FLOORING AT BLDG NO P-23 GF AND CERTAIN OTHER REVENUE AND MINOR WORKS UNDER GE (NORTH) BINNAGURI

CONTENTS

.Ser No

Description Pages From To

1 Contents 01

2 Forwarding letter and instructions to tenderers

02 05

3 Notice of tender IAFW-2162 including Appx ‘A’ to notice of tender and amendments thereto

06 09

4 Tender and item rate contract for works required IAFW-1779A (Revised 1955) including ‘B’, ‘C’, ‘D’

10

5 General Conditions of Contract IAFW-2249 (1989 Print) including Errata/amendments

6 Schedule of Minimum wages

7 Special Condition

8 Particular Specification

9 Errata/Corrigendum to tender documents

10 Relevant correspondence

11 Acceptance letter

TOTAL PAGES

Drawings(S) : NIL

Signature of Contractor AGE (Contracts)

Date____________ For Accepting Officer

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

Tele Mil : 03563259370 e- procure

Garrison Engineer (N) Binnaguri

Post : Binnaguri, PIN - 735232

Dist : Jalpaiguri, (West Bengal)

8701/ 03/ 2019-20/ 14 /E8 Jul 2020

Shri/M/s ___________________________

___________________________________

NAME OF WORK : SPECIAL REPAIR OF BARBED WIRE FENCING AROUND MT GARRAGE , PROVN OF KOTA STONE

FLOORING AT BLDG NO P-23 GF AND CERTAIN OTHER REVENUE AND MINOR WORKS UNDER GE (NORTH) BINNAGURI

Dear Sir(s),

1. Tender documents for the above mentioned works are forwarded herewith.

2. Tenders will be received in two covers online only on website https://defproc.gov.in. by the ACCEPTING

OFFICER. Various critical dates are available on website https://defproc.gov.in.

3. Instructions for completion of tender documents to be complied with by the tenderer(s) are enclosed.

4. Tenderer’s attention is invited to IAFW-2249 (General Conditions of contracts) and errata/amendments thereto.

Since these pages are common to all tenders and are available with the tenderer(s) and/or have been ascertained

from the proper authorities, these have not been attached and in lieu one sheet listing these documents has been

attached and these pages shall form part of the tender documents.

5. (a) Contractor having not executed standing security bond and standing security deposit in any

MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in

Notice of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority

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) Performance Security : Work order No 1 shall be placed only after submission of

performance security of adequate value by the contractor. The successful contractor shall deliver to

Accepting officer a performance security for an amount equivalent to 5% of the contract sum in the form

of Bank Guarantee in prescribed form issued by Nationalised/ Scheduled Indian bank or Government

securities or FDR from Nationalised/ Scheduled Indian bank .

6. ANY TENDERER, WHICH PROPOSES ALTERNATIONS TO ANY OF THE CONDITION,

SPECIFICATIONS LAID DOWN IN THE TENDER DOCUMENTS OR ANY NEW CONDITION,

WHATSOEVER, IS LIABLE TO BE REJECTED

7. The bidders shall check and confirm Revised BOQ if any has been uploaded and shall quote in

revised BOQ only. Thus, uploading tender in pre-revised BOQ shall be considered as willful negligence

by bidder and tender submitted will be considered as non-bonafide.

8. This letter shall form part of the tender documents.

Yours faithfully,

AGE (CONTRACTS)

Encls : (As above) For ACCEPTING OFFICER

______________________________

SIGNATURE OF CONTRACTOR

Date : ______________

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPILED

WITH BY THE TENDERER(S)

1. EARNEST MONEY

Contractors who are not enlisted with MES/who are enlisted, but have not executed the Standing Security Bond

shall submit Earnest Money Deposit as detailed in Notice of Tender in any one of the following forms, along with

their tender :-

(a) Deposit at Call Receipt from a scheduled bank in favour of GE (North) Binnaguri.

(b) Receipted Treasury Challan for the amount being credited to the Revenue Deposit of Garrison Engineer.

(c) Scanned copies of Earnest Money to be forwarded in the e-bid.

Note:- Earnest Money in the form of Cheque/Bank Guarantee etc, will not be accepted.

NON SUBMISSION OF EARNEST MONEY WILL RENDER THE TENDER AS NON-

BONAFIDE AND CONSEQUENTLY LIABLE TO BE IGNORED.

2. SECURITY DEPOSIT

In case the tender submitted by such contractor (who is not enlisted with MES/who is enlisted but has not

executed the Standing Security Bond) is accepted, he will be required to lodge with the Controller of Defence

Accounts concerned ‘Individual Security Deposit’ calculated with reference to ‘TENDERED COST’ as notified by

the Accepting Officer subject to maximum of Rs 18,75,000/- (See Condition 22 of IAFW-2249).

3. CONTRACTORS ENLISTED UNDER THE CHIEF ENGINEER, EASTERN COMMAND

AND WHO HAVE EXECUTED SECURITY BOND AND DEPOSITED STANDING SECURITY

DEPOSIT BUT OF A LOWER CLASS.

In case the tender is accepted of such contractor, he shall deposit Additional Security deposit and the amount of

‘Additional Security Deposit’ will be as notified by the Accepting Officer. This amount shall be the difference

between the individual security deposit calculated with reference to the ‘TENDERED COST’ and the

‘STANDING SECURITY DEPOSIT’ lodged (Refer Condition 22 of IAFW-2249).

4. CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CE EASTERN COMMAND.

Contractors whose name(s) are on the approved list of any MES formations, i.e. other than CE Eastern

Command and who have deposited Standing Security and have executed Standing Security Bond and tender

without depositing Earnest Money with the tender and if the Accepting Officer decides accept his tender the

contractor will be required to lodge with the Controller of Defence Accounts concerned the amount of “Individual

security deposit” within thirty days of receipt by him of notification of acceptance of his tender, failing which this

sum will be recovered from the first RAR payment.

5. PREPARATION & SUBMISSION OF BID ONLINE

5.1 The bidders shall submit bid in two covers as under :-

(a) Cover I (Fee/Pre-qualfication/Technical) :

Cover I shall have following documents :-

(A. Contractors enlisted with MES)

(i) Enlistment letter

(ii) Scanned copy of DD of cost of tender.

(iii) Working details of Bid capacity.

(iv) List of works in hand and remaining work to be completed during completion period of subject work on

stamp paper of Rs. 100/- duly notarized.

(v) Copy of last Income Tax returns / Balance Sheet.

(vi) Any other document considered necessary by the bidder to demonstrate eligibility.

(B). Contractors not enlisted in MES)

Contractors not enlisted with MES will be required to enclose necessary documents to prove their eligibility

for enlistment in eligible class & category of work, including Affidavit for no recovery outstanding. List of

documents required for enlistment in MES has been given in section 1.5 of section 1 of part I of MES

Manual on Contracts – 2007 (reprint 2012). These Contractors shall also require to submit scanned copy of

earnest money and documents listed in note 5.1(a) A (ii), (iii), (iv), (v) & (vi) above.

(b) Cover II (Finance bid) :

Cover II shall contain finance bid in shape of Schedule ‘A’ (BOQ).

Note :-

1. Other documents are not required to be uploaded. However these shall be deemed to be part of his bid /

offer.

2. Cost of tender documents and earnest money (if applicable) shall reach in physical form to the office of

Accepting Officer before opening of price bid, failing which price bid will not be opened.

Contd/..

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE

COMPLIED WITH BY THE TENDERER (S) (CONTD…)

5.2 If tenderers desire any clarifications or they feel that any condition or stipulation given in the tender

documents is to be modified or deleted, they may submit their queries / comments /suggestion well before last date of

“seek clarification end date ” for considering by the Deptt for issue of corrigendum / amendments to tender

documents. If Deptt. considers queries /comments/suggestion suitable, corrigendum / amendments to tender

documents shall be published on web site. If deptt does not consider queries / comments / suggestion suitable,

corrigendum / amendments to tender documents shall not be published on website and tenderers shall quote strictly

complying with the various provisions given in the tender documents. Any tenders which stipulates any alterations to

any of the conditions / provisions laid down in tender documents (including corrigendum / amendments) or which

proposes any other conditions of any description whatsoever is liable to be rejected.

5.3 The tender shall be accompanied by a scanned copy of Power of Attorney in favour of the

signatory to the tender documents. The person signing the tender on behalf of another partner(s) or on behalf of a

firm or company shall attach with the tender scanned Power of Attorney duly executed in his favour by such

other or all of by 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.

5.4 The tenderer shall quote his rates in the Schedule ‘A’ ( BOQ ) (Finance bid) only in Cover II.

5.5 In case the tenderer has to revise / modify the rates quoted in Schedule ‘A’ or withdraw his bid, he may do so

only upto last date of bid submission.

5.6 Opening of Bid online : Cover I shall be opened first on stipulated date of opening by the opening officers. Cover II

(Finance bid) shall not be opened on that day. The documents received in Cover I, will be evaluated as per eligibility

criteria given in notice of tender. Result of evaluation will be published online. If Bidder is not satisfied with the

decision of his disqualification he may appeal to next higher Engineer authority i.e. HQ CWE Binnaguri through

Fax No. 0353–2480225 within 3 days of publication of result on web site. Date & time of opening of Cover II

(Finance Bid) of qualified tenderers shall be published on web site, however it shall not be earlier than 7 days

after last date of submission of bid. Cover II shall be opened on this published date & time by the

opening officers

6 C P M

6.1 The tender is based on CPM.

6.2 The tenderer 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 may make use of.

6.3 The tenderer’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 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. REVOCATION / UPWARD REVISION OF OFFER / VOLUNTARY REDUCTION BY LOWEST

TENDERER AFTER OPENING OF FINANCE BID

7.1 In the event of lowest tenderer revoking his offer or revising his rates upwards/offering voluntary reduction, after

opening of finance bid, the Earnest Money deposited by him shall be forfeited. In case of MES enlisted Contractors,

the amount equal to the Earnest Money stipulated in the Notice of tender, shall be notified to the tenderer for

depositing the amount through MRO. Such contractors and related firm shall remain suspended for participation in

tendering till the aforesaid amount equal to the earnest money is deposited in Govt Treasury. In addition,

such tenderer and his related firm shall not be permitted to participate in the tender in second call or subsequent calls.

Reduction offered by the tenderer on the Freak High rates referred to the tenderer for review shall not be treated as

voluntary reduction.

8 PERFORMANCE SECURITY:

8.1 The successful contractor shall deliver to Accepting officer a performance security IN ANY OF THE FORMS

GIVEN BELOW for an amount equivalent to 5% of the contract sum:-

(a) A Bank Guarantee in the prescribed form.

(b) Government securities, FDR issued by Nationalised/Scheduled Indian bank or any other Government instruments

stipulated by the Accepting officer.

(c) The performance security shall be in favour of Accepting Officer and shall be in any of the forms mentioned

above. Work order No 1 shall be placed only after submission of performance security of adequate value by the

contractor. In case a fixed deposit of any bank is furnished by the dcontractor to the government as part of the

performance guarantee and the bank is unable to make payment against the said fixed deposit receipt, the loss caused

thereby shall fall on the contractor and the contractor shall forthwith on demand furnish additional security to the

Government to make good the deficit.

Contd/..

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE

COMPLIED WITH BY THE TENDERER (S) (CONTD…)

8.2 If the performance security is provided by the successful contractor in the form of a Bank Guarantee, it shall be

issued by Nationalised/Scheduled Indian bank, but its confirmation shall be done only from Head office of the bank.

8.3 Failure of the successful contractor to comply with the requirements of sub clause 2.2 shall constitute sufficient

ground for cancellation of the award of work and forfeiture of the Earnest Money. In case of MES enlisted contractor,

amount equal to the Earnest Money stipulated in the Notice Inviting tender, shall be notified to the tenderer for

depositing the amount through MRO. Issuance of tender to such tenderers shall remain suspended till the aforesaid

amount equal to Earnest Money is deposited in the Government Treasury.

8.4 All compensation or other sums of money payable by the contractor to the Government under the terms of this

contract or under any other contract with Government may be deducted from, or paid by the sale of a sufficient part of

the performance security or from the interest arising there from or from any sums which may be due or become due to

the contractor by the Government on any account whatsoever and in the event of his Performance security being

reduced by reason of any such deduction, or sale as aforesaid, the contractor shall within Ten days thereafter make

good in cash or securities, endorsed as aforesaid, any sum or sums which may have been deducted from or realised by

the sale of his Performance security or any part thereof.

8.5 The Government shall not be responsible for any loss of securities or any depreciation in the value of securities while

in their charge nor for loss of interest thereon.

8.6 In the event of contract being cancelled, under Condition 52, 53 & 54 of General Conditions of Contract, the

Performance Security shall be forfeited in full and shall be credited in to Consolidated Fund of India.

8.7 The period of validity of Bank Guarantee Bond/FDR against performance security shall be up to and including the

scheduled date of expiry of Defect liability period.

8.8 The original Bank Guarantee Bond against Performance Security alongwith necessary certified copies shall be sent to

the PCDA/CDA by the Accepting Officer for verification and then returning the original to the Accepting Officer and

the certified true copies to the CWE. The original BGB shall be kept in the custody of the Accepting Officer.

8.9 The Accepting Officer shall evolve a procedure to ensure that timely action is initiated to have the validity date of the

Bond extended by the contractor, or to have it encashed before the same expires. For this purpose, a suitable register

shall be maintained by the Accepting Officer.

8.10 In case at a later stage, on account of delay in completion of work or due to any other reason, it is considered that the

validity date stipulated in the Bank Guarantee against Performance Security should be extended, then the contractor

shall be directed by the Accepting Officer of the contract to have the validity extended before the date of validity

expires. If the contractor fails to do so, the Bank Guarantee shall be encashed before expiry.

9 The defect liability period for this work is 24 (Twenty four) calendar months after the work have been handed

over to Government.

10. RELEASE OF PERFORMANCE SECURUTY: The period of validity of Bank Guarantee Bond against

Performance Security shall be initially valid upto the stipulated date of expiry of defect liability period plus minimum

60 days beyond that provided always that the contractor shall first have been paid the Final Bill and have rendered

No-Demand Certificate. In case final bill is not paid during this period, the contractor shall get the validity of

performance guarantee extended to the cover such enlarged time required for payment of final bill

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

AGE (Contracts)

FOR ACCEPTING OFFICER

__________________________

(SIGNATURE OF CONTRACTOR)

DATE :

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES

NOTICE OF TENDER

1. E-tender is invited for the work as mentioned in Appendix ‘A’ to Notice of Tender. The work is estimated to cost

as given in Appendix ‘A’ to Notice of Tender. This estimate, however, is not a guarantee and is merely given

as a rough guide and if the work costs more or less, a tenderer will have no claim on that account.

2. The work is to be completed within the period given in Appx ‘A’ to Notice of Tender (in accordance with phasing, if

any, indicated in the tender ) from the date of handing over of site, which will be within 30days after the date of

acceptance of the tender.

3. Normally contractors whose names are on the MES approved list for the area in which the work lies and within whose

financial category the estimated amount would fall may tender, but in case of term contracts, contractors of categories

‘S’ and ‘A’ to E’ may tender. In case, where the tendered amount is in excess of the financial category, whether or not

the estimated amount was within financial category of the contractor, the Accepting Officer reserves the right to

accept the tender in which event the tenderer would be required to lodge additional security deposit as notified by the

Accepting Officer in terms of conditions of contract. Contractors whose names are on the MES approved list of any

MES formation and who have deposited standing Security and have executed Standing Security Bond may tender

without depositing Earnest Money along with the tender and if the Accepting Officer proposes to accept the

tender such tenderers should be required to deposit security deposit as notified by the Accepting Officer, within 30

days of receipt by him of notification of acceptance of his tender, failing which this sum shall be recovered from

the first RAR payment. One firm or contractor shall submit not more than one tender. Under no circumstances

will a father and his sons or other close relations who have business dealing with one another be allowed to tender for

the same contract as separate competitors. A breach of this condition will render the tenders of both parties liable for

rejection.

4. GE (North) Binnaguri will be the Accepting Officer here-in-after referred to as such for purpose of the contract.

5. The bidders shall refer instructions attached with tender documents for preparation and submission of bids.

6. Tenderers shall submit E-tender in two covers in online mode only on website https://defproc.gov.in.

In case of contractor who has not executed the Standing Security Bond, the tender shall be accompanied by Earnest

Money amounting to a sum as given in Appx ‘A’ to Notice of Tender in the form of deposit at call receipt in favour

of GE (North) Binnaguri, by a Scheduled

Bank or in receipted treasury challan, the amount being credited to the revenue deposit of the

GE.

A Contractor who is not enlisted for the area in which the work lies, but whose name is in the MES

approved list of any MES formation and who has deposited standing security and executed Standing

Security Bond may tender without depositing earnest money along with the tender; but if the Accepting

Officer decides to accept the tender, such tenderer shall lodge Individual Security Deposit as notified by

the Accepting Officer, with Controller of Defence Accounts concerned in the prescribed form within 30

days of receipt by him of notification of acceptance of his tender failing which this sum shall be recovered

from the first RAR payment.

A Contractor who has executed the Standing Security Bond but not for the appropriate category

mentioned above, shall lodge with the Accepting Officer concerned additional security deposit as

notified by the Accepting Officer within thirty days of the receipt of his notification of acceptance of his

tender, failing which this sum will be recovered from the first RAR. However, in case where any

payment is made to the contractor within thirty days of the receipt by him of notification of acceptance of

tender, the amount of additional security deposit shall be recovered from such payment.

The GE will return the Earnest Money, wherever applicable, to all unsuccessful tenderers by endorsing

authority on the deposit receipt for its refund on production by the tenderer a certificate of the Accepting

Officer that a bonafide tender (vide Para-12, here-in-after) was received and all documents were returned.

The GE will either return the Earnest Money to the successful tenderer by endorsing an authority on the

deposit Receipt for its refund on receipt of an appropriate amount of Security Deposit, or will retain

the same in part or full on account of security deposit, if such a transaction is feasible.

The successful contractor shall deliver to Accepting officer a performance security IN ANY OF THE

FORMS GIVEN BELOW for an amount equivalent to 5% of the contract sum. Work order No 1 shall be

placed only after submission of performance security of adequate value by the contractor.

(a) A Bank Guarantee in the prescribed form.

(b) Government securities, FDR issued by Nationalized/Scheduled Indian bank or any other

Government instruments stipulated by the Accepting officer.

6.1 If the performance security is provided by the successful contractor in the form of a Bank Guarantee, it

shall be issued by Nationalised/Scheduled Indian bank, but its confirmation shall be done only from Head

office of the bank.

Contd/..

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

NOTICE OF TENDER (CONTD…..)

6.2 Failure of the successful contractor to comply with the requirements of sub clause 6.4 shall constitute sufficient

ground for cancellation of the award of work and forfeit of the Earnest Money. In case of MES enlisted

contractor, amount equal to the Earnest Money stipulated in the Notice Inviting tender, shall be notified to the

tenderer for depositing the amount through MRO. Issuance of tender to such tenderers shall remain suspended

till the aforesaid amount equal to Earnest Money is deposited in the Government Treasury.

6.3 Copies of the drawings and other document pertaining to the work (signed for the purpose of identification

by the Accepting Officer or his accredited representative) and sample of materials and stores to be

supplied by the contractor will be open for inspection by the tenderer at the office of GE during

working hours.

6.4 All compensation or other sums of money payable by the contractor to the Government under the terms of

this contract or under any other contract with Government may be deducted from, or paid by the sale of a

sufficient part of the performance security or from the interest arising there from or from any sums which may

be due or become due to the contractor by the Government on any account whatsoever and in the event of his

Performance security being reduced by reason of any such deduction, or sale as aforesaid, the contractor shall

within Ten days thereafter make good in cash or securities, endorsed as aforesaid, any sum or sums which may

have been deducted from or realized by the sale of his Performance security or any part thereof.

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

7. The tenderers are advised to have full knowledge of all relevant documents, samples, site etc whether he

has inspected them or not.

8. Various critical dates are available on web site https://defproc.gov.in.

9. Any tender which proposes any alteration to any of the conditions laid down or which proposes any

other condition or description, whatsoever is liable to be rejected.

10. The submission of tender by a tenderer implies that he has read this Notice and the Conditions of Contracts

and has made himself aware of the scope and specifications of the work to be done and of the conditions

and rates at which stores, tools and plants etc will be issued to him and local conditions and other factors

bearing on the execution of the work.

11. Tenderers must be in possession of a copy of the MES Standard Schedule of Rates 2009, Part I

(Specifications) and 2010 Part-II (Rates) including errata/amendments thereto.

12. The accepting Officer does not bind himself to accept the lowest or any tender or to give any reasons

for not doing so.

13. The Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking, giving a

purchase preference over other tender(s) which may be lower, as are admissible under the Government

Policy. No claim for any compensation or otherwise shall be admissible from such tenderers whose tenders

may be rejected on account of the said policy.

14. It is mandatory to bidders for having provident fund code numbers which are required before placing work

order by the concerned GE.

15. Court of the place from where tender has been issued shall alone have jurisdiction to decide any dispute out

of or in respect of this tender. After acceptance of tender, Condition 72–Jurisdiction of Courts of IAFW-

2249 shall be applicable.

16. This Notice of tender shall form part of the tender.

AGE (CONTRACTS)

FOR ACCEPTING OFFICER

__________________________

(SIGNATURE OF CONTRACTOR)

DATE :

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO. MILITARY ENGINEER SERVICES

APPENDIX ‘A’ TO NOTICE OF TENDER (E-Tenders)

1. Name of work : SPECIAL REPAIR OF BARBED WIRE FENCING AROUND MT GARRAGE , PROVN OF KOTA STONE FLOORING AT BLDG NO P-23 GF AND CERTAIN OTHER REVENUE AND MINOR WORKS UNDER GE (NORTH) BINNAGURI

2. Estimated cost of work : 36.00 Lakh (At Market rate).

3. Period of completion : 180 days

4. Cost of tender documents : Rs.500/- in the shape of DD/Bankers cheque From any schedule Bank in favour of GE (North) Binnaguri and payable at Binnaguri Cantonment.

5. Website/portal address : https://defproc.gov.in and www.mes.gov.in

6. Type of contract : Item rate contract (IAFW-2249) with sch ‘A’ (BOQ) to be priced by the tenderer IAFW – 1779A)

7. Information & Details :- (a) Bid published date. (b) Bid submission start date (c) Bid submission end date. (d) Date of bid opening

: : :

As Per Tender As Per Tender As Per Tender As Per Tender

8. Eligibility Criteria :-

(a) For MES enlisted contractors : (a) All contractors enlisted with MES in class ‘E’ and above and category (a) (i) & b(i) subject to the remarks wrt performance in respect of Wks in hand reflected in Workload return (WLR) circulated by competent authority. Refer Note- below :-

(b) For contractors not enlisted with MES

: (a) The firms not enlisted with MES shall meet the enlistment criteria of ‘E’ class MES contractors & (a) (i) & b(i) i.e. with regard to having satisfactorily completed requisite value works, Annual turnover, Solvency, working capital immovable property/ fixed assets, T&P, Engineering establishment, no recovery outstanding in any Govt Department, Police Verification/ Passport etc. As per enlistment criteria given in Para 1.4 and 1.5 of section 1 of Part I of MES Manual on contracts- 2007 (Reprint 2012) as available in all MES Formations.

(b) These firms shall also submit copy of police verification from police authority of the area where the registered office of the firm is located/ notarized copy of valid passport of proprietor/each partner/ each Director.

(c) Firm should not carry adverse remarks in WLR or any other similar report of any authority.

(c) For All Contractors : Contractor will not be allowed to execute the work by subletting or through power of attorney holder on his behalf to a third party/ another firm except sons/daughters/spouse of proprietor/partner/Director, Project Manager. This shall be subject to certain conditions which will be prescribed in the NOT forming part of the tender documents.

9. Defect liability period

:

Defect liability period of this work is 24 calendar months after wk handed over to Government

10. Tender issuing and Accepting Officer : GE (North) Binnaguri

11. Executing agency : GE (North) Binnaguri

12. Earnest Money : Rs 50000.00 in favour of GE (North) Binnaguri

13. Performance security : :

An amount equal to 5% of the contract sum in the prescribed from of Bank Guarantee or in the from of Government Securities, FDR issued by Nationalized/ Scheduled Indian Bank of any other Government Institutes stipulated by the Accepting Officer will be delivered by the successful contractor before placing of Work Order No 01.

14. Name, gov mail ID and Phone Number of GE

: Jiwan Sing EE, [email protected] , 03563259370

Notes :- (a) Contractor one class below (two class below in case of remote and difficult area) may also bid for this tender. Their application shall be considered subject to fulfillment of other eligibility criteria given in NIT when number of applicants of eligible class qualifying for the tender are less than 07 (seven). (b) In case number of eligible class contractors satisfying the eligibility criteria given in NIT are 7 or more than 7, application of one class below the eligible class shall not be considered except those who have previously completed similar works satisfactory and are meeting the criteria of upgradation in respect of past experience and/ or average annual turnover as applicable and financial soundness (Solvency/financial soundness and working capital) provided the value of work is less than twice the tendering limit of such contractors. Contractors one class below the eligible class may upload necessary documents wrt works experience and financial soundness in cover 1 of tender (‘T’ bid). (c) (i) Application/bids not accompanied by scanned copies of requisite DD/Bankers Cheque towards the cost of tender and earnest money (as applicable) shall not be considered for validation of ‘T’ Bid and their finance bids will not be opened. (ii) Contractors should ensure that their original DDs and earnest money (as applicable) are received within 05 days of bid submission end date.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

APPENDIX ‘A’ TO NOTICE OF TENDER (E-Tenders) (Contd…)

(iii) In case of applications/bids from enlisted contractors of MES, where scanned copies of requisite DD/ Bankers Cheque towards cost of tender has been uploaded but physical copies are not received by the stipulated date, their finance bids will be opened. However non-submission of physical copies of cost of tender shall be considered as willful negligence of the bidder with ulterior motives and such bidder shall be banned from bidding for a period of six months commencing from the date of opening of finance bid (cover 2).

(iv) In case of applications/bids from un enlisted contractors, where scanned copies of requisite DD/Bankers Cheque towards cost of tender has been uploaded but physical copies are not received by the stipulated date, finance bids will not be opened. Name of such contractors alongwith complete address shall be circulated for not opening of their bids for a period of six months commencing from the date of opening of finance bid (cover 2).

(v) In case of applications/bids (enlisted contractor as well as unenlisted contractor) where scanned copies of requisite Earnest money (as applicable) were uploaded but the same are not received in physical form within stipulated time, such bids shall not qualify for opening of finance bid (cover 2).

(vi) Performance Security : An amount equal to 5% of the contract sum in the prescribed from of Bank Guarantee or in the from

of Government Securities, FDR issued by Nationalized/ Scheduled Indian Bank of any other Government Institutes stipulated by

the Accepting Officer

.

(d) Contractors may note that they shall not be loaded beyond their tendering limit as under :-

(i) In case contractors of eligible class are selected for issue of tender : 4 to 5 times the tendering limit.

(ii) In case of one class (two class in case of remote and difficult area as the case may be) contractors are selected for issue of tender : 6 to 7 times.

(iii) In case of unenlisted contractors : 2 times the upper tendering limit of class for which contractors meets the criteria for enlistment.

(e) In case deficiency is noticed, in the documents required to be uploaded by the tenders as per NIT, after opening of cover 1 (T bid) and during technical evaluation, a communication failing financial bid (cover 2) shall not be opened and contractor shall not have any claim on the same.

(f) Contractors enlisted with MES will upload following documents for checking eligibility :- (i) Scanned copy of application for bid in Firm’s letter head. (ii) Scanned copy of their enlistment letter alongwith enclosures. (iii) Scanned copy of DD of cost of tender.

(iv) Scanned copy of EPF code Number (v) Scanned copy of GST Registration number as applicable as per Govt Notification. This will be one

of the criteria for qualifying in ‘T’ bid. Contractor who does not upload Goods & Service Tax (GST) Registration number shall be disqualified in ‘T’ bid evaluation and his finance bid shall not be opened.

(g) Contractors not enlisted with MES will be required to upload necessary documents to prove their eligibility for enlistment in eligible class & category of work, including Affidavit for no recovery outstanding. List of documents required for enlistment in MES has been given in Para 1.5 of section 1 of Part I of MES Manual on Contracts 2007 (reprint 2012). Following documents shall also be uploaded amongst others:- (i) Details of three highest valued similar nature of works executed during last five years, financial year- wise in tabular form giving name of work, Accepting Officer’s details, viz, Address , Telephone, Fax No., E-mail ID etc, date of acceptance of tender and actual date of completion. This shall be duly signed by proprietor/all partners /authorized Director of Pvt/ Public Ltd, as applicable. It should indicate whether extension was granted or compensation was levied. Attested copy of acceptance letter and completion certificate shall be enclosed of each work. In case performance report has been given by the client same shall also be submitted duly attested.

(ii) Solvency certificate and working Capital Certificate issued by scheduled bank.

(iii) Annual turnover certificate for last 2 years issued by Chartered Accountant alongwith relevant pages of audited balance sheets in support thereof.

(iv) Affidavits for possession of movable & immovable properties by proprietor/partner owning the immovable property alongwith. In case of Limited Company, the immovable property is required to be in the form of hard copy declaring their turnover for last 2 (Two) years.

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

(vii) Scanned copy of Goods & Service Tax (GST) Registration number as applicable as per Govt Notification. This will be one of the criteria for qualifying in ‘T’ bid. Contractor who does not upload Goods & Service Tax (GST) Registration number shall be disqualified in ‘T’ bid evaluation and his finance bid shall not be opened.

(h) Defect liability period : Defect liability period of this work is 24 calendar months after wk handed over to Government.

(j) In case of rejection of technical/prequalification bid, contractor may appeal to next higher Engineer authority i.e CWE Binnaguri on email [email protected] against rejection, whose decision shall be final and binding. However contractor shall not be entitled to any compensation whatsoever for rejection of technical/ pre-qualification. (k) 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.

8701 / 39 / 2019-20/07 /E8 AGE (Contracts)

For Accepting Officer

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

(In lieu of IAFW-1779 A Revised 1955)

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

MILITARY ENGINEERING SERVICES

eprocure Garrison Engineer (N) Binnaguri Post : Binnaguri, Pin:735203 Dist: Jalpaiguri (WB) 8701/03/ 2019-20/ 14 /E8 Jul 2020

ITEM RATE CONTRACT OF WORK REQUIRED IN THE EXECUTION OF SPECIAL REPAIR OF BARBED WIRE FENCING AROUND MT GARRAGE , PROVN OF KOTA STONE FLOORING AT BLDG NO P-

23 GF AND CERTAIN OTHER REVENUE AND MINOR WORKS UNDER GE (NORTH) BINNAGURI

S’Shri/Shri __________________________________________of________________is/are hereby authorized to tender for

the above work. The online bid only is to be submitted on website https://defproc.gov.in.

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT THE LOWEST OR ANY OTHER TENDER ---------------------------------------------------------------------------- (SIGNATURE OF OFFICER ISSUING THE DOCUMENTS)

APPOINTMENT: AGE CONTRACTS DATED: Jul 2020

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO. SCHEDULE `A’

NAME OF WORK : SPECIAL REPAIR OF BARBED WIRE FENCING AROUND MT GARRAGE , PROVN OF KOTA STONE FLOORING AT BLDG NO P-23 GF AND CERTAIN OTHER REVENUE AND MINOR WORKS

UNDER GE (NORTH) BINNAGURI Notes :-

1. This BOQ consists of 09 ( Nine ) works as mentioned below :-

(i) Spl repair of barbed wire fencing (with chain linked fencing) around the MT Garrage of (Approx length 505

Rm) of 320 Fd Hosp under GE(N) Binnaguri (20MD/20/SPL/2020-21)

(ii) Provn of kota stone flooring of area 900 sqm at bldg no P-23 GF of 7 KUMAON (23 Punjab) under GE(N)

Binnaguri. (20MD/07/LBW/2020-21)

(iii) Provn of lighting conductor in bldg No P/1 (Guard House) in central Zone (REV/BIN/58/2019-20)

(iv) Provn of sentry post -02 Nos incld connected services in Central zone. (REV/BIN/57/2019-20)

(v) Provn of cycle and scotter shed near pers line of 164 Military Hospital.(REV/BIN/56/2019-20)

(vi) Provn of 10 x wall security light at 20 Mtn Provost unit under GE(N) Binnaguri (MW/BIN/05/2020-21)

(vii) Provn of 25 x wall mounted fans frp pers line Bldg No P-3 (Med P1-I) P4 (Adm P1) P-5 (Med P-ii) of 320 Fd Hosp under

GE (N) Binnaguri. (MW/BIN/13/2020-21)

(viii) Provn of 2 x flame proof light with complete accessories in SA MAgzine Bldg No P-16 (unit kote) of 320 Fd Hosp under

GE (N) Binnaguri (MW/BIN/14/2020-21)

(ix) Provn of wall fan (25) at OTM-20 of 66 Mtn Bde Camp under GE Binnaguri. (MW/BIN/15/2020-21)

2. Quantities considered in BOQ are after clubbing the items of common nature of above mentioned works.

3. Quantity against certain B/R and E/M items which are common in nature have been clubbed together and

covered under Sch ‘A’ Part-I (B/R Work) & Sch`A’ Part II (E/M Work) and shall be operated considering

the required item from (Sch ‘A’ Part-I B/R works).

4. All quantities mentioned in Sch A (BOQ) are approximate and are inserted as guide only. They shall

however, not be varied beyond the limit as laid down in condition 7 of IAFW-2249 (General Condition of

Contract)

5. The entire work covered under this contract shall be completed within 180 (One Hundred Eighty) Days

from the date of handing over site as mentioned in WO No 1.

6. Tenderer is required to quote his unit rates against each items of schedule A (BOQ)

7. Unless otherwise specifically mentioned in schedule ‘A’ unit rate of each item is inclusive of all Material

and Labour or Supply and Fixing or Supply & Laying including tools, plants , commissioning , testing etc

complete as required for entire completion of works.

5. The unit rate(s) quoted shall be deemed to be inclusive of all types of Taxes, levies including GST, Labour

Welfare Tax etc. as prevailing on the date of submission of tender..

6. The rate quoted by the tenderer shall be inclusive of all types of taxes , levies including GST, labour welfare tax etc as prevailing on the date of submission of tender.

7 Certain taxes such as central excise duty service tax, additional custom duty, state level value added tax, octori and other levies which were applicable on interstate transportation of goods are subsumed by GST, thus special condition as per Para 7 (a) & (b) (i) to (iv) on Srl page No & 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.

8 Tenderers attention is invited to deduction of Labour Welfare Cess at sources @ 1% of construction cost as enforced by Govt. of West Bengal under building and other construction workers Act 1996 and building and other construction workers welfare Cess Act 1996. This shall deemed to be included in rates quoted by the Contractor.

9. Cost of testing including transportation of material or equipment or items and provision of all facilities for testing in

accordance with specification and or IS shall be borne by the contractor unless otherwise mentioned.

10. Description of works given in schedule A (BOQ) are in brief and are deemed to be amplified and shall be read in

conjunction with special conditions, particular specification, specification for material and workmanship given in

MES schedule Part-I (2009) and preambles given in MES schedule Part-II (2010).

11. The tender shall cater in his rates any minor extras and constructional details which are not specifically mentioned in

Sch A, shown on drawing or specified in the particular specifications but are essential for entire completion of the

work. In case of any difference of opinion as to whether or not certain items of work constituted minor extras and

constructional details included in the contractor prices, between the contractor and the Engineer-in-Charge the

decision of Accepting Officer shall be final, conclusive and binding.

12. The tenderers are requested to visit the respective site of work and make themselves familiar with the contract

condition which may affect the completion of work. Irrespective of the fact whether the contractor visits the site or

not, it will be deemed that he has physically inspected the site and the quoted rates are inclusive of any/all such

factors which may affects extension and completion of work. No claim whatsoever will be entertained on this

account.

Contd…….

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

SCHEDULE –A (CONTD….)

(LIST OF ITEMS OF WORKS)

13. Site for execution of work will be available as soon as the work order is placed by the GE. In case, it is not possible

for the Deptt to make the entire site available immediately after WO No 1 is placed, the contractor will have to

arrange his working programme accordingly. No claim whatsoever for not giving the entire site on placement of

work order No 1 and giving the site gradually will be tenable.

14. LIABILITY OF GST. Consequent upon Govt of India Notification Goods and Service Tax (GST) has become leviable on all works contracts wef 01 Jul 2017. GST as applicable will be deducted at source while allowing payment to the contractor. The contractor shall deemed to have been considered the above provision while quoting their rates. No disputes in this regard shall be entertained later on.

15 If during acceptance of tender any rate declared Freak Low, and during execution it is not possible to execute the

quantity upto the permissible limit, the recovery for less quantity executed shall be made from the final bill @

difference between market rate prepared before acceptance of tender and quoted rate by the contractor. Contractors

quoted rate shall deemed to have been considering the above aspects. No claim whatsoever shall be admitted on this

account at a later date.

16. The contractor shall provide all watchmen necessary for protection of site, the works and the materials etc, during the

progress of work and shall be solely responsible for protecting, securing, lighting and watching all places as required

in terms of condition 36 of General Condition of Contracts (IAFW-2249).

17. The tenderer before offering are requested to examine the site and offer specific comments if any with regards to this.

18. Contractor’s special attention is invited to the provision of EPF (Employees Provident Fund). In this regard

contractors are required upload a copy of Provident Fund Code number allotted to them by the EMPLOYEES

PROVIDENT FUND ORGANISATION. Contrctor`s are also require to submitt the proof of payment towards

EPF and wages to his labourer`s while claming his RAR / Final Bill.

19. Keeping in view, the applicability of GST on all contracts, it is mandatory for the contractors to upload their

GOODS AND SERVICE TAX REGISTRATION NUMBER in the `T’ Bid folder. Unless otherwise mentioned in

qualifying criteria GST registration No. will be one of the criteria for qualifying in `T’ Bid. Contractor, who does not

upload GST registration No. shall be disqualified in the `T’ Bid evalution and his Finance Bid shall not be opened.

20. PERFORMANCE SECURITY:

20.1 The successful contractor shall deliver to Accepting officer a performance security IN ANY OF THE FORMS

GIVEN BELOW for an amount equivalent to 5% of the contract sum. Work order No 1 shall be placed only after

submission of performance security of adequate value by the contractor.

(a) A Bank Guarantee in the prescribed form.

(b) Government securities, FDR issued by Nationalised/Scheduled Indian bank or any other Government

instruments stipulated by the Accepting officer.

20.2 If the performance security is provided by the successful contractor in the form of a Bank Guarantee, it shall be issued

by Nationalised/Scheduled Indian bank, but its confirmation shall be done only from Head office of the bank.

20.3 Failure of the successful contractor to comply with the requirements of sub clause 18.2 shall constitute sufficient

ground for cancellation of the award of work and forfeiture of the Earnest Money. In case of MES enlisted contractor,

amount equal to the Earnest Money stipulated in the Notice Inviting tender, shall be notified to the tenderer for

depositing the amount through MRO. Issuance of tender to such tenderers shall remain suspended till the aforesaid

amount equal to Earnest Money is deposited in the Government Treasury.

21. The defect liability period for this work is 24 (Twenty four) calendar months after the work have been handed

over to Government.

22. 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.

23. Site for execution of work will be available as soon as the work is awarded. In case it is not possible to make the entire site available on the award of work, the contractor will have to arrange his working program accordingly. No claim whatsoever, for not giving entire site on award of work and forgiving site gradually, will be tenable.

Signature of Contractor AGE (Contracts)

Dated____________ For Accepting Officer

.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

SCHEDULE OF CREDIT

LIST OF OLD UNSERVICEABLE/DISMANTLED/TAKING DOWN MATERIALS OBTAINED FROM SCHEDULE ‘A’ ITEMS WHICH WILL BE THE PROPERTY OF CONTRACTOR

NAME OF WORK : SPECIAL REPAIR OF BARBED WIRE FENCING AROUND MT GARRAGE , PROVN OF KOTA STONE FLOORING AT BLDG NO P-23 GF AND CERTAIN OTHER REVENUE AND MINOR WORKS

Ser No

Description of materials Unit Approx Qty to be taken out

Unit rate of

Recovery (in Rs)

Amount (in Rs)

1 2 3 4 5 6

1 Old and unserviceable / broken fencing post glass panes of any description

Each 180.00 50.00 9000.00

2 Old unserviceable / rusted barbed wire fencing of any size and of any description

Rm 5050.00 1.00 5050.00

3 Old and Unserviceable / rusted mild steel of any description and size

Kg 1820.00 20.00 36400.00

Total Amount 50,450.00

NOTE FOR CREDIT MATERIALS : - (i) Quantities given under Col 5 are tentative. Credit shall be calculated with actual quantities of unserviceable materials found at site/recorded in MB multiplied with rate given under Col 6. (ii) Any other serviceable materials obtained during execution of works (Other than credit materials) the same shall be returned to MES store by the contractor without any extra cost. In case of credit for dismantled/taking down materials as stated on Ser No. above worked out by the contractor are more than the amount inserted by MES for the quantities stated at Col 5 above, the same shall be offered by the contractor duly mentioned the recovery rates of individual items of credit. Otherwise the rates inserted by the deptt shall be considered on this account. However, total amount of credit mentioned above may be vary as per the actual quantities obtained as per Note No. (i) above and no claim on this account will be accepted on later stage. SIGNATURE OF CONTRACTOR AGE (CONTRACTS) DATED :…………………………… For ACCEPTING OFFICER

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

SCHEDULE ‘B’

SUPPLY OF MATERIALS TO THE CONTRACTOR

(See condition of 10 of IAFW-2249)

Ser

No

Particulars of items Rate at which material

will be supplied to the

contractor

Place of supply by

name

Remarks

Unit Rate

1 2 3 4 5 6

NIL

SCHEDULE ‘C’ LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL BE

HIRED TO THE CONTRACTOR (See Condition 15,34 & 35 of IAFW-2249)

Sl Quantity Particulars Details of Hire Stand by Place of Remarks

No. MES charges charges issue by

Crew per per off name

supplied working day

day

(Rs) (Rs)

1 2 3 4 5 6 7 8

_______________ NIL______________

SCHEDULE ‘D’ TRANSPORT TO BE HIRED TO THE CONTRACTOR

(See Condition 16 & 35 of IAFW-2249)

Sl Quantity Particulars Rate per unit Place of Remarks

No per working issue (by

day name)

(Rs) (Rs)

1 2 3 4 5 6

______________ NIL ____________ SIGNATURE OF CONTRACTOR AGE (CONTRACTS) FOR ACCEPTING OFFICER DATE_______________________

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

TENDER

THE PRESIDENT OF INDIA

Having examined and perused the following documents:-

1. Particular Specifications signed by DCWE (Contracts)

2. Drawings detailed in the list of Drawings. (As applicable)

3. Schedule ‘A’ (BOQ), ‘B’, ‘C’ & ‘D’ attached hereto.

4. MES Standard Schedule of Rates Part-I, 2009 (specifications) and Part-II, 2010 (Rates) (here-in-after referred to as the “MES Schedule”) including Errata/Amendment No. 1 to 3 for Part-I (2009) and 1 to 59 for Part-II (2010).

5. General Conditions of Contracts, IAFW-2249, (1989 print) together with errata 1 to 20 and amendment 1 to 48.

6. Water: Conditions 31 of IAFW-2249 (General Conditions of Contracts): Water will be supplied by the MES and

shall be paid for by the contractor @ Rs. 3.75 for every Rs. 1000.00 worth of work done priced at contract rates.

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

*(a) That the sum of Rs 50000/-. (Rupees Fifty thousand only) forwarded as Earnest money shall be either be retained as Part of Security Deposit or be refunded by the Government on receipt of the appropriate amount of Security Deposit, all as per condition 22 of IAFW-2249.

(b) To execute all the works referred to in the said documents upon the terms and conditions contained or referred to therein at the item rates contained in the aforesaid Schedule ‘A’ (BOQ) OR, at such other rates as may be fixed under the provisions of Condition 62 of IAFW-2249 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 Arbitrator of a serving Officer having degree in Engineering or equivalent or having passed final/direct final examination of Sub Division II of Institution of Surveyors (India), recognized by the Govt. of India, to be appointed by the Chief Engineer Siliguri Zone, Sevoke Road, or in his absence the Officer officiating as Chief Engineer Siliguri Zone, whose decision shall be final, conclusive and binding.

* to be deleted where NOT applicable.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

TENDER ( Contd… )

Signature______________________________________________________________ dated__________________________________________

Name of signatory_______________________________________________________________________________________________________

(IN BLOCK CAPITAL LETTER)

In the capacity of _____________________________________________________________________________________ duly authorized to

Sign the tender for and on behalf of ______________________________________________________________________________________ (IN BLOCK CAPITAL LETTER)

Signature of witness Postal Address Name ________________________________ ____________________________________________

Address ______________________________ ____________________________________________

________________________________________ ____________________________________________

Mobil NO ___________________________ Telephone ______________

email id __________________________

ACCEPTANCE

NIL 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 Kush Bhandari, Garrison Engineer (N) Binnaguri/ AGE (Contract).

The above tender was accepted by me on behalf of President of India at the item rates contained in Schedule ‘A’

on the _____________ day of ________________2020

Signature ______________________ dated this _______ day of __________2020. Appointment : GARRISON ENGINEER (NORTH) BINNAGURI (FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

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

FOR

ITEM RATE CONTRACT (IAFW-1779A, REVISED 1955)

1. A copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249)-1989 Print with Errata 1 to 20 and amendments No. 1 to 48 has been supplied to me/us and is in my/our possession. I/We have read and understood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I/We agree that I/we shall abide by the Terms and Conditions thereof, as modified, if any, elsewhere in this tender document. 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 (Serial Page No. 20 to 52) with errata 1 to 20 and amendments No. 1 to 48 form part of this tender documents. NOTE:- It is clarified that in case of difference in interpretation due to wording of English and Hindi versions, the English version will prevail as per Article 348 of the Constitution of India as clarified vide GS/MT-17 letter No.9601/GS/MT-17 dated 13 Oct 1988. DCW SIGNATURE OF CONTRACTOR AGE (Contracts) DATE_______________________ For Accepting Officer

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO. MILITARY ENGINEER SERVICES – ERRATA TO GENERAL CONDITIONS OF CONTRACTS IAFW-2249 (1989 PRINT).

Errata No Page Reference/Location Particular

No

1 2 4 5

1. 4 Condition 3, para 3, line-1 For: “ an” Read: “ and”

2. 7 Condition 7, last para, line-9 For: “ obection” Read: “objection”

3. 7 Condition 7, last para, line-11 For: “ thetein” Read: “therein”

4. 8 Condition 8, line-7 Delete “)” after the word ‘necessary’

5. 10 Condition 10(c) General, sub para For: “ actory” Read: “Factory”

2, line-3

6. 11 Condition 15, para 2, line-6 For: “ escept” Read: “except”

7. 11 Condition 15, para 2, line-6 For: “ authorise” Read: “authorised”

8. 11 Condition 15, para 5, line-1 For: “Maintence” Read: “Maintenance”

9. 16 Condition 32, para 1, line-4 For: “sitting” Read: “siting”

10. 16 Condition 32, para 2, line-2 For: “ reinstead” Read: “reinstated”

11. 16 Condition 34, line-6 For: “revese” Read: “revest”

12. 16-17 Condition 36, para 2, line-6 For: “combusitlble”

Read: “combustible”

13. 17 Condition 37, line-3 For: “ Whese” Read: “Whose”

14. 17 Condition 43, line-1 For: “shal” Read: “shall”

15. 17 Condition 44, para 2, line-4 For: “ vist this” Read: “visit his”

16. 18 Condition 48, para (a), line-5 For: “ airising” Read: “arising”

17. 20 Condition 54, line-1 and 2 Illegible word is ‘Contractor’

18. 20 Condition 54, para below (a) Insert “b” in the existing bracket “( )”

19. 30 ANNEXURE ‘B’, clause 6, line-2 Delete the word “after”

20. 30 ANNEXURE ‘B’, clause 6, line-3 Insert full stop “(.)” after the word “thereof”

and

For: “ladder” Read: “Ladder”

SIGNATURE OF CONTRACTOR AGE (Contracts) DATE_______________________ For Accepting Officer

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMENTS TO GENERAL

CONDITIONS OF CONTRACTS IAFW-2249 (1989 PRINT).

Amendment Page No. Particular

No.

1 2 3

1 28 and 29

Annexure ‘A’, Military Engineer Services

1989 Print

Contractor Labour regulation

(a) Para 2 (a), line 3

For: “not exceeding Rs. 400 per month”

Read: “not exceeding Rs. 500 per month”

(b) Para 11, line 5

Add the following after the words “Labourers

concerned” The Garrison Engineer shall arrange

payments to the labour concerned within 45 days from

the receipt of the person authorized as aforesaid, as the

case may be”.

2 9

Condition 10 (B) lines 2 to 6

1989 Print

--

For: “Materials which----------------------------------------------

------------------------------------ as aforesaid:

Read: “Materials which Government. Shall supply are

shown in Schedule ‘B’ which also stipulates place of

issue and rates(s) to be charged in respect thereof’.

3 19

Condition 50 sub para 4(b) (iii)

1989 Print

Delete the existing description against sub-para 4(b) (iii); and

insert as under:-

(iii) Where the contract Sum exceed Rs.20 lakhs

but does not exceed Rs. 150 lakhs

Seven and half percent of the Contract value of the item or group of items of work for which a separate period of

completion is given or Rupees seven and a half lakhs whichever is less.

(iv) Where the contract

Sum exceed Rs.150lakhs But does not exceed Rs. 300 lakhs

Five percent of the contract value of

the item or group of the items of work for which a separate period of completion is given or Rupees twelve and half lakhs whichever is less

(v) Where the contract Four percent of the contract value of

the item or group of the items of work for which a separate period of completion is given subject to a maximum of Rupees twenty five lakhs.”

sum exceed Rs. 300

lakhs

Contd..

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

AMENDMENTS TO IAFW-2249 (1989 PRINT) (CONTD.).

1 2 3

4 27

Condition 70 sub para 9

1989 Print

Add the following at the end of the sub para:- “If the value of the claims or counter claims in an arbitration reference exceeds Rs. 1 lakh, the arbitrator shall give reasons for the award”.

5 14 and 15

Condition 25

1989 Print

Delete paras 2 and 3 of the above condition and substitute the following:- “Where the contractor is not a qualified Engineer or even if he is so qualified, he can not, in the opinion of the GE, give his full personal attention to the works, he shall at his own expense, employ a person/persons, possessing the following qualifications and/or experience as his accredited Agents(s) to Supervise the Works and to receive instructions from the Engineer-in- Charge.

(a) For works costing over Two Degree holders in Engineering from a Rs. 300 lakhs other than Government recognized Institution or those covered in (g) below:- equivalent with at least 5 years practical experience or works. And Adequate numbers of Diploma holders in Engineering from a Government Institution with at least 8 years Practical Experience of works. (Note: The above provision shall be applicable irrespective of the fact whether contract himself is a qualified Engineer or not).

(b) For works costing A Degree holders in Engineering from a between Rs. 100 lakhs and Government recognized Institution or Rs. 300 lakhs other than equivalent with at least 4 years practical those covered in (g) below:- experience or works. OR Two Diploma holders in Engineering from a Government Institution with at least 6 years Practical Experience of works.

(c) For works costing A Degree holder in Engineering from a between Rs. 60 lakhs and Government recognized Institution or Rs. 100 lakhs other than equivalent with at least 3 years practical those covered in (g) below:- experience or works. OR A Diploma holders in Engineering from a Government Institution with at least 5 years Practical Experience of works.

(d) For works costing A Degree holder in Engineering from a between Rs. 7.5 lakhs and Government recognized Institution or Rs. 60 lakhs other than equivalent with at least 2 years practical those covered in (g) below:- experience or works. OR A Diploma holders in Engineering from a Government Institution with at least 4 years Practical Experience of works.

Contd..

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

AMENDMENTS TO IAFW-2249 (1989 PRINT) (CONTD.).

1 2 3

(e) For works costing A Degree or Diploma holder in

between Rs. 2 lakhs and Engineering from a Government

Rs. 7.5 lakhs other than recognized Institution or equivalent with

those covered in (g) adequate practical experience or works.

below:-

(f) For works costing upto A competent person with adequate

2 lakhs other than those practical experience of works

covered in (g) below:-

(g) For works of any A competent person with adequate

value for repairs to practical experience of works

buildings and roads,

periodical services to

buildings, terms contract,

grass cutting and

fencing.

The employment of Agent(s) as aforesaid shall be to the approval of

the GE who may verify his/their qualifications and experience by

referring to original degree/diploma/testimonials which shall be

made available to him by the contractor or by the individual

employed or proposed to be employed.

6 27

Condition 70, sub para 9

1989 Print

Delete the description added at the end of sub para – 9 vide

amendment No. 4 (1989 Print) and insert as under:-

“The arbitrator shall give reason for the award in each and every

case irrespective of the value of claims or counter claims.”

7 24

Condition 64

1989 Print

Delete paras 4 viz “provided the amount -------------------------------------

----------------- shall not exceed Rs. 1.5 lakhs in toto.”

8 26

Condition 70, Arbitration Page 1, line-4

1989 Print

Amend the words ‘Engineer Officer’ to read ‘ServingOfficer having

degree in Engineering or equivalent or having passed final/direct

final examination of sub-division II of institution of surveyor (India)

recognized by the Government. of India’.

9 2 Add the following new conditions under chapter-IV:-

“71 Jurisdiction of Court”

1989 Print

27 Add the following new conditions:-

“71. Jurisdiction of Court:-

Irrespective of the place of issue of tenders, the place of acceptance of tenders, the

place of execution of contract or the place of payment under the contract, the

contract shall be deemed to have been made at the place from where the

acceptance of tenders has been issued and the work is executed/executable. The

Courts of the place from where the acceptance of the tender has been issued or the

place where the work is executed/under execution shall alone have jurisdiction to

decide any dispute arising out of or in respect of the contract”.

Contd….

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

AMENDMENTS TO IAFW-2249 (1989 PRINT) (CONTD.).

1 2 3

10 14 & 15

Condition 25 as amended vide amendment No. 5

1989 Print

For: “Degree holders in Engineering from a Government recognized Institution or equivalent” wherever occurring.

Read: “Degree holders in Engineering from a Government recognized Institution or equivalent or equivalent/final or direct final pass of sub-division II of institution of surveyor (India)”.

11 27

1989 Print Condition 70, ‘Arbitration’ para 8

For: “The Arbitrator may, from time ---------------------------------------------------- --------------- publishing the award”.

Read: “The Arbitrator may from time to time with the consent of the parties, enlarge the time for making and publishing the award”.

12 24 Add the following para 4 after para 3(c):-

1989 Print “ The amount so retained from the contractor shall be called retention money and shall be released to the contractor alongwith the Final Bill. However, in case the amount of this retention money is more than 1.5 lakhs, than after retaining an amount of Rs. 1.5 lakhs or 1% of the contract amount as executed whichever is more, the balance amount of retention money will be refunded to the contractor on satisfactory completion of work as certified by the GE”.

13 23 Condition 62(G), Valuation of deviation, Para-1, line-3

1989 Print For: “ Plus 10%” Read : “ Plus 15%”

14 05 (a) Condition 4A (a), line-4

1989 Print For: “ Rs. 2,500.00” Read : “ Rs. 5,000.00”

(b) Condition 4A (d), line-2 and 3

For: “ Rs. 5,000.00”

Read : “ Rs. 10,000.00”

15 13 Condition 22, Sub Para 3, line 3 & 4

1989 Print For: “ Controller of Defence Accounts concerned” Read : “ Accepting Officer”

16 24 Condition 64, Sub Para 7, line 4 & 5

For: “ Controller of Defence Accounts”

1989 Print Read : “ Accepting Officer”

17 19 Condition 50,

1989 Print (a) Sub Para 2, line 2

For: “ Deviation orders on the contractor”

Read : “Deviation orders, escalation amount”

(b) Delete existing sub para 4(b)(i) to 4(b)(v) in toto and insert as under:-

“Ten percent of the contract value of the item or group of items

of work for which a separate period of completion is given.”

(d) Add sub para 5 as under :-

“Amount of retention money plus compensation during currency of contract shall not exceed ten percent of contract value. Contractor shall furnish BGB or Fixed Deposit Receipt in lieu of retention money and if compensation amount is not fully met from retention money, the difference if any shall be recovered from the payments due to the contractor.”

Contd….

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMNTS TO GENERAL

CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

Amendment Page No Particular

No

1 2 3

____18___ 3 and 4 1989 Print For : “the M.E.S. Schedule ,the Specifications” Read: “the M.E.S. Schedule ,the Special Conditions, the Specifications” (b) Condition 1(b) .line2 For: “these condition , and the Specification” Read: “these condition , the special conditions and the Specification “

(c) Condition 1(b) .line 3 For: “loaned” Read: “ sold ” (d) Condition 1(g) .line 3

For : “Garrison Engineer” Who administers Read: “Garrison Engineer”(or Assistant Garrison Engineer (Independent) if applicable) who administers” (e) condition 1(g) .line 3 In the end ,add the following : “Where the office of the CWE does not exist and the GE is directly under the Chief Engineer, the authority of the CWE stipulated in these condition shall vest in the concerned Chief Engineer,” (f) Condition 1(h) .line 3 For : “the Superintendent Grade l” Read: “the Junior Engineer (JE)” (g) Condition 1(i) line 1) . For: “Indian Standards Institution” Read: “Bureau of Indian Standards.” (h) Condition 1(p) .line 4 For: “air craft and acts of God” Read: “air craft and natural calamities” (i)Condition 1(p) .line 5 For: “floods and tornado.” Read: “floods, tornado and Tsunami “

____19___ (a) Condition 4 A ,line7 1989 Print 5 For : “Rs. 60,000/-“

Read; “Rs 1,50,000/-“ (b) Condition 4 A(a) ,line4 For : “Rs. 2,500/-“ Read; “Rs 10,000/-“ (c) Condition 4 A(c) .line4 For : “Rs. 2,500/-“ Read: “Rs. 10,000/-“ (d) Condition 4 A(d) .lines 2 and 3 For: “Rs 5,000/-“ Read: “Rs 20,000/-“ (e) Condition 4 A(f) .line 1 For: “Rs. 60,000/-“ Read: “Rs 1,50,000/-“

Contd….

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMNTS TO GENERAL

CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

Amendment Page No Particular

No

1 2 3

____20___ 5 (a)Condition 6 , subpara 1

1989 Print The existing contents shall be substituted as under :-

“6. Provisional items: The amount pertaining to

provisional items need not be deducted from the Contract

Sum. The Engineer-in-Charge and Contractor shall set out the

works covered under provisional items and provisional lump

sum based on the description of items, drawings forming part

of contract agreement and considering the ground conditions

as encountered at site of works. The statement of variation in

quantities, new items or deletion of items from the contract

agreement as required will be worked out for approval of

Engineer-in-Charge who will convey approval of such changes

through site order book. For the purpose of payment the

variation in value of work executed under these items shall be

ascertained by measurement or valuation as for deviation.

The variations shall be regularized as per condition 7.” ____21___ 6 & 7 (a) Condition 6 A .line 6

1989 Print Add following after the words “preference to scale.:-

“However the provisions of any drawing of a later date shall

take precedence over that of a drawing of previous date

further subject to the condition that working drawing will take

precedence over a Typical Detail Drawing.”

(b) Condition 6 A(a).line 1

For : “Quantities,”

Read: “Quantities, schedule ‘B’.’C’,’D’,”

(c) Condition 6 A(a), subpara 3 line 1

For : “one document forming”

Read: “one document as defined hereinabove firming”

(c) Condition 6 A(A)

(i) Existing subpara (b) to (f) shall be enumerated as subpara(c) to (g).

(ii) Add new subpara (b) after existing subpara (a) as under :- “(b) items and their quantities for which no rates or prices have been quoted shall be deemed to have been covered by the rates and prices quoted for the other items of Schedule ‘A’ or bill of quantities.”

(d) Condition 6 A(C) (iii)

The existing contents shall be substituted as under :- (iii)Contract sum exceeding Rs 10 : Rs 20,000 plus 2 % of contract lakh but not exceeding Rs 100 lakh sum exceeding Rs 10 lakh subject to a maximum of Rs 1,00,000/-

(iv)Contract sum exceeding Rs 100 : 1% of Contract Lakh maximum of Rs 5 lakh

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMNTS TO GENERAL

CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

Amendment Page No Particular

No

1 2 3

____22___ 8 (a) Condition 9 (c) ,line 19

1989 Print For : “labour at Site “

Read : “labour and tools and plants at Site “

(b) Condition 9 (c) line 19

Add following at the end of para (c) viz line 21 :

“The contractor shall give the details of idle labour,

workmen, employees, tools and plants and such other details as asked by

the GE, with seven days of issue of order of suspension and the GE

shall verify the necessity and correctness thereof. Proper record of

these details shall be maintained duly signed by the GE and contractor.”

____23___ 8,9 and 10 (a) Condition 10 A, subpara 2

1989 Print Add in the end after the word “comply,” following:

“However if the cost of particular item of material in a contract

exceed Rs 1akh, these materials shall be procured only from

the manufactures or from their authorised dealers/ stockist

(except in case of materials of local origin) and the contractor

shall furnish proof thereof to the satisfaction of the GE that the

material so comply.

(b) Condition 10 A, subpara 3

Add in the end after the word “in the Contract.” following:

“The approved samples of materials which loose their identity after

incorporation in the work shall be preserved with the GE till completion

of work. Thereafter the same shall be removed in ‘as is where is’

condition by the contractor with prior permission of the GE without

any extra cost to the Government. However, the approved samples of

materials which do not loose their identity after incorporation and

which can be incorporated in the work as decided by the Engineer- in-

Charge shall be allowed to be used in the sample

quarter/block/work”.

“ (c) Condition 10 B. line 1 of last subpara of page 9

For : “cost of loading,”

Read: “cost of carriage , loading,”

(d) Condition 10 B. line 3 of subpara 3 of page 10

For : “the Engineer-in-Charge may,”

Read: “the GE may,”

____23___ 8,9 and 10 (e) Condition 10 B. line 5 of subpara 3 of page 10 1989 Print For : “as decided by the GE .”

Read: “on the date of notifying to the contractor by GE (after technical check of final bill in CWE’S Office) as decided by the GE or the stock book rate as fixed by the department, which ever is higher”.

(e) Condition 10 B. line 6 of subpara 3 of page 10

For : “the market rate,”

Read: “the recovery rate,”

Contd….

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMNTS TO GENERAL

CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

Amendment Page No Particular

No

1 2 3

____24___ 10 & 11 (a) Condition 11 (A) . subpara (i) to (viii)

1989 Print Existing contents of subpara (i) to (vii) shall be replaced as

under with sub para (i) to (iv) :-

“(i) by reason of civil commotion, local combination of

workmen, strike or lockout, affecting any of the trades

employed on the work, or

(ii) by reason of delay on part of nominated sub-contractors, or

nominated suppliers which the Contractor has, in the opinion

of G.E., taken all practicable steps to avoid, or reduce, or

(iii) by reason of delay on the part of Contractors or tradesman

engaged by Government in executing works not forming part

of the contract, or

(iv) by reason of any other cause ( except force majeure

)which in the absolute discretion of the Accepting Officer is

beyond the Contractor’s control:

(b)Condition 11(A) last subpara, line 2

For: “G.E.” Read : “Accepting Officer”

(b) Condition 11 (B), last but 3rd line from end

For: “G.E.”

Read: “Accepting Officer”

(c)Condition 11(C)

The existing contents shall be substituted as under :-

“(C) Extension of time if due shall be granted within 45 days of

receipt of request from the contractor along with supporting

documents, but before expiry of original/extended period of

completion.

(D) No claim in respect of compensation or otherwise, for idle

labour and/or idle machinery etc. and/or business loss or any

such loss, howsoever arising, as a result of extensions

granted under Conditions (A) and (B) above shall be

admissible. The decision on reason and quantum of extension

shall be final and binding.

____24___ 10 & 11 (E) DELAYON ACCOUNT OF FORCE MAJEURE : 1989 Print Should any force majeure circumstances arise, each of the

contracting party will be excused for the non fulfillment or for the delayed fulfillment of any of its contractual obligations, if the affected party within 15 days of its occurrence informs the other party in writing. Force majeure shall mean fires, floods, natural calamities such as earth quakes, lightening or other acts such as war, turmoils, strikes (otherwise than contractor’s employees), invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, damage from aircraft, sabotage, explosions, quarantine restrictions, beyond the control of either party. It is understood and agreed between the parties here to that the right and obligations of the parties shall be deemed to be in suspension during the continuance of the force majeure even as aforesaid and the said rights and obligation shall automatically revive upon cessation of the intervening force majeure event. The period within which the right and obligations of the parties shall be in suspension due to force majeure event, shall not be considered as a delay with respect of the period of completion and/or taking over work under the contract or otherwise to the detriment of either party. Not withstanding the provision of the immediately foregoing clauses, it is further understood and agreed between the parties hereto that in the event of any force majeure persisting for an uninterrupted period exceeding 6 (Six) months, either party hereto reserves the right to terminate this contract upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than agreement for the completed work and/or contractor’s materials laying at site.”

Contd….

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMNTS TO GENERAL

CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

Amendment Page No Particular

No

1 2 3

____25___ 12 (a) Condition 17 , line 1 1989 Print For : “The Contractor shall not”

Read: “The Contractor including Public Sector

undertaking/Government agency shall not”

____26___ 13 (a) Condition 18 ,line 1

1989 Print For : “The Contractor shall not”

Read: “The Contractor including Public Sector

undertaking/Government agency shall not”

____27___ 14 and 15 (a) Condition 25 ,the contents of subpara 2 after line 5 shall be

1989 Print substituted as under :-

(a) For works A Degree holder in Engineering from a

costing Govt. recognized Institution or

between Rs equivalent, final or direct final passed

50 lakh to of Sub Division-ll of the Institution of

1000 lakh Surveyors (India) with at least 4 years

practical experience of works

(b) For works A Degree holder in Engineering from a

costing Govt. recognized Institution or

Costing equivalent, final or direct final passed

between Rs of Sub Division-ll of the Institution of

7.5 lakh and Surveyors (India) with at least 2 years

Rs 50 lakh practical experience of works

(c) For works A Diploma holder in Engineering from

costing a Govt. recognized institution

costing below with adequate practical experience of

Rs 7.5 lakh works

Notes:- (1) Engineers (Degree/Diploma holders) employed should be of the relevant discipline to which nature of works pertains. (2) The provision at Serial (b) & (c) above shall be applicable irrespective of the fact whether contractor himself is a Qualified Engineer or not. (3)Contractor shall employ additional Engineers as directed by GE where there are scattered sites. (4) For works costing more than Rs 10 Crore, the requirement of Engineering staff shall be as given in the tender documents. (5) For specialist works/services Accepting Officer may vary requirement of supervisory staff in tender documents.

(b) Condition 25 ,last subpara on page 15 The contents of last subpara on page 15 shall be substituted as under :- “The G.E .shall have full powers, to put the contractor on notice on account of default either for non-employment of Engineer(s) or absence of Engineer(s) from site and levy penalty @ Rs 500/- per day vacancy upto 30 days period. Thereafter GE shall have the option to either suspend the work or employ Engineer(s) at contractor’s cost and recover the amount from contractor’s dues.”

Contd….

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMNTS TO GENERAL

CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

Amendment Page No Particular

No

1 2 3

____28___ 15 (a) Condition 26 ,last subpara ,last line

1989 Print For : “Rs 50/-“

Read: “Rs 5,000/-(Rupees five thousand only)”

____29___ 16 (a) Condition 31 ,last subpara ,last line 2

1989 Print For : “at the *All India Flat Rate per 1,000 gallons which”

Read: “at the *All in cost Rate per 1,000 gallons subject to a

minimum of Rs 3.75 per every Rs 1000/- worth of work done

priced at contract rates which”

____30___ 17 (a) Condition 36 ,last subpara

1989 Print Add the following at the end:-

“Fencing be provided wherever necessary as decided by

GE to isolate the working area to make the area unrestricted

from restricted”

____31___ 17 (a) Condition 44 ,last subpara 3 ,line 1

1989 Print For : “rupees one lakh”

Read: “rupees two lakh”

(a) Condition 44 ,last subpara 3 ,line 2

For : “rupees five lakh”

Read: “rupees ten lakh”

____32___ 18 (a)Condition 46 , Subpara 2 ,line 11 to 14

1989 Print For: “Provided always that the liability of the Contractor

under this Condition shall not extend beyond the defect

liability period except as regards workmanship which the G.E.

shall have previously given notice to rectify. “

Read: “Alternatively, such work, if technically/structurally

acceptable, without detriment to the safety and utility of the

item and the structure may be permitted to be accepted as

devalued and recovery shall decided by competent authority

(CWE in respect of contract concluded by himself and GE’s

and AGE(I) and CE in respect of contract concluded by him)

or he may reject the work outright without any payment and/or

get it and other connected and incidental items rectified, or

removed and re-executed at the risk and cost of the contractor

. Whether any particular defect is due to unsound, imperfect or

unskillful workmanship or due to normal were & tear or user’s

negligence, decision of GE shall be final and binding.

Provided always that the liability of the Contractor under this

Condition shall not extend beyond the defects liability period

except as regards workmanship which the GE . shall have

previously given notice to the contractor to rectify. Govt

further reserves the right to get the work technically inspected

during currency of the contract and also during defects liability

period by the Additional Director General of Technical

Examination and/or his Officers or any other agency. The

defects observed as a result of such technical examination

shall be rectified by the contractor as notified by the GE.

However, if the defects are not rectified, the devaluation of the

work shall be carried out and recovery thereon shall be

affected.” Contd….

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMNTS TO GENERAL

CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

Amendment Page No Particular

No

1 2 3

____33___ 19 (a)Condition 49 , subpara 2 ,line 2,3 and 4

1989 Print For: “within such period as may be notified by the Engineer-in-Charge, to the place of issue against written receipt from the Engineer-in-Charge.”

Read: “to the place of issue as stipulated in Condition 10(B) here-in-before against written receipts from the Engineer-in-Charge.”

(b)Condition 49 subpara 5 lines 3,4 and 5

For: “before the completion of entire group ,but for all purposes of the contract except for compensation for delay, the completion of the entire group shall be taken into account.”

Read: “before the completion of the entire group. In such event, the grouping (phasing) of items as catered for in the contract shall be deemed to have been amended accordingly.”

(b)Condition 49 subpara 7 Existing contents shall be substituted as under:-

“On receipt of notice from the contractor that the work has been completed, GE shall with in seven days certify to the Contractor the Date(s) on which the items or group of item of works are completed and taking over and the state thereof or shall notify the details of incomplete items of work to the contractor. In Case of dispute between GE and the contractor over completion of work, the decision of accepting offer or CWE in case of GE’s Contract shall be final and binding”.

____34___ 21 (a) Condition 55

1989 Print Existing contents shall be substituted as under :-

“55. Termination of Contract for death ---Without

prejudice to any of the right or remedies under this contract, if the Contractor dies, the Accepting Officer shall have the option of terminating the Contract without compensation to the Contractor. If proprietor has nominated a person during his lifetime, the nominee will be allowed by the GE to complete the balance work. However if the nominee is not willing or in the opinion of Accepting Officer is not capable of completing the work as contracted for, he shall terminate the contract without any compensation to the nominee. The decision of the Accepting Officer whether the nominee is capable or not shall be final and binding.”

Contd….

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMNTS TO GENERAL

CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

Amendment Page No Particular

No

1 2 3

____35___ 21 and 22 (a) On page 2 ,against SI 59, Blank ,add following in

1989 Print description

“Determination of contract in the event of Force Majeure”

(b) On page 22 ,against SI 59 ,Blank

Insert new condition 59 in lieu of blank as under :

59. Determination of contract in the event of Force

Majeure – The contract may be determined at the option of

either party by giving 30 days notice in writing to the other

party should any event of ‘Force Majeure’ continue to prevail

for an uninterrupted period of six months and no progress of

work is achieved owing to such circumstances during these

six months. On receipt of notice from one party to other

explaining circumstances of ‘ Force Majeure’ the Garrison

Engineer and contractor will carry out joint inspection of works

and an inventory of completed, incomplete works and the

materials collected for incorporation in the works hall be

prepared for processing of final bill. The contractor shall have

no claim to payment of any compensation on account of any

profit or advantage which he may have derived from the

execution of work in full but which he could not derive due to

determination of contract on account of ‘Force Majeure’.

____36___ (a) Condition 61 ,Last but one para ,line 6

1989 Print For : “Rs. 500/-“

Read: “Rs. 5,000/-“

____37___ 24 (a) Condition 64 ,Subpara 1 and 2

1989 Print Substitute existing contents with following :-

“64. Advances on Account – The contractor may at intervals of not less then 30 days for contract of value less that Rs.50 lakh and 15 days in case of contracts more than 50 lakhs submit claims on I.A.F.W -2263 provided the payment due is not less than Rs. 50,000/- and for Term Contracts, Contractor may prefer not more than two claims for payment of advance on account of work done and of materials delivered in connection with Measurement and Lump sum Contracts. However such claim for work done, which are required to be measured, shall be submitted only after recording joint measurements in the MES Measurement Book IAFW- 2261.” (b) Condition 64 ,Subpara 3.line 3 For : “Engineer-in-Charge:-“ Read: “Garrison Engineer:-“ (c) Condition 64 ,Subpara 8.and 9 Insert a new subpara between subpara 8 and 9 as follows:-“Provided

further, the contractor may be paid advance on account to the full value of materials such as fittings and fixtures and other manufactured items as decided by the GE which do not lose their identity, brought on the site, on his furnishing Guarantee Bond(s) or Fixed Deposit Receipt (s) from a scheduled Bank for the amount of retention money which should otherwise be recoverable from him under the contract. The Guarantee Bond and Fixed Deposit Receipt shall be executed and kept valid in a manner as described here-in-before.”

Contd….

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMNTS TO GENERAL

CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

Amendment Page No Particular

No

1 2 3

____38___ 25 (a) Condition 66 ,line 2

1989 Print For : “the period being”

Read: “the period to be”

(b) Condition 66 ,line 3

For: “by the G.E.”

Read: “by the Engineer-in-Charge”

(c) Condition 66(a)

For : “Four months”

Read: “Six months”

(d) Condition 66(b)

For : “Six months.”

Read: “Nine months.”

____39___ 27 Existing Condition 71 Jurisdiction of Courts shall be

1989 Print renumbered as Condition 72

____40___ 27 Add a new Condition 71 Conciliator as under :

1989 Print 71. Conciliator ---- If a dispute (other than those for which the decision of the CWE or any person is by the contract expressed to be final and binding) of any kind whatsoever arises between the parties to the contract during the execution of the works, or after completion or after determination/cancellation/termination of the contract, including any disagreement by either party with any action, inaction, opinion, instruction, certificate or valuation by the Accepting Officer or his nominee, the matter in dispute shall, in the first place be referred to the Disputes Resolution Board (DRB) in case of contracts valuing Rs 10 crore or more and to conciliation, by a sole conciliator, in case of contracts valuing less than Rs 10 crore. In case of disagreement with the decision of such DRB or conciliator, any party may invoke arbitration clause. Procedure for the constitution/appointment of DRB/Conciliator shall be as laid down in the Contract Agreement.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMNTS TO GENERAL

CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

Amendment Page No Particular

No

1 2 3

--------41--------- 13 Existing condition 22 security deposit including all its sub para deleted

--------42--------- 20 Condition 53

Substitute 3 paragraphs after para 53(c) as under:-

Whenever the Accepting Officer exercises his authority to cancel the

contract under this condition, he may complete the works by any means independently

without risk and cost of the original contractor.

On cancellation of contract, the performance security and retention money upto last paid

RAR shall be forfeited. All T&P and material of contractor lying at site shall be confiscated

by Government and shall be absolutely at the disposal of the President of India and no

compensation whatsoever shall be allowed by department.

If the failed contractor is a Company, or a Firm then every member/partner/Director of

Company, or Firm shall be barred from participating in the tender for the balance work

either in his/her individual capacity or as a partner of any other Company/Firm.

--------43--------- 20 & 21 Condition 54

Substitute 3 paragraphs after para 54(d) as under:-

The Accepting officer may without prejudice to any other right or remedy which shall

have accrued or shall accrue thereafter to the Government, cancel contract as a whole or

only such work order(s) or items of work in default from the contract. Whenever the

Accepting Officer exercises his authority to cancel the contract under this condition, he may

complete the Works by any means independently without risk and cost of the original

contractor.

On cancellation of contract, the performance security and retention money upto the last

paid RAR shall be forfeited. All T&P and material of contractor lying at site shall be

confiscated by Government and shall be absolutely at the disposal of the President of India

and no compensation whatsoever shall be allowed by department.

If the failed contractor is a company, or a firm then the every member/ partner/director

of company or firm shall be barred from participating in the tender for the balance work

either in his/her individual capacity or as a partner of any other company/firm.

--------44--------- 25 (a) Condition 67(a), line 10

FOR : “Security deposit or security Bond amount”

READ : “Performance security amount (or from the contractor’s standing security deposit

amount of security bond if performance security amount is not adequate)”

26 (b) Condition 67(g), line-5

FOR : “Security deposit or security Bond amount”

READ : “Performance security amount (or from the contractor’s standing security deposit

amount of security bond if performance security amount is not adequate)”

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMNTS TO GENERAL

CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

--------45--------- 26 Condition 68

Substitute existing contents with following :-

Refund of Performance Security. The performance Security Deposit mentioned in

condition 19 above may be refunded to the contractor after the expiration of the defects

liability period (vide condition 46) by the GE provided always that the contractor shall first

have been paid the final bill and have rendered a No-Demand Certificate (IAFW-451).

--------46--------- 26 Condition 70

Existing para 3 DELETED.

--------47--------- 13 Condition 19

Insert new condition as following:-

19. Performance Security

19.1 Within 28 days of receipt of the letter of Acceptance, the successful contractor shall

deliver to the Accepting Officer a performance security in any of the forms given below for

an amount equivalent to 5% of the contract sum.

(a) A bank Guarantee in the prescribed form.

(b) Government Securities, FDR or any other Government Instruments

stipulated by the Accepting Officer.

19.2 If the performance security is provided by the successful contractor in the form of a

Bank Guarantee, it shall be issued by Nationalized/Scheduled Indian Bank but its

confirmation shall be done only from the Head Office of the Bank.

19.3 Failure of the successful contractor to comply with the requirements of sub-clause

19.1 shall constitute sufficient grounds for cancellation of the award of work and forfeiture

of the Earnest Money. In case of MES enlisted contractor, amount equal to the Earnest

Money stipulated in the Notice Inviting Tender, shall be notified to the tenderer for

depositing the amount through MRO. Issue of tender to such tenders shall remain

suspended till the aforesaid amount equal to the Earnest Money is deposited in Government

Treasury.

19.4 All compensation or other sums of money payable by the contractor to the Govt

under the terms of this contract or under any other contract with Govt may be deducted

from, or paid by the sale of a sufficient part of the Performance Security or from the interest

arising there from or from any sums which may be due or become due to the contractor by

the Government on any account whatsoever and in the event of his performance security

being reduced by reason of any such deduction, or sale as aforesaid, the contractor shall

within ten days thereafter make good in cash or securities, endorsed as aforesaid, any sum

or sums which may have been deducted from or realized by the sale of his performance

security or any part thereof.

Govt shall not be responsible for any loss of securities or any depreciation in the value

of securities while in their charge nor for loss of interest thereon.

19.5 In the event of contract being cancelled, under condition 52, 53 & 54 of General

Conditions of contract, the performance security shall be forfeited in full and shall be

credited into Consolidated Fund of India.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES – AMENDMNTS TO GENERAL

CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

--------48--------- 17 Condition 46 Existing para 2 replaced as under:-

Should the GE consider at any time during the construction or reconstruction or prior to the expiration of period of :-

(a) Thirty six calendar months after the works have been handed over to Govt (hereinafter referred to as the “defects liability period) for Runway works, Marine & Harbour Works, High Altitude works & Specialist works of hospitals & Medical Equipment/Medical Gas. (b) Twenty four calendar months after the works have been handed over to Govt (hereinafter referred to as the defects liability period) for works other than mentioned in sub para (a) above.

(The period of defects liability period shall be specified in the tender documents) that any work has been executed with unsound imperfect or unskillful workmanship or of a quality inferior to that contracted for or not otherwise in accordance with the Contract.

________________________ AGE (CONTRACTS) (SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER DATE :

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

SCHEDULE OF MINIMUM FAIR WAGES

1. It is hereby agreed that the “Schedule of Minimum Fair Wages (SMFW)” as published vide Government of India

Notification dated 12 Jul 1994 form part of these tender documents.

2. Schedule of minimum wages is not enclosed along with tender but the contractor is deemed to have full Knowledge

regarding the minimum wages payable to labourers effective on the date of submission of tender and his tendered rates shall be deemed to have been based on this, irrespective of the fact that Gazette Notification may not have been published or that he was unaware of the increase in minimum wages. For the purpose of reimbursement of (PV) clause for wage escalation of labour the minimum wages legally effective on the date of receipt of tender shall be the basis. The minimum wages legally effective referred above are the minimum wages notified in Gazette/Government by any local regulations whichever is higher.

3. My/our signature here under is in token to my/our having read and understood the provisions contained therein and

I/We agree that I/we shall abide by the same and that aforesaid documents form part of this tender.

Note:- “Schedule of Minimum Fair Wages” referred to above is available for reference, in the office of the Accepting Officer.

________________________ AGE (CONTRACTS) (SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER DATE :

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

SPECIAL REPAIR OF BARBED WIRE FENCING AROUND MT GARRAGE , PROVN OF KOTA STONE FLOORING AT BLDG NO P-23 GF

AND CERTAIN OTHER REVENUE AND MINOR WORKS

SPECIAL CONDITION 1. GENERAL

1.1 The following Special conditions shall be read in conjunction with General Condition of Contracts, IAFW-2249(1989 Print) including errata and amendments thereto and IAFW-1779A (Revised 1955) including all errata and amendments thereto. If any provision in this Special Conditions is at variance with the provisions in the above mentioned documents the former shall take precedence there over.

2. GENERAL SPECIFICATIONS

2.1 The term General Specification used in any of the documents forming part of this contract refers to the specifications contained in MES Schedule 2009 Part I (Specification) and Part II 2010 (Rates) together with upto date Errata and Amendments.

3. INSPECTION OF SITE

3.1 Refer conditions 7 and 10 of Notice of Tender (IAFW-2162) and Condition 4 of IAFW-2249. The tenderer shall be deemed to have satisfied himself before submitting his tender as to the nature of the ground and sub-soil (so far as it is practicable), the climatic conditions, the form and nature of the site, nature of work and the means of access to the site(s), the accommodation he may require and in general tenderer shall be deemed to have himself obtained all necessary information on inspection of site as to risk, contingencies and other circumstances which may influence or effect his tender whether he actually inspect the site(s) or not. No extra payment consequent on any mistake or misunderstanding or otherwise on this account shall be allowed.

4. AVAILABILITY OF LAND FOR STORAGE OF MATERIALS, ACCOMMODATION FOR LABOUR ETC.

4.1 Delete the following in Para 1 of Condition 24 of IAFW-2249(1989 Print) General Conditions of Contracts “In the event of the areas of land ………..... allotted to him” and the following shall be read in conjunction with Condition 24 of IAFW-2249 :-

4.2 The contractor shall be permitted to store his materials including erecting temporary sheds thereof, temporary workshops and the like at the area of land, marked for this purpose on the site plan shown by the GE free of rent, if it is in class A-1 land, for other types of land he shall be charged license fee of Re 1/- per year or part of year for each and every separate area of land allotted to him. No land shall be allotted to the contractor for construction of huts for accommodation of labour.

5. ROYALTIES

5.1 Condition 14 of General Conditions of Contracts (IAFW-2249) is not applicable to this contract.

6. CONDITIONS OF WORKING

6.1 The work lies in UNRESTRICTED AREA. The restrictions for entry to work site and conditions of working in unrestricted area shall be as under :-

6.1.1 The work lies in unrestricted area. However, the contractor, his agents, servants, workmen and vehicles may pass through the unit lines, in which case, the Engineer-in-Charge at his discretion, has the right to issue the passes, control their admission to the site of work or any part thereof. The contractor shall on demand by the Engineer-in-Charge shall submit a list of personnel etc. concerned and any other information called for by the Engineer-in-Charge and shall satisfy the Engineer-in-Charge as the bonafide of such people. Passes shall be returned at any time on demand by the Engineer-in-Charge and in any case on completion of work.

6.2 The Contractor and his work people shall observe all the rules promulgated from time to time by the authority controlling the area where the work is to be carried out e.g. prohibition of smoking etc. Any person found violating security rules laid down by the authority, shall be immediately expelled from the area without assigning any reasons whatsoever and the contractor shall have no claim on his account. Nothing shall be admissible for any man hours lost on this account.

7. RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO CONTRACT VALUE (a) The rates quoted by the contractor shall deemed to be inclusive of all taxes (including Sales Taxes/GST on

materials, Sales Tax/GST on works contracts, 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 subpara (b) here-in-below.

(b) (i) The taxes which are levied by Govt at certain percentages rates of contract sum/Amount shall be termed as

“taxes directly related to contract value” such as Sales Tax/GST on work contracts, Turnover Tax, Labour welfare cess/tax and like but excluding Income Tax. The tendered rates shall be deemed to, be inclusive of all “taxes directly related to contract value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to contract value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the contractor and any decrease in percentage rate of “taxes directly related to contract value” with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the contractor to the Govt/deducted by Govt from any payments due to the contractor. Similarly imposition of any new “taxes directly related to contract value” after the last due date for receipt of tenders shall be reimbursed to the contractor and abolition of any “taxes directly related to contract value” prevailing on last due date for receipt of tenders shall be refunded by the contractor to the Govt/deducted by the Govt from the payments due to the contractor.

Contd.......

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

SPECIAL CONDITION (Contd.....) (ii) The contractor shall, within a reasonable time of his becoming aware of variation in percentage rates

and/or imposition of any further “taxes directly related to contract values”, give written notice thereof to the GE stating that the same is given pursuant to this Special Condition, together with all information relating there to which he may be in a position to supply. The contractor shall submit the other documentary proof/information’s as the GE may required.

(iii) The contractor shall, for the purpose of this condition keep such books of account and other

documents as are necessary and shall allow inspection of the same by a duly authorised representative of Govt, and shall further, at the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and such other information’s as the GE may require.

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

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

8. CONTRACTOR’S REPRESENTATIVES AND WORKMEN 8.1 Refer condition 25 of IAFW-2249. The contractor shall employ only Indian Nationals as his representatives, servants

and workmen and verify their antecedents and locality before employing them in the works. He shall ensure that no person of doubtful antecedents and nationality is in any way, associated with works. 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. As a proof that the contractor has employed only Indian Nationals, he shall render a certificate to GE within one month from the date of acceptance of tender to this effect. In case the GE desires, contractor will have the police verification done employed by him.

8.2 Verification of antecedents of contractors representatives/labour deployed at site in connection with execution of under the contract, as per security requirements of the Users/Installation shall be the responsibility of the contractor and all expenses in connection with verification of antecedents by Police authority/security agency shall be borne by the contractor.

8.3 Contractor shall on demand by Engg-in-charge or any other local station authority submit a list of his agents, employees and work people concerned and shall satisfy the Engg-in-charge as to the bonafides of such people.

8.4 The Engg-in-charge or any other local station authority shall at his discretion have the right to issue passes to control the admission of the contractors, his agents, servants and work people to the site of the work or any part thereof. Passes shall be returned at any time on demand by the Engg-in –charge or any other local station authority and in any case on completion of the work.

8.5 The contractor and his work people shall observe all the rules promulgated by the authority controlling the area in which work is to be carried out e.g. prohibition of smoking and lighting, fire precautions, search of persons on entry and exist, keeping to specific route etc. Through search of all persons and transport may be conducted by Military Authority at the site of work at any time and for any numbers of time for security reasons. The contractor shall not be entitled to any thing extra for any man hours etc cost on this account.

9. OFFICIAL SECRET ACT 9.1 Refer condition 2A of General Conditions of Contracts IAFW-2249. The Contractor’s attention is invited to the Indian

Official Secret Act 1923 (XIX of 1923), particularly Section 5 thereof. The contractor shall be bound by the provisions of this Act.

10. SECURITY OF CLASSIFIED DOCUMENTS 10.1 Contractor’s special attention is drawn to Condition 2A and 3 of IAFW-2249 (General Conditions of Contracts). The

contractor shall not communicate any classified information regarding the work either to Sub-contractors or others without the prior approval of the Engineer-in-Charge. The contractor shall also not make copies of the design/drawings and other documents forwarded to him in respect of the work and shall return all documents on completion of the work or earlier on termination of the contract. The contractor shall alongwith the final bills attach a receipt of his having returned the classified documents as per Condition 3 of IAFW-2249 (General Conditions of Contracts).

11. MINIMUM WAGES PAYABLE 11.1 Refer Condition 53 of IAFW-2249. The contractor shall not pay wages lower than minimum wages for labour as fixed

by the Government of India/State Govt/Union Territory under Minimum Wages Act or Contract labour Abolition and Regulation Act, whichever is higher.

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

11.3 The contractor shall have no claim whatsoever, if on account of local factor and/or regulations he is required to pay the wages in excess of minimum wages as described above during the execution of work except under condition referred in clause No 22 here-in-after.

11.4 Although the latest Notification of labour wages as available with the Accepting Officer has been included in the tender, in case the Govt has further revised the wages, the latest revised wages shall only be applicable.

12. CO-OPERATION WITH OTHER AGENCIES AT SITE OF WORK 12.1 The contractor shall permit free access and generally afford reasonable facilities and usual conveniences to other

agencies or department workman to carry out their part of the work, if any, under separate arrangements. The contractor shall not be allowed any extra payments on this account.

Contd.......

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO. SPECIAL CONDITIONS (Contd……)

13. WATER 13.1 Refer Condition 31 of General Conditions of Contracts (IAFW-2249) and clause No. 4.9, 5.17 & 14.11 of MES Schedule

of Rates Part-I. If the contractor desires to buy water from Govt, the same will be supplied by the department forms point(s) as decided by GE. The water supply will be Unmetered and the contractor shall pay for water used in works and by his workmen at the rate of Rs. 3.75 (Rupees Three and paisa seventy five only) per Rs1000 of work done. The supply of water may however not be continuous, the contractor shall be deemed to have ascertained the hours of availability of water before submitting his tender. MES do not guarantee the output of water supply or breakdown in the system or supply if insufficient.

13.2 The contractor, if he so desires, will be allowed to augment the water supply by boring wells at his own cost at site(s) approved by the Garrison engineer. On completion of the work, the contractor shall remove pipes etc installed and good the site as directed by Engineer-in-Charge without any extra cost to the Government. The contractor shall, however, ensure that water drawn from such sources is clean and free from all impurities and is suitable for mixing of concrete, mortar, washing, aggregate and curing of concrete as specified in IS-456.

14. SUPPLY OF ELECTRICITY 14.1 If the contractor desires to buy electricity, the electric supply will be made available by the MES and shall be charged

for the electric energy consumed for execution of works at the following rates :- (a) At Rs. 11.00 per unit for lighting/power. Electric supply required for works shall be made available by MES at the point(s) as shown on site plan/near site of work (exact location to be ascertained from the GE before tendering) up to a maximum load of 5 KW 3 phase. The main switch and meters to register the electric energy supplied shall be provided and installed by MES. The contractor shall provide all necessary connections, cables, fittings etc from the main switch in order to ensure a proper and suitable supply of electricity for the execution of work. Contractor’s all installation shall conform to and be strictly in accordance with Indian Electricity Act and moreover the layout of cable etc. shall be as per plan approved by the Engineer-in-Charge. Any risk either for materials or personnel will be the contractor’s responsibility.

14.2 GE or his representative shall be free to inspect the power consuming devices or any electrical line provided by the

contractor. Any devices or electrical lines provided by the contractor which is not to the satisfaction of the GE, shall be disconnected from the supply, if so required by him.

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

15. SAMPLES OF MATERIALS

15.1 Refer Condition 10 of IAFW-2249 and clause 1.6 and 1.7 of MES Schedule Part-I. 15.2 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 as to the nature and quality of materials, he is required to incorporate in the work, irrespective of whether he had actually inspected them or not. The materials to be incorporated in the work by the contractor shall be ISI marked or shall be equal or superior in quality to the samples displayed and shall comply with the specifications given here-in-after.

15.3 The contractor shall not procure materials unless the samples are first got approved by the GE. 15.4 Materials provided by the contractor for incorporation in the work shall unless otherwise specified in the particular

specifications, be ISI marked. IS means Indian Standards as issued by the “Bureau of Indian Standard”. Wherever in the specifications `IS’ is referred to, it means the edition with all amendments current on the due date of receipt of the tender documents. The contractor may however, at his own discretion provide and incorporate in the works such materials complying with the requirements of any corresponding subsequently amended or revised edition of Indian Standard without any price adjustment.

16. RECORD OF MATERIALS 16.1 The quantity of materials such as WPC, paints, bitumen primer and the like, as directed by the Engineer-in-Charge

(The quantity of which cannot be checked after incorporation in the works), shall be recorded in measurement books and signed by the contractor and the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for incorporation in the work.

16.2 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.

16.3 The contractor shall on demand produce to the GE the original receipted vouchers/invoices in from the manufacturers and/or their authorized agents in respect of the items for which payment is claimed in RAR as MARETIAL LAYING AT SITE .The Vouchers/invoices so produced and verified shall be stamped by the 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’s marking except in the case of the requirement of material being less than smallest packing. Purchase vouchers in respect of balance items are not required to be submitted. However contractor shall produce original vouchers of cement and steel as specified in particular specification here-in-after and original vouchers/invoices from the manufacturers and/or their authorized dealers for the following items (Delete whichever is not applicable):- (a) Cement (b) Tiles & Kota Stones (c) Barbed wire / Chain link fence / structural Steel & TMT Bars / Galvalume sheets (d) Lime & Paint (e) Plate Rack (f) Pipe (g) Electrical LED fittings/fixtures / fans / MCBs / DBs where names of manufacturers/brands are specified or

approved. (f) Cables/wires.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

SPECIAL CONDITIONS (Contd……)

17. RECORD OF CONSUMPTION OF CEMENT. 17.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages initialled by the

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 the 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 the Engineer-in-Charge, at least once in a week.

17.2 The register shall be kept at site in the 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).

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

18. VALIDITY OF TENDER.

18.1 The tender shall remain open for acceptance for a period of 60 (sixty) days from the date of its submission.

19. TIME AND PROGRESS CHART. 19.1 The time and progress chart, to be prepared as per Condition 11 of IAFW-2249. (General Conditions of Contracts),

shall consist of detailed net work analysis and a time schedule. The critical path net work shall be drawn jointly by the GE and contractor soon after acceptance of the tender. The time scheduling of the activities will be done by the contractors as to finish the work within the stipulated time. The contractor is advised to use the facility of mobilization available with any mobilization who affords such facility in doing the same. On completion of the time schedule a firm calendar date schedule will be prepared and submitted by the contractor to GE who will approve after due scrutiny. The schedule will be submitted in four copies within two weeks from the date of handing over the site. In case the contractor fails to submit the CPM net work diagram, the net work prepared by the GE will be binding on him.

19.2 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, contractor is expected to participate in the reviews and updating of the net work under taken by the GE. These reviews may be under taken at the discretion of the Garrison Engineer, either as a periodical appraisal measure or when the quantum of work ordered on the contractor is substantially changed through deviation orders or amendments. Any revision of the time schedule as a result of review will be submitted within a week, by the contractor to the GE who will approve after due scrutiny. The contractor will adhere the revised time schedule thereafter. In case of contractor not agreeing to revised schedule, the same will be referred to the Accepting Officer whose decision will be final, conclusive and binding. GE’s approval to the revised schedule resulting in a completion date beyond the stipulated date of completion shall not automatically amount to grant of extension of time. Extension of time shall be considered and decided by the appropriate authority mentioned in Condition 11 of IAFW-2249 and separately regulated.

19.3 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, contractor is expected to participate in the reviews and updating of the net work under taken by the GE. These reviews may be under taken at the discretion of the Garrison Engineer, either as a periodical appraisal measure or when the quantum of work ordered on the contractor is substantially changed through deviation orders or amendments. Any revision of the time schedule as a result of review will be submitted within a week, by the contractor to the GE who will approve after due scrutiny. The contractor will adhere the revised time schedule thereafter. In case of contractor not agreeing to revised schedule, the same will be referred to the CWE whose decision will be final, conclusive and binding. GE’s approval to the revised schedule resulting in a completion date beyond the stipulated date of completion shall not automatically amount to grant of extension of time. Extension of time shall be considered and decided by the appropriate authority mentioned in Condition 11 of IAFW-2249 and separately regulated.

19.4 Contractor is expected to mobilise and employ sufficient resources to achieve the detailed schedule within the broad

frame work of the accepted methods of working and safety. 19.5 Contractor is expected to mobilise and employ sufficient resources to achieve the detailed schedule within the broad

frame work of the accepted methods of working and safety.

20. RELEASE OF ADDITIONAL SECURITY DEPOSIT. 20.1 The contractor, in case he has to deposit additional security for the contract, is advised to deposit the additional

security in two equal parts so as to facilitate its release in accordance with Condition 68 of IAFW-2249.

21. TAXES. 21.1 Tender’s rates are inclusive of all taxes and levies payable under the respective statutes including construction labour

welfare tax and nothing extra shall be payable to the contractor on this account. The tenderers rates shall also be inclusive of WBST on works contracts fixed under WBST Act Rule amended to date as applicable to the concerned State. The Labour Welfare tax shall also be deemed to include in the quoted amount.

22. RETENTION MONEY AND COMPENSATION FOR DELAY. 22.1 Reference: Condition 64 of IAFW-2249 (Advance on Account) and Condition 50 of IAFW-2249 (Compensation for

delay). For the purpose of calculating retention money under Condition 64 of IAFW-2249 and compensation for delay in completion of work under Condition 50 of IAFW-2249, the value of contract as revised by above mentioned price variation under modified Condition 63 of IAFW-2249 shall be taken into account.

23. DAMAGE TO EXISTING STRUCTURE/BUILDING AND CLEANING DOWN. 23.1 Any damage caused to the existing structure during the execution of work shall be made good by the contractor at his

panes etc., touch up all paint work and carryout all other necessary items of work in connection therewith and leave the site of work clean and tidy on completion. Rectification/making good etc. shall conform to the standard of materials and workmanship originally used in the work and finished work shall match with existing work in all respects to the entire satisfaction of the Engineer-in-Charge. In case of any dispute on this account, the matter shall be referred to the GE whose decision in writing shall be final, conclusive and binding.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

SPECIAL CONDITION (Contd.....)

24. ROCK MET IN EXCAGSTION. 24.1 If during excaGSTion, rock is met with, GE will be informed of this in writing by the contractor. The nature/type of

rock met with, will be decided by the GE whose decision is final and binding. If the nature of rock met with is “Hard Rock”, the same will be priced and paid as excaGSTion in hard rock as per Condition 62 of IAFW-2249. Hard rock obtained from excaGSTion shall be properly stacked, measured and recorded in Measurement Book and will become the property of the Government. The measurement shall be signed by Engineer-in-Charge and contractor.

25. FEMALE SEARCHER. 25.1 If the contractor desires to employ female labour for work to be carried out inside the area of a Factory, Depot, Park

etc. and female searcher is not borne on the authorised 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/GP `D’ servant calculated for the period female labour employed by him inside that area. If more than one contractor employees female labour during any month and female searcher(s) has/have to be employed in addition to the authorised 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 contractors employing female labour taking into consideration the values and periods 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.

26. CONTRACTOR’S PLANT/EQUIPMENT ON SITE 26.1 The contractor shall furnish to the Engg-in-charge every morning distribution returns of his plants/ equipments on

the site of work(s), stating the following particulars:-

(i) Particulars of plant/equipments i.e., Make, Manufacturer’s number, Model number if any, Registered number if any capacity, year of manufacture year of purchase etc.

(ii) Total quantity on site of works

(iii) Location indicating quantity at each location on site of works

(iv) Purchase value and date of purchase. 26.2 For the purpose of this condition, plant/equipment shall include vehicle i.e, trucks and lorries but neither the

workmen’s tools nor any manually operated tools/equipments.

26.3 The Engg-in-charge shall record the particulars supplied the contractors in the works diary and sent the return to the GE for records in this office.

27. WORKING HOURS 27.1 The units controlling the area usually work during six days in a week and remain closed on the 7th day. The working

hours available to the contractor’s labour and staff are however appreciatory reduced because of time of entry and exit during working hours. The exact working hours, working days and number of working days observed for these area(s) where works are to be carried out shall be deemed to have been ascertained by the contractor before submitting his tender. The tenderer’s attention is invited to the fact that number of working hours for a unit is prescribed in regulations and that they cannot be increased by the GE or authorities controlling the area. The definition of “working days” as given under condition 1(t) of IAFW 2249 does not apply in case where the works are carried out in the restricted area.

27.2 Contractor’s materials, transport etc. shall normally be permitted to come in/go out of the area between 0800 hrs to 1700hrs only.

27.3 Contractor may be allowed to carry out work beyond 1700 hrs with prior approval of GE but movement of materials and transport to/out of site of work shall be permitted during night unless special permission is obtained from station authority.

27.4 WORKING ON HOLIDAYS 27.5 The contractor shall not carry out any work on gazetted holiday, weekly holidays and other non working days expect

when he is specially authorised in writing to do so by the GE. The GE may at his sole discretion declare any day as holiday or non working day without assigning any reasons for such declaration.

28. COMMENCEMENT OF CONCILIATION PROCEEDINGS 28.1 The party initiating conciliation shall send to the other party a written invitation to conciliate, briefly identifying the

subject of the dispute. 28.2 Conciliation proceedings shall commence when the other party accepts in writing the invitation to conciliate. 28.3 If the other party rejects the invitation, there will be no conciliation proceedings. If the party initiating conciliation

does not receive a reply within 30 days from the date on which he sends or within such other periods of time as specified in the invitation, he may elect to treat this as a rejection of the invitation to conciliate and if he so elects, he shall inform in writing the other party accordingly.

29 NUMBER OF CONCILIATORS

There shall be a Sole Conciliator.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

SPECIAL CONDITION (Contd.....)

30. APPOINTMENT OF CONCILIATOR

All disputes brought out in 15.1.1 (a) to (e) above shall be referred to the sole conciliator viz Serving Officer not below the rank of Superintending Engineer / Superintending Engineer (QS&C) having degree in Engineering or equivalent or having passed final/direct final examination of Sub Division-II of Institution of Surveyors (India) to be appointed by the Engineer-in-Chief, Army Headquarters, New Delhi or in his absence the Officer officiating as Engineer-in-Chief or Director General of works specifically delegated by the Engineer-in-Chief in writing.

31. STATUS OF EFFECT OF SETTLEMENT AGREEMENT

The settlement agreement by the parties as a result of conciliation proceedings shall have the same status and effect as it is an arbitral on agreed terms.

32. EMPLOYMENT OF QUAQLIFIED TRADESMAN : (Applicable for works costing Rupees One crore or more). 32.1 In compliance with the condition 20 of IAFW-2249 (General conditions of contracts) the contractor shall employ

skilled/semi skilled tradesmen who are qualified and processing certificate in particular trade from Industrial Training Institute (ITI)/National Institute of construction Management and Research (NICMAR)/Similar reputed and recognized Institute by State/Central Government to execute the works of their respective trade. The number of such qualified tradesmen shall not be less than 25% of total skilled/semiskilled tradesmen required in each trade. The contractor shall submit the list of such tradesmen alongwith requisite certificate to GE for verification and approval and notwithstanding the approved of such tradesmen by GE. If the tradesmen are found to have inadequate skill to execute the work of their trades, leading to unsatisfactory workmanship, the contractor shall remove such tradesmen within a week after written notice to this effect by the UL and shall engage other qualified tradesmen after prior approval of GE. GE’s decision whether a particular tradesmen passes requisite qualification, skill and expertise commensurate with nature of work, shall be final and binding. No compensation what so ever on this account shall be admissible.

32.2 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 unit/installation shall be the responsibility of the contractor and all expenses in this connection with verification of antecedents by Police Authority/Security Agency shall be borne by the contractor.

33. ACCEPTANCE QUALITY OF WORK AND FINISHES 33.1 To determine the acceptable standard of materials and workmanship, one portion (to be decided by GE) shall be

completed by the contractor well in advance (minimum two stages ahead of remaining work) as directed by GE under close supervision of the Engineer-in-Charge and shall be got approved by the GE. The workmanship of various trades and finishes of this portion shall serve as guiding sample for the work in remaining portion.

33.2 Approval of the stages and workmanship of ample portion shall be separately entered and approved in stage passing

register giving reference to location for easy identification even at a later date. 34 FIRE PRECAUTIONS.

The contractor, his agents, representatives, workman etc shall strictly observe the order pertaining to fire precautions prevailing within the restricted area/place of execution of work.

35. 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, of work in connection therewith and leave the whole premises in clean and tidy condition before handing over the building.

____________________________ AGE (CONTRACTS) (SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER DATE :

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

SPECIAL REPAIR OF BARBED WIRE FENCING AROUND MT GARRAGE , PROVN OF KOTA STONE FLOORING AT BLDG NO P-23 GF AND CERTAIN OTHER REVENUE AND MINOR WORKS

PARTICULAR SPECIFICATIONS

1.0 GENERAL 1.1 The following specifications shall be read in conjunction with the General condition of Contract, IAFW-1779 A

and IAFW-2249 including errata/ amendments thereto. If any provision in these special conditions is at variance

with that of the aforesaid documents, the former shall be deemed to take precedence there over. 1.2 The term General specifications, referred to here-in-before as well as referred to in IAFW-2249 (General

Conditions of Contract) shall mean the specifications contained in the MES Schedule. 1.3 General rules, specifications, special conditions and all preambles in the MES Schedule (Part I, 2009 & Part II,

2010) shall be deemed to apply to the works under this contract, unless mentioned otherwise in these documents in

which case, the provisions in these documents shall take precedence over the aforesaid provisions in the MES schedule.

2.0 SCOPE OF WORK 2.1 This contract comprises of execution and entire completion of all the works described under Schedule ‘A’ (BOQ)

and specified in this particular specifications. 3.0 MATERIALS 3.1 All materials to be supplied by the contractor for incorporation in the work shall conform to relevant IS

specification. In case of any materials needed for incorporation in the work is not contained in any of the contract

documents, the specifications of such materials proposed to be incorporated in work shall be approved in writing

from the GE before their incorporation in the work, whose decision with regard to quality shall be final and

binding. 3.2 All manufacturer’s materials / articles, other than those manufactured in contractor’s workshop and those of local

origin shall bear IS specification mark. In case any articles does not bear any IS certification mark, being not manufactured with ISI mark, conforming to or superior to the relevant IS specification and is proposed to be

incorporated, samples of the same shall be got approved in writing from GE before their incorporation in the work.

The contractor shall submit sufficient evidence to the GE to show that such articles conform to the relevant IS

specifications. However no price adjustment shall be made for such use materials conforming to IS specifications

but not bearing IS certification mark. Contractor shall use such materials / an article conforming to IS mentioned in

the SSR. The contractor will however be permitted to materials / articles conforming to IS of subsequently revised

addition upto the date of submission of tender for which no price adjustment is to be made either in the rate quoted

by the contractor or while pricing deviation.

3.3 Manufacturer’s materials / articles shall be brought at site in original sealed covered container

packing bearing manufacturer’s marking unless the quantity required is a fraction of a smallest packing.

3.4 Materials of proprietary nature as cement, paints etc. quantity of which cannot be checked after incorporation in the

work shall be measured and recorded in the measurement book as soon as these are brought at site. These

measurement shall be signed both by the Engineer-in-Charge and the authorized representatives of the contractor.

Original stamp receipted bills along with the relevant invoices from the manufacturer’s or their authorized dealers

(if any) in support of having brought the full quantity required for incorporation in the work shall be produced to

the Engineer-in-Charge. 3.5 Unless otherwise specified, source of fine / coarse aggregates and bricks shall be as indicated in

Appx D. (Note: Contractor shall be liable to produce any other voucher etc. in respect of other items / materials as

asked by the Engineer-in-Charge before any payment made to the contractor. The Engineer-in- Charge shall keep

the photo-copies duly certified by him and return the original to the contractor after defacing the original vouchers.)

4.0 EXCAVATION AND EARTHWORK 4.1 Unless otherwise catered under relevant item of Schedule “A”, excavation and earth work involved in Sch ‘A’

(BOQ) shall be Hard/dense soil as per site.

4.3 FILLING IN TRENCHES, PLINTH AND UNDER FLOOR 4.4 Filling excavated earth in foundation trenches shall be carried out as per Para 3.19.1, 3.19.2 and 3.19.3 of MES

Schedule Part-I. Earth obtained from excavation and not approved for filling or surplus to the requirement shall be

removed to a distance as indicated, spread and levelled. If any additional earth is required in filling, it shall be

obtained from sources approved by Engineer-In-Charge outside of MD land without any extra cost to the

Government. No royalty shall be charged for earth obtained from MD land for using to the work.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (Contd….)

5 CEMENT:

5.1 Cement shall be Portland Pozzolana cement conforming to IS-1489- 1991 which shall be arranged by the

contractor for all items of work requiring use of cement and shall not be more than 3 months old on the date it is

received/brought at site of work. For the purpose the date of manufacture printed on the cement and as mentioned in

the purchase voucher shall be considered for calculating the period of 3 months.

5.2 Based on the CPM chart finalized, monthly requirement of cement and the proposed date wise Schedule of delivers

for bringing the cement at site shall also be worked out by the contractor and the same shall be submitted to the GE

for information and approval. Cement shall not be allowed to be stocked for more than two months requirement

because of its deterioration with passage of time. Cement more than 6 months old shall be rested for checking its

suitability for the use in works.

5.3 The following checks and procedure shall be followed before the cement supplied by the contractor is accepted

and is approved for incorporation in the work 5.4 PROCUREMENT OF CEMENT: The cement supplied by the contractor shall be procured directly from main

producers of cement named below. However where estimated requirement of cement is less than 1200 bags,

contractor can procure cement from the authorized distributors/dealers of the approved firms but the contractor

shall have to submit test certificates of the batch issued by the main producers:-

(a) The Associated Cement companied Ltd (b) Grasim Industries Ltd

(c) Ultra Tech Cement (d) The India Cement

(e) Dalmia Cement (Bharat) Ltd (f) Andhra Cement Ltd

(g) Century Cements (h) Saurashtra Cement

(j) Binani Cement (k) Madras Cement

(l) Mangalam Cement (m) Birla Corp Ltd

(n) Dhruv Industrial Company Ltd (Dhruv) (o) Lafarge Cement

(p) Shree Cement (q) Jaypee Rewa Cement (Jaypee)

(r) Ambuja Cement Ltd (s) J K Lakshmi Cement Ltd

(t) M/s Narayan Kar & Associates Pvt Ltd (u) J K Cement

(v) M/s Sanghi Industries Ltd (Sanghi) (w) M/s OCL India Ltd (Konark)

(x) M/s Prism Cement Ltd (y) M/s Chettinad Cement Corporation Ltd

7. M/s Helderberg Cement India Ltd(MYCEM)

(aa) M/s Parasakti Cements Ltd (Parasakti) (ab) M/s My Home Industries Ltd

(ac) M/s Toshali Cements Pvt Ltd (Gajapati) (ad) M/s Saifco Cements Pvt Ltd

(ae) M/s Zuari Cement Ltd (Zuari) (af) Orient Cement

(ag) M/s Barak vally cements Ltd (BVCL) (ah) M/s Meghalaya Cements Ltd (TOPCEM)

(aj) M/s Cement Manufacturing Co. Ltd (Star)

(ak) M/s Shree Guru Kripa Cement Pvt Ltd (Sartaj) 5.5 The particulars of the manufacturer/supplier of cement shall be supplied by the contractor to the GE prior to the

physical procurement for every lot of cement separately. Further at the time of taking delivery of cement

consignment it shall be mandatory on the part of the contractor to obtain the requisite manufacturer’s test

certificates from the supplier for the batch printed on the cement bags of the consignment so as to make sure that

the cement as purchased conforms to relevant BIS specifications. 5.6 In no case concreting shall be allowed if ambient temperature at the time of concreting is less than 5° C. 5.7 For extreme cold and Hot conditions all the precautions like placing form work and curing of concrete shall be

ensured by the contractor all as per IS-7861: Part-I & IS- 7861: Part-II & IS 456.

5.8 While procuring PPC, the following requirements shall be ensured and certificate to that effect shall be obtained

by the contractor for each batch from the manufacturer and the same shall be submitted to the GE:-

(i) The quantity and quality of fly ash used are strictly as per IS-1489 (Part-I).

(ii) Fly ash is inter-ground with clinker not mixed with clinker.

(iii) Dry fly ash is transported in closed containers and stored in soils. Only pneumatic Pumping has been used

(iv) The fly ash received from thermal power plants using high temperature combustion above 1000º C has

been used.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (Contd….)

5.9 STORAGE: A temporary cement storage shed of appropriate capacity shall be constructed by the contractor at

the site for keeping the consignment of cement as and when brought at site. The cement shed shall meet the

following requirements: - 12. The roof, walls, doors, windows and ventilators of storage accommodation shall not allow any leakage,

seepage and dampness.

13. Suitable dunnage of height not less than 200 mm shall be provided to prevent the ingress of ground

moisture.

14. Each cement consignment shall be stacked separately. Similarly the tested and untested cement shall be

segregated and stored separately with distinct identification. 15. Cement bags shall be stocked at least 200 mm away from the walls and adequate protective top cover

shall also be provided.

16. Stacks in no case shall be higher than fifteen bags and the stacks be arranged in header and stretcher.

17. The cement godown shall be provided with two locks on each door. The key of one lock at each door

shall remain with both Engineer-in-Charge and contractor or his authorized agent at site of works so that

cement is removed from the godown as and when required with the knowledge of both the parties. 18. The store shed shall be inspected once a day for ensuring proper preservation of cement bags and also for

the purpose of taking out cement as per daily requirement.

.5.10 DOCUMENTATION AND PHYSICAL VERIFICATION: As soon as a consignment of cement is brought at

site by the contractor he will submit the original purchase vouchers and copy of requisite test certificate for

verification and making necessary entry in the cement acceptance register as per Appendix ‘A’ attached, which

shall be maintained as one of the site document and shall be signed by JE (Civil), Engineer-in-Charge, GE and the

contractor. Every consignment of cement on receipt shall be thoroughly inspected by the JE (Civil) and the

Engineer-in-Charge for verifying batch No, weight, packing condition and company’s marking and IS marking.

The batch No printed on the cement bags must tally with the batch No given in purchase voucher and

manufacturer’s test certificate. In case of variation , the batch/lot must be rejected and removed from site in

writing. 5.11 Identification of cement bags by the manufacturer shall be as per relevant BIS codes. 5.12 The GE shall also organize independent testing of random samples of cement drawn from each lot from the

National Test House, SEMT Wing CME, Govt Aprroved Laboratories, Zonal Laboratories, Regional Research

Laboratories or reputed Engineering College as per IS-3535-1986 (Method of sampling hydraulic cement), IS-

4031 (Method of physical test for hydraulic cements) and IS-4032 (Method of Chemical analysis for hydraulic

cements). In order to undertake department testing requisite facilities along with materials, conveyance etc shall

be organized by the contractor without any extra cost to the Govt. The cost of testing, materials, conveyance etc

shall be born by the contractor.

5.13 Laboratory test results so obtained in respect of PPC cement shall have to meet the strength criteria of ordinary

Portland cement 43 grade as laid down in IS:8112-1989. 5.14 The setting time of cement shall be as under:-

(i) Initial setting time should not be less than 30 minutes.

(ii) Final setting time should not be more than 600 minutes.

. 5.15 The cost of testing shall be borne by the contractor irrespective of the results found satisfactory or unsatisfactory.

5.16 The entire lot of cement brought by the contractor to the site shall be removed by contractor under his own

arrangements and at his own cost, whenever the test results are not found within the prescribed acceptable limits

and accordingly intimated to the contractor. Decision of GE in this respect shall be final and binding.

5.17 MEASUREMENT & PAYMENT OF CEMENT: The quantity of cement brought by the contractor in each

consignment after its acceptance shall be suitably recorded in the measurement book for record purpose is not to

be abstracted before incorporation in the work and shall be signed by the Engineer-in-Charge and the contractor.

5.18 The contractor shall plan the procurement of cement taking into account the time required for approval and testing

of cement in advance. No extension of time on grounds of delay in procurement of testing shall be admissible

5.19 The payment for cement shall only be allowed after the consignment has been accepted as per the procedure laid

down above. Before allowing the payment the original purchase vouchers and the test certificates shall be defaced

by the Engineer-in-Charge and kept in record in the office of GE duly authenticated and marked case reference to

the article. Number recorded in the cement acceptance register. 5.20 WATER: Water shall conform to the requirement stipulated in IS-456 and as per clause No 4.9 of MES Schedule

Part-I. The quantity of water used in the concrete mix for reinforced concrete work shall be so determined that the

maximum water cement ratio and the work ability are maintained and the concrete can be placed without

difficulty.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (Contd….)

5.21 All cement concrete, both plain and reinforced shall be mixed in mechanical mixer of approved type. However, in case of

small quantity (ie the quantity of concrete required being less than on batch of mix) the contractor any, after obtaining written

permission of the Engineer-in-Charge, be allowed hand mixing. Where hand mixing is permitted, it shall be carried out on a

water platform and care shall be taken to ensure that mixing is continued until the concrete is uniform in colour and

consistency. 5.22 All PCC and RCC work shall be consolidated/compacted by mechanical vibrators of approved type or as specified here-in-

before. However, where small quantity of plain cement concrete work is required to be placed or where consolidation of plain

cement concrete with vibrator is not feasible, the same shall be rammed and consolidated by tamping and rodding as specified

in MES Schedule as approved by Engineer-in-Charge. 5.23 CONCRETE WORK 5.24 Coarse aggregates for all cement concrete work shall be graded crushed stone. Crushed aggregate of approved

quality shall conform to the requirements laid down in clause No 4.4 of MES schedule Part-I. Hand broken stone

aggregate shall not be permitted for use in the work. Size and grading of aggregate shall be as per clause 4.4.7(I)

of MES Schedule Part-I. 5.25 Aggregate shall conform to IS-383. Aggregates shall be non-porous, hard, strong, clean and free from various

impurities and adherent coating and shall not contain any deleterious material exceeding the limits specified in

the above referred IS. The aggregate shall be drawn from approved quarries.

5.26 All cement concrete, shall be mixed in mechanical mixer. However, in case of small quantity, the contractor may

obtain written permission of Engineer-in-Charge, to adopt hand mixing over watertight platform and care shall be

taken to ensure mixing is uniform in colour and consistency. The mix of cement concrete in various situations

shall be as indicated in requisition details of work order (s). 5.27 Fine aggregate shall be natural sand or crushed stone free from admixture of clay, loam, silt, organic matter and

other impurities and shall conform to Zone II of table IV of IS-338. 5.28 Samples of the aggregates proposed to be used shall be approved by the GE, prior to bulk delivery to the site of

work. Field tests for determining the contents of silt, loam, clay etc for fine aggregate shall be carried out by the

Engineer-in-Charge from time to time to ensure that materials brought to site are inconformity with the samples

approved by GE.

6. BRICK WORK

6.1 CEMENT – Cement shall be as specified for concrete work.

6.2 SAND FOR MORTAR – Refer Paras 5.4 and 5.4.1 of MES Schedule Part I.

6.3. FLY ASH BRICKS: The Fly ash bricks shall be of size old size of 230mmx115mmx 70mm and cement bonded and shall

have smooth rectangular spaces with sharp and square corners. Bricks shall be machine moulded and shall be made from the

mixture of suitable good quality of fly ash, sand and cement as per the latest relevant IS Code the bricks when tested in

accordance with the procedure laid down in IS 3495 (Part-2) : 1992 after immersion in cold water for 24 hrs, water

absorption shall be within 13-15% by weight, Similarly , the porosity of the fly ask bricks shall be within 12-20%. The bricks

shall have a minimum crushing strength 75 Kg/Smsq.

(a) Fly Ash/Clay Brick shall be got tested by the department in site laboratory or in Command/Zonal Laboratory and the

contractor shall bear the cost of testing at the at the tests as per Appendix ‘C’. Lintel/Tie beams/Roof Beams shall not be cast

directly over brick work. The last course of the awl shall be built after the form work underneath the slabs or beams is

removed.

(b) Contractor shall use fly ash bricks, In case of non-availability of fly ash bricks in sufficient quantity as

certified by the GE, contractor can be used clay bricks without any price adjustment. However the pricing of deviation. the

average rate of clay brick work and fly ash brick work given SSR Part 2010 shall be applicable subject to percent of

contractor against respective part of Schedule

(c) Clay brick work and fly ash brick work should not be mixed together in any particular building i.e. only one type of brick

work either clay or fly ash brick work should be used for particular entire building.

6.4 WATER – Refer Para 5.18 of MES Schedule Part I.

6.5 BRICK WORK – Mix of mortar for brick work shall be as under :-

(i) Brick work in half brick walls, isolated pillar parapet walls shall be built in cement mortar (1: 4).

(ii) All other brick work in various situations unless otherwise specified shall be built in cement mortar (1:6).

6.6 BEARING OF FLOORS, ROOF ETC – Refer Para 5.35.14 of MES Schedule Part I.

6.7 Half Brick Wall : Refer Para 5.37 of MES Schedule Part I. Brick work in half brick walls, exceeding 1200 mm in height

from floor level shall be reinforced with 2 No 8 mm dia MS TMT Bars at every fourth course with ends embedded at least 75

mm in the adjoining walls/column, starting from top of the first course from floor level. Irrespective of what is shown on

drawing all half brick walls shall be constructed on sub base level / floor slab as applicable.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (Contd….)

7. STEEL & IRON WORK

7.1. GENERAL

7.2 Refer relevant Clause No. of MES Schedule Part-I and as approved by GE. All Steels require to incorporate in

the Work shall be Contractor’s Supply.

7.3. TYPES OF STEEL

7.4 REINFORCEMENT STEEL FOR ALL LOCATIONS:-Steel bars for concrete reinforcement wherever

shown on drawings shall be TMT bars produced by Thermo Mechanical Treatment Process and grade of steel

shall be mention on structural drawing, unless otherwise the grade of steel is not specified on drawing, the

grade of steel shall be (Grade Fe 500/Fe 500D/Fe 550/Fe 550D) and Meeting all requirement of IS-1786-

2008. Where ever mild steel reinforcement bars are shown on drawings these shall be amended to read as T

MT bars of same dia or nearest higher dia and accordingly to be provided.

7.5 STRUCTURAL STEEL

7.6. STANDARD QUALITY: Structural steel except hollow steel sections shall be conform to IS-2062-2006,

E-250(FE 410W). This steel shall be provided in the location mentioned in the drawings and as specified in

Clause 10.4.1 of MES Schedule Part-I. In case the quality of structural steel i.e. A, B or C is not mentioned in

drawings then quality A shall be used and same shall be followed for deviation if any

7.7 ORDINARY QUALITY: Unless otherwise specified, Mild Steel Members in Grills/Guard Bars, Holdfasts, Door

and Window, Frames, Railing, Steel Windows, Steel Doors and the like shall be ordinary quality of steel

conforming to IS-2062-2006, E-165 (Fe 290).

7.8. HOLLOW STEEL SECTIONS FOR STRUCTURAL USE : Hollow steel sections for structural steel

section shall be conform to IS-4923-1997 and grade of steel shall be YST 310. This steel shall be provided in the

location mentioned in the drawings.

7.9. SOURCE OF PROCUREMENT

7.10. REINFORCEMENT STEEL (TMT STEEL Fe- 500/ Fe 500D/ Fe 550/ Fe 550D):- TMT steel bars of all sizes

shall be procured directly from Rashtriya Ispat Nigam Limited (RINL), Tata Iron & Steel Company (TISCO or

Tata steel), Steel Authority of India Limited, M/S Jai Balaji Industries Ltd, M/s Shyam Steel Industries Ltd, M/s

SPS Steel Rollings Mills Ltd, M/S Steel Exchange India Ltd, M/S Jindal Steels and Power Ltd (TMT) & SRMB

Srijan Ltd, M/S Concast Steel & Power Ltd, Kolkata, M/S Adhunik Metaliks Ltd, Orissa, M/S Shri Bajrang

Power & Ispat Ltd, Raipur, M/S JSW Steel Ltd, Karnataka, M/S Electrosteel Steels Ltd, Bokaro.

[Note: If any other make subsequently approved by E-in-C’s Branch even after date of receipt of tender the same

manufacturer shall also deemed to be included in the above mentioned list.]

7.11. SOURCE OF PROCUREMENT

The structural steel shall be procured from main producers like SAIL, Rashtriya Ispat Nigam Ltd, TISCO or from

approved secondary producers who manufacture structural steel out of ISI marked billets and are having BIS

certifications of ISI marking on their products and are approved by E-in-C’s Branch, New Delhi.

The following are the secondary producers of structural steel approved by E-in-C’s Branch, New Delhi:-

Ser

No

Name of firms & address

1. M/s K.L. Steel Pvt Ltd, Post Box No 61, Lal Kuan, Bulandshahar Road, Ghaziabad (UP) Tele :

0120-2867911, 2867915, FAX 0120-2867917

2. M/s Shri Badrinarain Alloys & Steels Ltd, 95, Stephen House, 4BBD Bag Kolkata-700 001, Tele :

033-2220-5381/2248 1601, FAX : 033-2248 8664

3. M/s Pushpak Steel Industries Pvt Ltd, Gate No 119, Alandi Markal Road, Dhanore, Tah Khed,

Pune Tele-Fax : 020-26444700/070

4. M/s Amba Shakti Ispat Ltd, Plot No 6, Phase II Industrial Area, Kala Amb, Distt-Sirmour-173030

(HP) Tele : 01734-309983, FAX : 01702-238927

5. M/s SRMB UDYOG Ltd, 46, BB Ganguli Street, Kolkata-700 012, Tele : 2236 9999

6. M/s Shree Parashnath Re-Rolling Mills Ltd, 4C Maharshi Devendre Road 3rd floor, Kolkata-700

007 Phone : 033-2274 0045/4475, FAX : 033-2274 0039

7. M/s Tata Steel Structura Tata Steel Tube Division, Jeevan Tara Building, 1st Floor 5, Sansad

Marg, New Delhi-110001 Tele : 001112334, 264601734, 309983, 309986

8. M/s K L Concast Pvt Ltd, Z-18 Naraina, New Delhi

9. M/s Karam Steel Corp, Nasrali Road, PO NO 56, Mandi Gobind Garh-147301

10 M/s Shyam Steel Industrial Ltd, 115 College Street white towers, 1st floor, Kolkata-700 012

11 M/s Kashi Vishwanath Steel Ltd, Narain Nagar, Bazpur Road Kashipur, Distt-US Nagar,

Uttaranchal-13

12 M/s Shree Sharma Steel Rolling Mills, 127, Industrial area, Jhotwara, Jaipur 302012, Tele : 0141-

2362936, Mob No : 09829012753

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (Contd….)

7.12 Galvanised Steel sheet & Fabric Reinforcement for concrete : These shall be ISI Marked and

shall be procured directly from Main manufacturers.

7.13. Steel section for railings, gate, fencing, guard bars, grills, steel chowkhat, holdfasts etc which do not constitute

structural members, can be procured from main producers/ secondary producer/ BIS marked manufacturers

or their authorized dealers at the option of contractor without any price adjustment. Tests will not be insisted

upon for such steel sections.

7.14. STRUCTURAL STEEL( HOLLOW STEEL SECTIONS):- Structural hollow steel sections shall be

directly procured from TATA (STRUCTURAL)/JINDAL STAR/ ISI Marked .

7.15. TESTING OF STEEL

7.16. The manufacturer is to carry out inspections and testing of steel in accordance with the relevant BIS provisions.

The contractor shall submit the manufacturer's test Certificate in original along with the test sheet giving the

results of each mechanical test as applicable and the chemical composition of the steel or authenticated copy

thereof, fully signed by the manufacturer with each consignment. The GE/ (Engineer-in-Charge) shall record

these details in Steel Acceptance Register, as given at Appendix 'E' after due verification and send a certified

true copy of test sheet to GE for his records. The GE/CWE shall also organize independent testing of random

samples of steel drawn from various lots from National Test House, SEMT Wing CME, Regional Research labs,

IITs, National Institutes of Technology, NABL Approved laboratories, Govt. Engineering Collage or Any Govt.

laboratories as per the recommended minimum frequency shown in para here-in- after. Samples from each lot

should be tested for quality and elongation. The elongation shall not be less than 18%. Cost of samples,

transportation and testing shall be borne by the Contractor. The records of such checks would be maintained in

the steel test register.

7.17. Nominal mass of any size of finishes bar/section of steel shall be checked as specified in relevant IS code. The

nominal mass so determined shall be recorded in steel testing register giving cross reference to consignment

number. Nominal mass of any size of finished bar/section of steel if found to be beyond the tolerance limits on

minus side as specified in relevant IS code, the same shall be rejected and the contractor shall remove the same

at his own cost without any extra cost to the Government. However, if the weight of steel section is beyond the

tolerance limit on higher side the same can be provided with approval of the GE but without any extra

cost to the Government.

7.18. If any Test Result of any particular size of Bar/Section of steel of any consignment is not found satisfactory as

specified in relevant IS, the contractor shall remove the same at his own cost and no claim of contractor shall be

entertained on this account

7.19. TYPE OF TESTING

7.20. REINFORCEMENT STEEL

(a) High Strength Deformed

Steel Bars

– Nominal Mass Test, Tensile Test, Bend Test and Re-bend Test

shall be carried out as per Clause No. 8 of IS-1786-1985 and

Test Specimens shall be as per Clause No. 10 of IS-1786-1985.

(b) Mild Steel Bars – Nominal Mass Test, Tensile Test and Bend Test shall be carried

out as per Clause No. 9 of IS-432 (Part-I)-1982. Re-bend Test is

not required to be carried out for Mild Steel Bars.

7.21. STRUCTURAL STEEL

(a) Structural Steel (Standard

Quality)

– Tensile Test and Bend Test shall be carried out as per Clause

No. 6, 7 and 8 of IS-226-1975 for Standard Quality of Steel

Sections.

(b) Structural Steel (Ordinary

Quality)

– Tensile Test and Bend Test shall be carried out as per Clause

No. 6, 7 and 8 of IS-1977-1975 for Ordinary Quality of Steel

Sections.

(c) Structural Steel (hollow

steel sections)

– Tensile Test shall be carried out as per IS-4923-1997 for

Standard Quality (Hollow Steel Section) of Steel Sections.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (Contd….)

7.22. FREQUENCY OF TESTING

7.23 REINFORCEMENT STEEL:-Normal Mass Test, Tensile Test, Bend and Re-bend Test shall be carried out as

per Minimum Frequency given below:–

7.24. STRUCTURAL STEEL:- Tensile Test and Bend Test shall be carried out as per MinimumFrequency given

below :–

NOTE : For various Tests, Acceptance Criteria, Tolerance, etc. refer to STEEL SUPPLY & ACCEPTANCE REGISTER

given in APPENDIX ‘E’ and relevant BIS Codes.

7.25 TESTING CHARGES:-The Unit Rate/Amount quoted by the Contractor in the Tender shall be inclusive of

Cost of all sorts of Testing to the extent as specified here in before and in relevant Indian Standards.

7.26 DOCUMENTATION:- The contractor shall submit Original Purchase Vouchers and Test Certificate from

the Main Producer/ Secondary Producer/BIS marked manufacturer/authorized dealer as applicable for the total

quantity of steel supplied under each consignment to be incorporated in the work. All consignments received

at the work site shall be inspected by the GE along with the relevant documents before acceptance. The Original

Purchase Vouchers and Test Certificates shall be defaced by GE /(Engineer-in-Charge) and kept on record in the

office of the GE duly authenticated and with cross reference to the consignment number recorded in the Steel

Acceptance Register. The steel Acceptance Register will be signed by the JE (Civil), GE/(Engineer-in-Charge),

GE and the, Contractor. The Accepting Officer may order a Board of Officers for random check of steel

and verification of connected documents. The entire quantity of steel items shall also be suitably recorded in

the measurement book for record purposes as “Not to be abstracted” before incorporation in the work and shall

be signed by the Engineer in Charge and the contractor.

7.27 STORAGE, ACCOUNTING, PRESERVATION & MAINTENANCE OF STEEL: The storage,

accounting, preservation and maintenance of steel supplied by the contractor shall be done as per standard

engineering practice till the same is consumed in the work and the cost of the same shall be deemed to be

included in the unit amount quoted by the tenderer. The GE shall inspect at regular interval to verify that steel

lying at site are stored, accounted, preserved and maintained as per the norms. The steel shall be stored so as

to differentiate each consignment separately. If the GE is not satisfied with the storage/preservation of any size

of bar/section of steel, he may order for any test (s) of steel as applicable for that size of bar/section of

steel and as specified in tender documents and relevant Indian Standard to recheck the acceptability criteria for the

same. The contractor shall bear the cost of necessary testing(s) in this regard and no claim whatsoever shall be

entertained by the Govt.

7.28. MEASUREMENTS AND PAYMENT OF STEEL:-

7.29. The entire quantity of all steel items shall also be suitably recorded in the Measurement Book for record

purposes as “Not to be abstracted” before incorporation in the work and shall be signed by the GE/ (Engineer-in-

Charge) and the contractor.

7.30. The nominal mass conversion factor for various steel sections/size of finished bars as given in relevant IS codes

shall be considered standard for measurement.

7.31. The payment of steel shall only be allowed after production of Original Purchase Vouchers, Test Certificates

by the contractor for each consignment of steel and results of testing carried out by the Department are found

satisfactory after testing.

7.32. CORNER REINFORCEMENT/SUPPORT BARS/CHAIRS, ETC.

7.33. These shall be provided all as shown in TD & STD drawing. In case these provision have been modified in main

drawings specifically, then the provision of main drawing shall be followed.

NOMINAL SIZE OF BARS FREQUENCY

(a) Bars size less than

10mm

– 1 SAMPLE (3 SPECIMENS) for Each Test for Every 25

TONNES or Part thereof.

(b) Bar size 10mm to

16mm

– 1 SAMPLE (3 SPECIMENS) for Each Test for Every 35

TONNES of Part thereof.

(c) Bar size over 16mm – 1 SAMPLE (3 SPECIMENS) for Each Test for Every 45

TONNES of Part thereof.

(a) TENSILE TEST – 1 SAMPLE (3 SPECIMENS) for Each Test for Each Individual

Section for Every 25 TONNES of Steel or Part thereof.

(b) BEND TEST – 1 SAMPLE (3 SPECIMENS) for Each Test for Each Individual

Section for Every 25 TONNES of Steel or Part thereof.

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (Contd….)

7.34. Reinforcement bars shall be TMT bars and shall be provided as indicated in drawings. For the purpose of pricing

deviation involving reinforcement bars, the length of each bar shall be considered as 10 (Ten) Metres for

calculating laps unless otherwise shown on drawings.

7.35. In case o f pricing deviations 10mm and over dia TMT bars as stirrups shall be priced at the rate of TMT bar

stirrups of 5 to 10 mm in MES Schedule Part-II subject to contractor’s percentage.

7.36. Mild Steel guard bars shall be of 12 mm x12mm square bars of Fe-310-0 or Fe-410-0 quality. Guard bars shall

be provided to all windows & vents as shown on dr awings. The guard bars including window shall be painted

with 2 c oats of synthetic enamel paints over a coat of red oxide zinc chrome primer.

7.37. Other steel items like steel door with PGI sheet covering, railing in balconies and stair case, water Metre and

switch board boxes etc shall be fabricated to the dimensions as shown on drawings as directed by GE/(Engineer-

in-Charge). Welding, bolting, drilling holes etc shall be as specified in MES Schedule.

8. Glazed ceramic floor tiles

8.1 Glazed ceramic tiles shall be provided as specified in respective item of Schedule ‘A’. The glazed ceramic tiles

shall be of coloured tiles. The tiles shall be laid, jointed and pointed over screed bed all as specified in respective

items of Schedule ‘A’. The colour and shade of tiles shall be as decided by GE.

8.2. Workmanship-General-Refer Para 13.40 of MES Schedule part-1.

8.3. Level and Falls: Refer para 13.25.3 of MES Schedule Part-I.

9 NON SKID CERAMIC TILES IN FLOORING

9.1 The type of tiles as specified in Schedule ‘A’ for flooring shall be homogenous true to shape, sound and free

from flaws and other manufacturing defects. The top surface of the tiles shall be glazed non skid type or vitrified

as mentioned in Schedule “A”. The under side of the tiles shall be free from glaze in order that the tiles may

adhere properly to the base. The edges of the tiles shall preferable free from glaze: if unavoidable, glaze shall be

permitted provided that the number of edges with complete glazes is not more than one and glazes present I

remaining three edges does not exceed 15% of the surfaces area on the edge. The glaze shall be uniform in quality

and shall be free from welts, ships, craze, specks, crawling or other imperfections, detracting from appearance

when viewed at a distance of one metre. The tiles shall be of sizes and thickness as shown on Schedule ‘A’. The

tolerance on the thickness of glazed tiles shall be +0.50mm. The colour and shade of tiles shall be as decided by

GE.

9.2 Workmanship-General-Refer Para 13.40 of MES Schedule part-1.

9.3 Level and Falls: Refer para 13.25 and 13.25 of MES Schedule Part-I.

10.. GLAZED CERAMIC TILES SKIRTING/DADO –

10.1 Refer Clause No. 13.14 of MES Schedule Part-I. Irrespective of whatever shown on drawings/schedule of

finishes, glazed ceramic tile skirting/dado shall be with coloured glazed ceramic tiles not be less than 300mm x

200 mm x 6 mm laid over 10mm thick screed in Cement Mortar 1:3, set and jointed in neat cement slurry and

pointed in coloured cement to match. The contractor may provide the tiles of thickness more than 5.5mm in case it

is not available without any extra cost to the Govt. However, this will not be treated as any deviation.

10.2 Unless otherwise indicated in schedule of finishes/main drawings/TD drawing the height of skirting shall be

100mm high, height of dado for bath room/Kitchen Room shall be 2000mm and height of dado for WC/

remaining portion of toilet room shall be 1200mm.

10.3. PLINTH PROTECTION:- Unless otherwise specified in drawing/here-in-before, plinth protection shall be 75

mm thick PCC 1:3:6 type C2 (using 40 mm graded stone aggregate) over 75 mm thick (consolidated thickness)

hard core over rammed earth. Plinth protection shall be laid in 1:40 slope. The concrete shall be laid at a

stretch not exceeding 3 M e t r e in length. Top surface of concrete shall be finished even and smooth

without using extra cement. Joints between adjoining slabs shall not exceed 10 mm in thickness and shall be

filled with bitumen mastic i.e. bitumen and sand in proportion 1:2. Hard core for plinth protection shall be

crushed/broken stone aggregate (at the discretion of contractor (conforming to IS-383, not exc. 63 mm

gauge. Unless otherwise specified in drawings, the width of plinth protection shall be 750mm.

11 PLASTERING & POINTING

11.1. MATERIALS

11.2 CEMENT – Cement shall be as specified for Cement Concrete Work here-in-before.

11.3. SAND – Refer Clause No. 14.5, 14.5.1 and 14.5.2 of MES Schedule Part-I.

12.. INTEGRAL WATER PROOFING COMPOUND – Refer Clause No.4.8 of MES Schedule Part- I and as

approved by GE.

. Contd…/-

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS(Contd….)

12.1. WATER – Water shall be as specified for Cement Concrete Work here-in-before.

13. WORKMANSHIPS

13.1 GENERALLY

13.2. Refer to Clause No.14.16 of MES Schedule Part-I (as applicable) and as directed by the GE/,(Engineer- in-

Charge).

13.3. The thickness of plaster mentioned here-in-after is finished thickness exclusive of dubbing out. Plastering

and dubbing out shall however, be done in one operation.

13.4. The External and Internal Finishes (Plastering and pointing) shall be returned in the Jambs of the openings upto

frames and taken around cup boards and other similar projections. All external finishes shall stop at plinth

protection.

13.5. External Plaster shall be finished fair and even. Internal plaster shall be finished even and smooth without using

extra cement.

13.6. All corner, angle, junctions and edges shall be truly vertical or horizontal as the case may be and shall be carefully

finished. Corners around jambs of opening and junctions of wall plaster shall be rounded to minimum radius of

5mm. 12mm wide groove to the entire thickness of plaster shall be provided at the junction of walls and RCC

roofs/beams. 10mm wide and 10mm deep shall groove shall also be provided at junctions of walls and RCC

columns or any other dissimilar materials i.e. wooden/steel chowkhats etc.

NOTE : Irrespective of what is mentioned above, no grooves are provided at the junction of RCC and

masonry on the external surfaces instead a strip of chicken wire mesh 10 mm aperture and 0.63 mm dia and 150

mm wide be fixed over the junction before the plastering to act as reinforcement for the plaster. However, the

grooves will be provided inside the building as per SP: 25 of Bureau of Indian Standards

13.7. SCAFFOLDING – Refer Clause No.14.12 of MES Schedule Part-I and all as directed by

GE/,(Engineer- in-Charge).

13.8 PREPARATION OF MORTAR FOR PLASTERING – Refer Clause No.14.13 of MES Schedule Part-

I as applicable and all as directed by GE/,(Engineer- in-Charge).

13.9. PREPARATION OF BACKGROUND FOR APPLICATION OF PLASTER – Refer Clause No.14.14 of

MES Schedule Part-I as applicable and all as directed by GE/,(Engineer- in-Charge).

13.10 ONE COAT PLASTER WORK – Refer Clause No.14.17 of MES Schedule Part-I and as directed by

GE/,(Engineer- in-Charge).

13.11 TWO COATS PLASTER WORK – Refer Clause No.14.18 of MES Schedule Part-I and as directed by

GE/,(Engineer- in-Charge).

13.12. CURING – Refer Clause No.14.24, 14.24.1 of MES Schedule Part-I and as directed by GE/,(Engineer- in-

Charge).

13.13. WATER PROOFING PLASTER – Refer Clause No.14.25 of MES Schedule Part-I and as directed by

GE/,(Engineer- in-Charge).

13.14. INTERNAL PLASTER

13.15. Rendering on Brick wall/PCC solid block wall shall be 15mm thick with cement mortar (1:6) including

dubbing coat, above skirting/dado finished even and smooth without using extra cement. The junctions of

wall and floor, wall and ceiling wall and columns and roof slab and beam must be rounded off at a radius of

50mm to prevent accumulation of dust. The surface of plaster/rendering and skirting dado shall be same so as

to avoid collection of dust on skirting/dado.

13.16. Irrespective of what is mentioned here-in-before, internal plaster to exposed surface of concrete such as soffit of

RCC Roof/Floor Slab, Soffits and sides of beams, stair case shelves etc. which are not continuous with the

adjoining surface of wall, shall be of 5 mm thick in Cement Mortar 1:3 finished even and smooth without using

extra cement. However, if thickness of plaster in Cement Mortar 1:3 is required to be increased in excess of 5 mm

to achieve even and smooth surface, the same shall be provided by the contractor without any extra cost to the

Government.

13.17. EXTERNAL PLASTER

13.18. External surface of walls shown to be plastered shall have 20 mm thick plaster in Cement Mortar 1:4 in Two

Separate Coats (10 mm thick backing coat and 10 mm thick finishing coat). Finishing coat shall be mixed with

integral water proofing compound as per manufacturer’s instruction. Plaster shall be taken upto 150 mm below

GL for walls without plinth protection and external plaster shall be taken upto top of plinth protection for

walls with plinth protection. Both the surfaces of parapet walls of roofs and verandahs shall be treated as

external surfaces. In case of deviation for External Plaster Pricing shall be done by taking Water Proofing

Compound as 3% by weight of cement.

Contd…/-

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS(Contd….)

14. WHITE & COLOUR WASHING, CEMENT BASE PAINT, DISTEMPERING, PLASTIC EMULSION

PAINT, WEATHER PROOF PAINT

14.1. LIME:-Refer Clause No.15.2 of MES Schedule Part-I.

14.2. BLUE VITRIOL:-Refer Clause No.15.4 of MES Schedule Part-I.

14.3. WHITE WASHING/COLOUR WASH:-Where indicated in schedule of finishes, white wash/ colour wash

shall be applied on internal faces of walls. White wash shall be applied three coats including preparation of

plastered surfaces and as per clause No 15.2,15.3,15.4&15.12 of SSR part I 2009 and colour wash shall be

applied two coats over a coat of white wash including preparation of plastered surfaces and as per clause No

15.2,15.3,15.4&15.12 of SSR Part-I 2009.

14.4. ACRYLIC DISTEMPER:- Where indicated in schedule of finishes, Acrylic distemper/Oil bound distemper

shall be applied on internal faces of walls. Acrylic distemper shall be applied in two coats over a coat of

primer and as per clause No 15.21 of SSR part I 2009. Oil bound distemper shall be applied in two coats over

a coat of alkali resistant primer and a s per clause No 15.6 & 15.14.1,15.14.3 to 15.14.5.3 of SSR Part-I

2009. The wall surfaces over which acrylic distemper/oil bound distemper is to be applied shall be treated

with two coats of cement based white wall putty (JK wall/Birla wall care) of minimum thickness of 1.5 mm in

two coats to make the surface even and smooth.

14.5 CEMENT BASE PAINT

14.7 Refer para 15.15.1 to 15.15. of MES SSR Part I. Cement base paints shall be of superior quality.

15. GLAZING

15.1. SHEET GLASS

15.2. Refer Clause No.16.2 and subsequent Clause No. thereof of MES Schedule Part-I.

15.3. The sheet glass shall be of ‘B' quality i.e, ordinary for glazing purpose if not specifically mentioned in

drawings. Unless otherwise specified/shown in drawings, the thickness of glass panes for area exceeding 0.5 Sqm

shall be 5.5 mm thick and 3.0 mm thick for area not exceeding 0.5 Square Metre irrespective of what is shown on

drawings.

15.4. FIGURED GLASS (PIN HEADED GLASS)

15.5. Refer Clause No.16.3 of MES Schedule Part-I.

15.6. The thickness of pin headed glass shall be 4.0 mm. Windows and vent in WC/toilet and bath shall have Pin

Headed Glass Panes except top panels which shall be of sheet glass.

15.7. PUTTY:- Refer Clause No. 16.5 of MES Schedule Part-I.

15.8. PREPARATION OF GLAZING : Refer Clause No. 16.7.1, 16.7.2 to 16.7.4 of MES Schedule Part-I.

15.9. GLAZING IN STEEL SURROUNDS:-Refer Clause No. 16.10 and subsequent para thereof of MES Schedule

15.10. GLAZING IN WOOD SURROUNDS :-Refer Clause No. 16.9 and subsequent Para thereof MES Schedule Part

I.

16. PAINTING

16.1. PAINTS AND ALLIED MATERIALS

16.2. Refer Clause No.17.2 of MES Schedule Part-I.

16.3. Paint shall be of first quality and manufactured by Standard firms given in APPENDIX ‘B' to tender

documents here-in- after.

16.4. PAINTING WORK GENERALLY :-Refer Clause No.17.3 and subsequent thereof MES Schedule Part-I.

16.5. PAINTING TO WOOD WORK

16.6. Refer Clause No.17.6 and subsequent thereof MES Schedule Part-I.

16.7 Filler coat is not required to be applied. W here painting is indicated in Schedule of finishes it shall be done

in 3 coats viz primer, under coat and finishing coat. Primer for wood work shall be pink primer and under coat

and finishing coat shall be synthetic enamel paint.

16.8. Block boards and veneered particle boards, where indicated to be painted in Schedule of finishes/as

specified shall be painted as for wood work. For unvenered particle board refer Clause No.17.7.6 of MES

Schedule Part-I.

16.9. All surfaces of wood work and joinery other than those specified to be treated otherwise, shall be applied a

priming coat and under coat and finishing coat of synthetic enamel paint.

Contd…/-

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS(Contd….)

16.10. PAINTING TO STEEL AND IRON WORK.

16.11 Refer Clause No.17.8 of MES Schedule Part-I.

16.12. Filler coat is not required to be applied. W here painting is indicated in Schedule of finishes, it shall be done

in three coats viz primer, under coat and finishing coat. Primer for steel surfaces shall be red oxide zinc

chrome and under coat and finishing coat shall be of synthetic enamel paint.

16.13. All exposed surfaces of iron and steel other than galvanised surfaces and reinforcement shall be painted with two

coats of synthetic enamel paint over a coat of primer. Primer for steel work shall be red oxide zinc chrome

primer. Steel brackets of cisterns/WHB shall be given two coats of Aluminium paint over a coat of primer.

However, steel members of roof, hidden by ceiling shall be painted with two coats of red oxide primer.

17. CHAIN LINK FENCING :- This shall be conform to IS-2712:2003 and all as specified in Para 10.34 of SSR

Part I (2009) and all as specified in Sch `A’ Item. A BOO shall be conduted to ascertained the weight of chain

link fencing brought by the contractor.

18. BARBED WIRE FENCING

This shall confirm to ISD 278-2001 ans all as specified in Para 10.32 & 10.32.1 of SSR Part I (2009) and all as

specified in Sch`A’ Item.

19. ALUMINIUM WORKS (DOORS, WINDOWS, VENTILATORS, PARTITIONS, ETC.)

19.1. MATERIALS

19.2 ALUMINIUM SECTIONS & BEADS, ETC.

19.2.1 Refer Clause No. 10.37 of MES Schedule Part-I as applicable and as approved by GE.

19.2.3 Aluminum Door/window shall be provided as per main drawings and TD drawings. Specification for Aluminium door and window shall be 15 micron anodized (colored) aluminum section having embossment of the name of the manufacturer on each section at every Metre and thickness of colour anodizing shall be not less than 15 micron. The section particulars shall be provided as per drawing and clause 10.37 of SSR Part-I, 2009. In case of non availability of any particular section mentioned the next available section (having higher per Kg/Rm weight) shall be provided without any price adjustment. The test certificate from Govt. authorized testing laboratory shall be produced by the contractor to conform thickness of anodizing

19.2.4 ALUMINIUM FITTINGS, ETC: Aluminium Doors and Windows shall be provided with the Standard Aluminium Fittings as specified in relevant Clause No. of MES Schedule Part-I, bearing ISI Mark and as approved by GE.

20. Kota Stone Flooring : -This shall be of size 550 x 550mm unless otherwise mentioned machine cut polished Kota stone flooring of 15-20 mm thick over screed bed 20 mm thick in cement mortar 1:4 shall be carried out all as specified in clause 13.47 on page 309 of SSR 2009 (part-I). But in case of Ground floor the above flooring and screed shall be provided over sub-base over compacted earth filling and tiles shall be provided on screed on RCC slab for. Grinding of kota stone floor shall be done by machine fitted with fine grade blocks (No. 120). The final grinding shall be carried out with the finest grade grit blocks (No. 320) with machine & where grinding by machine is not feasible because of restricted space, grinding by hand machine or hand may be permitted by the GE without any price variation and with the following carborandum stones.

1st Grinding - Medium Grade Stone (No.80) slurry @ 3 kg/sqm over near cement

Second Grinding - Fine Grade block (No.120)

Final Grinding - Finest grade grit blocks (No.320)

The polishing process shall be all complete as per clause 13.47.4 on page 309 & 310 of SSR 2009 (part-I). Plain cement concrete 1: 2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate) shall be used where required to achieve the desired slope/level of adjacent floors and the cost is deemed to be included in the price quoted.

20.1 KOTA STONE FINISH

20.2 TREAD/LANDING: 15-20mm thick Polished Kota Shall be laid over 15mm thick screed in Cement Mortar 1:3 with Cement Slurry @ 3.0 Kilogram per Square M e t r e and over RCC step. The stone slab shall be set and jointed with Grey Cement Slurry mixed with Pigment to match the shade of the slab including granite cutting and polishing. The Kota stone shall be provided in single piece with round edge nosing.

20.3 RISER:- 15-20 mm thick Kota stone shall be fixed over 10mm thick screed in Cement Mortar 1:3 in single piece

20.4 POLISHED KOTA STONE SKIRTING:- Machine Cut Kota Stone Slab in skirting 15-20 mm thick shall be laid over 10mm thick Screed Bed in Cement Mortar 1:3. The edge of skirting shall be half round of or as per MES Schedule Part-I. The slab shall be fixed, set and jointed with grey cement slurry mixed with pigment to match the shade of slab including granite cutting and polishing

Contd…/-

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS(Contd….)

21. PLINTH PROTECTION:- Unless otherwise specified in drawing/here-in-before, plinth protection shall be 75 mm thick PCC 1:3:6 type C2 (using 40 mm graded stone aggregate) over 75 mm thick (consolidated thickness) hard core over rammed earth. Plinth protection shall be laid in 1:40 slope. The concrete shall be laid at a stretch not exceeding 3 M e t r e in length. Top surface of concrete shall be finished even and smooth without using extra cement. Joints between adjoining slabs shall not exceed 10 mm in thickness and shall be filled with bitumen mastic i.e. bitumen and sand in proportion 1:2. Hard core for plinth protection shall be crushed/broken stone aggregate (at the discretion of contractor (conforming to IS-383, not exc. 63 mm gauge. Unless otherwise specified in drawings, the width of plinth protection shall be 750mm.

22. PCC FLOOR:

22.1 The concrete mix shall be nominal mix. PCC floor shall be provided all as shown on drawings. For 40 mm thick PCC M-15 type B-1 floor, the size of glass dividing strips shall be 3 mm x 38 mm irrespective of whatever is specified in Schedule of finishes.

22.2 PCC floor shall be finished as specified in Schedule of finishes and in case no finish is specified it shall be considered finished smooth and even using extra cement. Where floors to be laid directly on RCC slab shall be given a coat of cement slurry @ 3 Kg/Sqm before floor is laid as specified in clause No 13.27 of MES Schedule Part I except to portion of sunken slab.

23. ROOF COVERING

23.1. PRE-PAINTED GALVALUME STEEL SHEET

23.1.1.Refer Clause No. 10.39 &11.3 of MES Schedule Part-I and IS 15961-2012 & 15965-2012.

23.1.2. Wherever shown/mention on Drg/Sch, pre-painted galvalume/Zincalume/pre-engineering galvalume Sheet roofing shall be 0.5 mm thick corrugated pre-engineering galvalume Sheet(pre-painted Aluminium zinc alloy metallic coating steel sheet). If not shown/mentioned in the drawings roof covering shall be 0.5 mm thick corrugated pre-painted galvalume steel sheet as specified here in after.

23.1.3. PRE-PAINTED GALVALUME STEEL SHEETS: The galvalume steel sheet shall be 0.50mm thick and shall have 550 Mpa minimum yield strength. The base metal steel plate shall be coated with minimum 150 gram/sqm (total on both sides) coating of hot dip alloy consisting of 55% Aluminium, 43.5% Zinc and 1.5% Silicon confirming to IS 15965-2012. The profile of the sheet shall be trapezoidal as defined in SSR Part 1, Clause No. 10.39 or similar profile as commercially available and approved by GE. The end laps shall be provided as per manufacturer’s guidelines to eliminate any possibility of leakage of roof. Penetrations and laps in sheet shall be sealed as per manufacturer’s instructions and Literature. HDPE fillers shall be provided wherever required to close voids between sheets, sheet & fasteners etc. The color of the sheets shall be as approved by GE.

23.1.4. Spacing of purlins shall be as per drawing/Sch and all as directed by GE.

23.1.5. Side laps shall be one corrugation.

23.1.6. Manufacturer’s name, length, width, thickness of BMT and number of corrugation and material identification (yield strength, coating) shall legibly be marked on top of each sheet.

23.1.7. The contractor shall submit the manufacturer's test Certificate in original along with the test sheet giving the results of each mechanical test as applicable and the chemical composition of the steel or authenticated copy thereof, fully signed by the manufacturer with each consignment.

23.1.8. Single length sheet shall be provided in each side of the roof and all as directed by GE.

23.1.9. Ridge shall be as per manufacturer’s instruction of 0.50mm thick.

24. ELECTRIFICATION

24.1 All work of internal electrification shall be executed by fully qualified licensed electricians as per the latest

Engineering Practice and latest IS Codes / IE Rules. Certificate of qualification shall be produced on demand by

the Engineer-in-Charge.

24.2 The position of electrical fittings and fixtures shown on drawing are tentative. The exact position of the same shall

be as directed by the Engineer-in-Charge at the time of execution without any extra cost.

24.3 Point wiring :

(a) Layout plan including heights of fittings and wiring shall be as approved by the Accepting

Officer before execution. (b) Cable for wiring shall be FRLS conforming to IS-694-1990 and as per clause No. 19.25 of SSR

Part-I.

(c) PVC casing capping, Conduit pipes and accessories shall be as specified in SSR Part-I and as described in Schedule ‘A’/BOQ (d) Other details and workmanship shall be specified in SSR Part-I. (e) Type of wiring shall be all as described in Schedule “A”. Point wiring for light points etc shall be

comprising of supply and fixing & drawing of cable through conduit, supply and fixing of suitable size

mild steel terminal box covered with plastic laminated sheet to accommodate requisite switches. The

screws shall be cadmium coated iron screws rigidly fixed to gutties or with Detofix at least 15 cm apart.

Contd…/-

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS(Contd….)

(f) Type of Testing: The quoted rate of the tenderer shall be deemed to be inclusive of various tests

viz (i) Continuity. (ii) Insulation resistance to earth. (iii) Insulation resistance between conductors. (iv)

Overall insulation resistance test. (v) Continuity test over all conductors and sheathing. If the test result is

found unsatisfactory, the repairs and replacement of defective work shall be carried out by the contractors at his own expense until the satisfactory test result are obtained. The contractor shall supply the necessary

apparatus; labour and instruments required for testing but the Engineer-in-Charge shall be at liberty to use

any other instrument(s) he may wish to deploy for the same.

24. TIMELY PLANNING / PROCUREMENT ACTION BY CONTRACTOR

24.1 Within six weeks after acceptance of tender the contractor shall produce documentary evidence to the GE

to the effect that he has placed orders for various materials as per the makes specified in the tender or

makes approved by the GE. Materials shall be procured from the manufacturers or their authorized dealers

/ stockists only. However, in case the requirement is very less, the same may be procured from other

sources if permitted by the GE.

25 TESTING OF ELECTRICAL EQUIPMENTS AND CABLE (a) Test Certificate: Contractor shall supply CTC of test certificate of all electrical equipments in a neatly

bound folder. This will be in addition to production of original test certificate at the time of receipt/payment

through RARs without & any extra coat to the department.

(b) Complete equipment shall be tested jointly by Engineer-in-Charge and contractor’s qualified Engineer.

Record of all test results shall be complied and submitted to GE for approval. GE shall ensure that all test results

are within the specified limits of Indian Standard or laid down specifications as described in clause 19.2 of SSR

Part-I and compare with the original test certificate supplied by the manufacturers of equipments. (c) After according his approval, GE shall approach Accepting Officer for inspection (d) The contractor shall ensure that the overload and earth limit relays settings are calibrated in such as

manner that take place in this order.

26 STANDARD OF QUALITY AND WORKMANSHIP

26.1 The supply and installation of all electrical equipment and accessories shall strictly comply with provisions

contained in the latest addition of Indian Standard Code of Practice is specification and as applicable to

aforementioned works except where such regulation and rules are modified by this specifications.

26.2 All electrical work shall be carried out by properly skilled and license electrician under the supervision of

qualified electrical supervisor/Engineers (See condition 25 of General Conditions of Contract IAFW-2249).

Electrician, Supervisor and the contractor shall be license holder for such works as per IE Rules. The

contractor shall on demand by the Engineer-in-Charge produce such evidence of qualification of

workman/supervisor/Engineers, either at the commencement of work at any time thereafter during the

currency of the contract. The entire work shall be high class with the best workmanship and to the entire

satisfaction of the Engineer-in-Charge.

27 QUALITY CONTROL PLAN 27.1 Immediately after placing of WO No 01 by the GE, the contractor shall prepare and submit Quality Control Plan (Part-I)

as enclosed herewith as Appx ‘E’ to this Particular Specification to GE through Engr-in-Charge. On receipt of Quality

Control Plan (Part-I), GE shall prepare Quality Control Plan (Part-II & III) and forward the both parts to the CWE for

approval of the same

22 WARRANTY OF LED STREET LIGHT :-

The company / manufacturer shall provide a comprehensive warranty for LED commercial light fittings / Security light

fittings / Street light fittings / Flood light fittings on all parts including spares , LED lamps and all other components as

mentioned below from the date of successful and satisfactory installation of the equipments / fittings or date of completion.

Engr-in-charge will keep the recods of date of installation for the purpose of warranty. This warranty assumes free

replacement of any non working parts, out dates or non working software and / or hardware with in the time frame as

specified below :--

(i) within 24-48 working hours in sensitive area.

(ii) Within 7 working days in rest area.

Period of Warranty :-

(i) LED Commericial indoor light fittings - 2 Years or 50000 Hrs of illumination

(ii) LED Street light / Security light / Flood Light - 5 Years or 72000 Hrs of illumination

22.1 A copy of MOU and agreement of warranty between contractor and Manufacturer / Company is sent to the office of GE

Binnaguri (North) for noting.

22.2 The MOU does not agree the parties to enter into collaboration with any other parties for this particular tender. This shall be

governed under India Law. Disputes if any shall be resolved amicably, otherwise resolved by arbitration in India in

accordance with the Indian Arbitration and Conciliation Act 1996.

22.3 This Memorandum of understanding (MOU), signed in duplicate with each party receiving one original documents, shall

case to be be valid till the warranty period not cover as mentioned here-in-before.

Contd…/-

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS(Contd….)

22.4 MEMORANDUM OF UNDERSTANDING / AGREEMENT :- A MOU shall be signed between both the parties

contractor and manufacturer / company of LED light fittings as mentioned in BOQ for warranty. The MOU shall be submitted

to Department after completion of work or before submission of Final Bill. 22.5 SECURITY MONEY FOR LED LIGHT FITTINGS

22.5.1 An amount of security deposit equal to the individual security deposit enhanced by 25% subject to a minimum of

Rs.15,000.00 ( Rupees Fifteen Thousand Only) calculated, based on the amount of LED Light fittings item at contract rate

for which light fittings has been executed shall be retained out of the final bill amount towards security deposit for LED light

fittings and will be refunded to the contractor after expiry of the period as mentioned above against Period of Warranty

from the certified date of completion, provided there is no damages to the LED fittings fixed under the subject contract.

Condition 10, 46 & 68 of General conditions of Contracts (IAFW-2249) shall be deemed to be amended to the extent

mentioned above.

23 SWITCHES/SWITCH SOCKET OUTLET/SOCKET OUTLET

23.1 The base shall be made of vitrified ceramic material or tough non ignitable molded insulating material. The covers, cover

plates and actuate members shall be of tough, non ignitable insulating material. Current carrying parts shall be made of brass,

copper phosphor bronze, aluminium alloy or any other suitable material, springs shall be of corrosion resistant metal.

Attachment fitting screw and other non current carrying Paris shall be of mild steel aluminium alloy or insulating material.

All socket outlets and switch socket combination shall have ISI certification mark.

24. MCB AND DISTRIBUTION BOARD

24.1 Extra length of cable shall be kept inside the distribution board for connection with MCB. All cable terminals with MCB

shall be provided with suitable crimping lugs.

25. EARTHING

25.1 Earthing shall be carried out all specified in clause No 19.137 to 19.146.3 of MES SSR Part I.

25.2 All the non-current carrying metal parts of electrical installation shall be earthed properly. All metal conduits,

cable sheathe, switch gear, distribution board, light fitting MS boxes and allying parts made of metal shall be

bounded together and connection by means of specified earthing conductors to an efficient earthing system. All

earthing shall be in conformity with IE Rules.

25.3. The installation after completion of work shall be tested for insulation, wiring continuity, earth continuity, earth

resistance polarity test etc, as specified in IS/IE Rules. The test shall be carried out in the presence of Engr-in-

Charge and shall be signed by Engr-in-Charge and the contractor. The contractor shall submit three copies of test

sheet. In case the earth result does not fall within the specified limit, as mentioned in IS/IEW Rules, the contractor

shall dig earth pit beyond 2.5m deep to obtain the desired earth results.

25.4 EARTH WIRE

25.4.1 Earth wire shall be all as specified in Sch ‘A’.

26. PAINTING

26.1 All painting as far as possible shall be carried out in dry weather and neatly cut in the edges. Other surfaces shall

be protected and cleaned off as necessary.

27. TECHNICAL LITERATURE/PAMPHLETS

27.1 The contractor will supply in quadruplicate technical literature and pamphlets.

. GURANTEE AND TEST CERTIFICATES :-

27.2 The contractor shall stand guarantee for the equipments supplied under the contract for one year from the actual

date of completion of the contract.

28. INSPECTION OF SITE

28.1 Tenderer is requested to inspect the site of work before quoting their rates. No extra claim will be entertained later

on due to work site or any other reasons

29. PAID VOUCHER/INVOICES

29.1 Paid vouchers invoices shall be produced by the contactor as per requirement before RAR payment on demand

from engineer – in – Charge.

30.0. DISMANTLING/DEMOLITION/TAKING DOWN

30.1. An inventory of all the items to be demolished/ dismantled/ taken down / shall be prepared by the Engineer-in-

charge before handing over of site to the contractor for demolition/ dismantling of items/materials/pipe lines etc

indicating all the fittings / fixtures / assets etc and shall obtained receipt of contractor on ibid inventory in token

of his acceptance.

30.2. The contractor shall take down/demolish/dismantle the work to the extent all as mentioned in Schedule ‘A’ and

as specifically ordered by GE.

Contd…/-

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS(Contd….)

30.3. Dismantled/Demolished material indicated in schedule of credit shall become the property of the contractor nd

contractor shall give credit for it at the rates mentioned in Schedule of credit. The rates given for credit are fixed

and no variation on this amount shall be admissible on account of quality /conditions of the materials obtained

from dismantling/demolition. The contractor at his own expense shall carry out transportation of old materials.

Materials retrieved from dismantling/demolition shall not be used in the new work.

30.4. Refer condition 10,47 and 48 of IAFW-2249, General Conditions of Contracts and Para 21.1 to 21.3 stipulated on

page 21-1 to 21-3 of MES SSR’ 2009 Part I. All retrieved materials obtained from demolition/ dismantling which

are not mentioned in schedule of credit shall become Govt. property and contractor shall deposit the same in MES

store yard of GE BINNAGURI. Such materials shall be stacked properly by contractor at his own arrangements

and own cost at MES store all as directed and the same shall be recorded in MB for record purpose only duly

signed by GE, Engineer-in-Charge and contractor and necessary RV thereof shall be obtained by the contractor from Engineer-in Charge

30.5. Contractor is advised to 'visit’ the site with Engineer-in-Charge/ GE before quoting their unit rates. .

30.6 The Govt does not guarantee for the value of the materials that will naturally accrue to the contractor. The

contractor shall be deemed to have visited the site of work and have made himself conversant with present state of

materials before tendering for the purpose of assessing their quality, condition and money value of materials that

would be obtained from dismantling/demolition etc. and no extra cost whatsoever shall be entertained on this

account.

30.7. Any damages caused to the existing structure and fitting/fixtures, due to the negligence and carelessness the

contractor or his workmen, shall be made good by the contractor at his own expense to the entire satisfaction of

Engineer-in-Charge. Extent of materials/items damaged due to negligence and carelessness of the contractor or his

workman due to bad workmanship

will be assessed by the GE, whose assessment in writing shall be final and binding on the contractor and in case of

contractor’s failure in making good the damages inspite of GE’s notice, cost thereof assessed by GE shall be

recovered from the contractor’s payment due to him and decision of GE in this respect shall be final & binding.

30.8. The contractor shall be responsible for the safe custody of materials until handed over to MES which are Govt.

property or are to be incorporated in the work and receipt obtained for the same.

30.9 For the purpose of calculating compensation in terms of condition 50 of IAFW-2249, deductions at source towards

VAT/Income tax etc. the amount of Credit for Old materials becoming contractor’s property shall not be taken

into account

31.0 NOTES

31.1 Para Numbers/clause Nos of SSR part I wherever written wrongly shall be read as respective correct clause/paras

of SSR Part I (2009) only.

31.2 Specification of materials or workmanship of any item not covered in this Particular Specification and also not

available in SSR Part I & II, specification of materials or workmanship of such items shall be executed as per

latest edition of Bureau of Indian Standards.

(SIGNATURE OF CONTRACTOR) AGE (CONTRACTS)

FOR ACCEPTING OFFICER

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.)

Appx ‘B’ MATERIALS AND THEIR TESTS NATIONAL TEST

HOUSE/SEMT WING/ENGG COLLEGE/COMMAND TESTING LAB

S No Materials Test Method Frequency of Rate (in Rs) Remarks

testing tests

1 2 3 4 5 6 7

1 Coarse Organic IS-2386 (Part- One test for 120

Aggregate impurities III) each source of

supply

2 Fine Test for organic IS-2386 One test for 180

Aggregate impurities (Part-II) each source of

supply

3 Cement Resistance to IS 1237-1980 6 tiles out of 18 540 Sample 18 tiles

flooring wear (Appx F) from each

tiles/terrazzo source of

tiles materials

selected at

random

4 Water for Test for solid IS 456 & 3025 Once at the 300 Also refer clause

construction content stage of 43 of IS-456 and

purpose approval of sub clause

source of water regarding

suitability of

water

(SIGNATURE OF CONTRACTOR)

DATED : ________________________

AGE (CONTRACTS) FOR ACCEPTING OFFICER

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.)

SOURCES OF MATERIALS

Appx ‘D’

S Sources of Boulders/Hardcore Sand for RCC & Sand for Brick and

Source of

Crushed Remarks

No Materials for PCC work plastering Brick stone

works at pointing, tiles Aggregate

Station brick work

seal coat,

sand

cushioning

& covering

for LT

Cable

1 2 3 4 5 6 7 8

1 BINNAGURI Rathi/Diaral Rathi/Diaral Same as per Locally Approved See

Samchi/Dimdima Samchi/Dimdima Col 4 available crusher of notes

Rivers Rivers best Ethelbari/ below

quality of Gairkate / for all

sub class Bipara items

‘B’ brick

at nearby

area of

Binnaguri

NOTE

1. Sources of materials shall be as given above or in the vicinity thereof. The tenderer shall ascertain the actual

position/exact location of source before submitting his tender and no additional payment shall be made on account of

misunderstanding of its distance from site of works.

2. The tenderer shall amongst other things ascertain that information such as royalties, taxes, duties and other

charges etc. on the materials and no additional payment shall be made on account of for going.

3. Crushed stone aggregates where specified, shall be obtained from available approved crusher. No price

adjustment in this regard shall be made at a later date.

4. Broken stone aggregates where specified, the Boulders/stones for the same obtained from the source specified

under Column 3 above and broken locally at site.

(SIGNATURE OF CONTRACTOR)

DATED : ________________________

AGE (CONTRACTS) FOR ACCEPTING OFFICER

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (Contd…) CEMENT SUPPLY AND ACCEPTANCE REGISTER

APPENDIX ‘A’

1. CA No & Name of work :

2. Control No : 3. Name of Manufacturer / Brand Name / Gde of Cement (A) Manufacture ______ (B) Brand ________ (C) Grade ______

4. Qty of cement & Lot No / Week No (in bags) : (Qty _____ (b) Lot No / Week No _______

5. Manufacturer’s test Certificate No _________

6. Random Test Details : (a) Physical test report from vide their letter No __________________________________________ (Name of approval Lab / Engineer-in-Charge College)

(b) Chemical rest report from ______________ vide their letter No __________________________

(Name of approval Lab / Engineer-in-Charge College)

7. Details of Physical & Chemical properties :

Physical requirement (as per IS – 4031) Chemical requirement (as per IS - 4031

Compressive strength

Spec

ific

surf

ace

dce(

M2/

KG

)

Soun

dnes

s by

LeC

hate

llare

xpan

sion

(%)

Soun

dnes

s by

auto

clav

eexp

ansi

on

Initi

al se

tting

tim

e(M

inut

es)

Fina

l set

ting

time(

Min

utes

) 0

3 d

ays

(Mpa)

07

day

s (M

pa)

28

day

s (M

pa)

Tem

p du

ring

tes

ting

ºC

Stan

dard

cons

iste

ncy

(%)

Lim

e

satu

ratio

nfac

tor(

Rat

io)

Alm

ina

Lo

n

(Rat

io)

Inso

lubl

e re

sidu

es(%

)

Mag

nes

ia (

%)

Sul

phur

ic A

nhyd

ride

(%)

Loss

on I

gn

itio

n

(%)

Ch

lori

des

(%

)

1

2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18

As per relevant IS

As per manufa-

ctur’s test

certificate

As per random test

certificate

REMARKS WITH SIGNATURE Accepted/Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (Contd…)MATERIALS AND THEIR TESTS APPENDIX ‘C’

Ser Materials Test Method of Frequency of Tests Level of Rate per Remarks

No Testing Test test in Rs.

1 2 3 4 5 6 7 8

1. Brick (i) Compressive strength IS-3405 (Part-II)

As per IS-5454 as given under ‘A’ 180/- Checks forvisual and dimensional characteristics shall also be carried out

(ii) Water absorption -do- LOT size Sample size Permissible No of ‘A’ 150/- As per IS-5454 defective bricks

(iii) Efflorescence -do- 1001 to 5 0 ‘A’ 180/-

(Part-I) 10000

10000 to 10 0

35000

35001 to 15 1

50000

2. Coarse aggregate (i) Sieve analysis IS-2386 One test for every 15 Cu.M of aggregates or part ‘A’ 120/-

(Part-I) thereof brought to site.

(ii) Flakiness index -do- -do- ‘A’ 90/-

(iii) Estimation of IS-2386 One test for every 100 Cu.M of aggregates or part ‘A’ 120/-

deleterious materials (Part-I) thereof.

(iv) Organic impurities -do- One test per source of supply ‘C’ 120/-

(v) Moisture content -do- Regularly as required ‘A’ 120/-

(Part-II)

(vi) Specific gravity -do- One test for each source of supply ‘B’ 120/-

3. Fine aggregate (i) Sieve analysis IS-2388 One test for every 15 Cu.M of fine aggregates or part ‘A’ 180/-

(Part-I) thereof brought to site.

(ii) Test for day, site and -do- -do- ‘A’ 90/-

impurities (Part –I)

(iii) Specific gravity -do- One test for each source of supply ‘B’ 180/-

(Part-II)

(iv) Moisture content -do- Regularly as required ‘A’ 180/-

(Part-II)

(v) Test organic impurities -do- One test for each source of supply ‘C’ 180/-

(Part-II)

4 Cement flooring (i) Water absorption IS-1237 06 tiles out of 18 ‘B’ 180/- Sample of 18 tiles from each tiles/Terrazzo tiles (Appx’D’ sources of supply selected at

random.

(ii) Wet transverse strength -do- -do- ‘B’ 144/-

(Appx’E’)

(iii) Resistance to wear -do- -do- ‘C’ 540/-

(Appx ‘F’)

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.) LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

Ser Brief Description of Makes

No Products

1 2 3

B/R RELATED PRODUCTS

1. PVC / UPVC DOOR, WINDOW & CHOWKHAT

(a) PVC/ UPVC Door, Window (i) Kumar Arch Tech Pvt Ltd. (ii) M/s Sintex India Ltd.

and Chowkhat (iii) Polywood (iv) M/s Rajshri Plastiwood Ltd.

(v) Hindopan (vi) Marino

2. WOODEN DOORS & WINDOWS

(a) Factory made Shutters (i) MP Wood Products (ii) Doorking Kolkata

paneled / Skelton shutters (iii) M/s Ambika Timber Works (iv) M/s Premier Wood Craft (P) Ltd.

(Fly proof / Glazed) (v) M/s Jain Doors Pvt Ltd. (vi) M/s Joinery Manufacturing Co, Calcutta

(b)

Flush Door ISI Marked (i) Commander –Ajay plywood (ii)M/S Century plywood

(iii) M/s Mysore chip board Archid (iv) M P Wood Product (v) M/s Northen doors Pvt Ltd Kanpur (vi) M/S Shiv Hari plywood (Corbett ) (vii) ArchidPly Industries Ltd.

3. DOOR & WINDOW FITTINGS

(a) Automatic Door, Glass fitting (i) Toshi

(ii) Hardwin

(b) Aluminium Door & Window (i) Bharat (ii) Classic (iii) Alans

fittings (iv) Argent (v) Hettich

(c) Extruded Polished / Matt (i) Harrison (ii) Godrej

Finish Brass Builders

Hardware

(d) MS Stove Enamelled (i) Mowjee (ii) Crown

(iii) Everlite (iv) Harrison

(v) Godrej

(e) Floor Springs / Door Closers/ (i) Hardwin (ii) Godrej

Accessories (iii) Doorset

4 FALSE CEILING & PARTITION PANELING

(a) PVC False Ceiling (i) Kumar Arch Tech Pvt Ltd. (ii) Accura

(iii) Rajshri Plastiwood (iv) Saint Gobain (v) Modi Guard

(b) Calcium Silicate Board / (i) Saint Gobain (ii) India Gypsum

Calsidicor Tiles in False (iii) Lafarge (iv) Gypstone

Ceiling / Wall lining (v) Armstrong (vi) Everest

(c) Mineral Fibre False Ceiling (i) Armstrong Gyroe (Saint Gobain) (ii) Twiga Insulation

(iii) UP Twiga Fibre Glass Ltd. (iv) Lloyd Insulation

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.)

LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

(d) Metal False Ceiling (i) Armstrong (ii) Unifloors

(iii) Nittobo

(e) Cement Fibre Board Ceiling (i) Everest (ii) Lafarge

(iii) Armstrong

(f) Anodized Aluminium Partition (i) Jindal (ii) Hindalco

System with Solid / Glazed (iii) Indalco

panels

(g) Frameless Glass Partition (i) Saint Gobain Glass (ii) IAG

System / Wall Panelling

(h) PVC Partitions and Wall (i) Kumar Arch Tech Pvt Ltd (ii) Rajshri Plastiwood

Panelling

5. CUPBOARDS, CABINETS & WARDROBE

(a) PVC Kitchen (Cupboards, (i) Kumar Arch Tech Pvt Ltd. (ii) Commander

Cabinets & Wardrobes) (iii) Rajshri Plastiwood (iv) Sintex

6. PVC, GALVANIZED SHEETS, PANELLING, PARTITIONS, HUTS & BATHROOMS

(a) Rigid foam PVC sheets from (i) Kumar Arch Tech Pvt Ltd. (ii) Sintex

0.50 mm thickness to 40 mm (iii) Rajshri Plastiwood (iv) Marino

thickness

(b) Pre-laminated PVC Sheets (i) Jain Irrigation Systems Ltd. (ii) Rajshri Plastiwood

from 0.50 mm thickness to 40

mm thickness

(c) Pre-fabricated PVC Hut & (i) Kumar Arch Tech Pvt Ltd. (ii) Prestar

Bathrooms

(d) Galvanized Colour / Powder (i) NCL Alltek & Seccolor Ltd

Coated Steel Windows,

Doors, Partition and

Structural Glazing

(e) Aluminium Composite Panel (i) Alstone International

(f) Calcium Silicate Partition (i) Ramco Industries Ltd.

(g) Polycarbonate Sheets (i) Prestar Infrastructure Pvt Ltd. (ii) GE

(iii) M/s Fibreways Technology

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.) LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

7. ROOF SHEETS (i) Colour Roof (India) Ltd

(ii) Tata Bluescope Steel Ltd

(iii) Saxena Marine Tech (P) Ltd

(iv) Prestar Infrastructures Ltd

(v) Dyna Roof

8. SANITARY WARES

(a) CP Bath Fittings (i) Prayag Polymer Pvt Ltd (ii) Century (iii) Lauret

(iv) Aquel (v) Ess Ess (vi) Gem (vii) Parko

(viii) Essco (ix) Plastocraft Sanitary Pvt Ltd

(b) Wash Basins / WCs (i) Jaguar & Company Pvt Ltd (ii) Prayag (iii) Kohler

(iv) Roca (v) Cera (1st quality) (vi) Hindware (Italian Collection)

(vii) Parryware (Super Fine) (viii) Johnson Pedder

(c) SS Wash Basins / WCs (i) Diamond (ii) Nirali

(d) Stainless Steel Kitchen Sink (i) Prayag Polymer Pvt Ltd (ii) Jain Brothers Sanitation Pvt Ltd

(iii) Cera (iv) Kohler (v) Blue Star & Silver Shine

(e) PTMT Float valves / Ballcocks, (i) Prayag Polymer Pvt Ltd.

Cockroach Traps,Glass Shelfs, (ii) Polytuff

Bath Fittings

(f) SS Plate Rack (i) Suyog (ii) Prayag

(g) Kitchen Cabinets and Trolleys (i) Godrej Interio (ii) Zuari (iii) Kitchen Crafts

(iv) Kitchen Concepts (v) Dream Kitchens

(h) Conclealed Cisterns (i) Kohler (ii) Grohe (iii) Hindware (iv) Jaguar

(j) Normal or Dual-Flow PVC (i) Parryware (ii) Hindware (iiii) Cera (iv) Commander

Flushing Cistern

(k) Glass Mirror (i) Saint Gobain (ii) Modiguard (iii) Cera (iv) Zircon

(v) Prayag

(l) PVC / Acrylic Toilet Mirror (i) Parryware (ii) Polytuff (iii) Commander (iv) Cera (1st Quality)

Cabinet

(m) Stainless Steel Towel Rail / (i) Kohler (ii) Grohe (iii) Jaguar (iv) Blue Star & Silver Shine

Towel Rack / Towel Ring / (v) Cera

Soap Dish / TPH, etc

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.) LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

(n) Toilet Seat Cover (i) Commander (ii) Parryware (iii) Cera (1st Quality)

(iv) Hindware (v) Jaguar

(o) Shower Panels (i) Grohe (ii) Kohler (iii) Jaguar & Company Pvt Ltd.

(iv) Lauret

(p) Bath Suites (i) Kohler (ii) Grohe (iii) Jaguar

(q) Glass WHB (i) Zircon (ii) Sparkle Glass (iii) Seabird

(r) Glass Frameless Shower (i) Cera (1st Quality) (ii) Hindware (iii) Jaguar (iv) Lauret

Enclosures / Cubicles

(s) Glass Urinal Partitions (i) Kesar

9. PAINT / DISTEMPER / POLISH / VARNISHES

(a) Acrylic Washable Distemper (i) Jotun India Pvt Ltd. (ii) Jadoo (Bergar) (iii) Nerolac

(iv) Velvet , Acrylic distemper (Crimson Paints Pvt Ltd)

(v) Asian Paint Ltd

(b) Plastic Emulsion Paint (i) Jotun India Pvt Ltd (ii) Silk (Berger) (iii) Dulux Velvet Touch

(ICI) (iv) Shalimar Paints(v) Asian Paint Ltd (vi) Nerolac Paints Ltd

(c) Synthetic Enamel / Acrylic (i) Shalimar Paints Ltd (Superlac) (ii) Apcolite (Asian)

Paint (iii) Luxol (Berger) (iv) Jenson &Nicholson Paints Ltd. (Borolac)

(v) Jotun India Pvt Ltd

(d) Cement Base Paint (i) Snowcem Plus (ii) Berger Paints

(iii) Asian Paint (Gutucam) (iv) Jotun India Pvt Ltd (v) Crimocem

Super cement paints.

(e) Exterior Acrylic Emulsion (i) Asian Paint Ltd (Appex Ultima) (ii) Shalimar paints Ltd (Extra

Weather Coat Paint Maxium Ultra) (iii) Berger Paints Ltd (Weather Coat) (iv) Dulux

(v) Royal Acrylic (Crimson Paints Pvt Ltd) (vi) Jotun India Pvt Ltd.

(f) French Polish (i) Jotun India Pvt Ltd. (ii) Berger (iii) J&N (iv) Asian

(g) Thermoplastic Road Marking (i) Asian Apcomark (ii) STP (iii) Shalimar Paints Ltd

Paint / Retro-Reflective Paint (iv) Berger Paints Ltd (v) Jenson &Nicholson Paints Ltd. (Borolac)

(vi) Jotun India Ltd.

(h) Water Based Road Marking (i) Jonson & Nicholson Paints Ltd (ii) Berger Paints Ltd (iii) Asian

Paint Paint Ltd (Apcotrak) (iv) Shalimar Paints Ltd (v) Jotun India Pvt

Ltd.

(j) Acid Resistant Paint (i) Jotun India Pvt Ltd. (ii) Asian (iii) Berger

(k) Epoxy Paint / Polyurethane (i) Jotun India Pvt Ltd. (ii) Fosroc (iii) Pidilite

Paint (iv) Asian (v) Berger (vi) Jenson &Nicholson Paints Ltd.

(Borolac)

(l) Black Bituminous Paint (i) Asian (ii) Berger

(m) White Cement / Wall Putty (i) Berger (ii) J&N (iii) Birla Laval Plast

(iv) Shalimar Paints (v) Asian Paints

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

10. PLY BOARD / MDF & MDF BOARDS

(a) Plywood / Pre-laminated (i) Greenply Industries Ltd ( Ply & Board Division). (ii) Kitply

Plywood / Marine Plywood / (iii) Century (iv) National Plywood Indus Pvt. Ltd (v) Archid Ply

Veneered Decorative Plywood

/ Structural Plywood / Fire

Retardent Ply wood

(b) Veneered Plain Particle Board (i) Greenply Industries Ltd. ( Ply & Board Division) (ii) Kitply (iii)

/ Pre-laminated particle board Anchor (iv) Bhutan Board (v) Novapan (vi) Associate Decor

(c) Fire Insulation Board (i) Everest

(d) Gypsum Board (i) Laffarge (ii) Gysum India Ltd.

(e) Cement Bonded Particle (i) NCLS Bison

Board (Plain / Prelaminated)

(f) MDF / HDF Boards (i) Greenply Industries Ltd ( Engineered Panel Division). (ii) Balaji

Action Buildwell (iii) Novapan (iv) National (v) Kitply

11. TILES

(a) Glazed Vitrified Floor Tiles, (i) Kajaria Ceramic Ltd. (ii) Asian Granito India Ltd.

Polished Vitrified Floor Tiles, (iii) Nitco (iv) Somany CeramicsLimited

Ceramic Glazed Wall Tiles, (v) Varmora Granito Pvt Ltd. (vi) M/s H&R Johnson India.

Ceramic Glazed Floor Tiles, (vii) Orient Bell Ltd

Wall Tiles, Floor and Wall

Tiles of different sizes and

types

(b) Precast Concrete (i) Anjali Tiles (ii) Ultra Tiles Pvt Ltd (iii)Terra Firma (iv) Ecco

Interlocking Paving Blocks Scope (v) Mehtab Tiles

(vi) Locally available best quality confirming to IS 15658:2001

(c) Precast Plain / Chequered (i) Ultra (ii) Bansal (iii) Nitco (iv) Anjali

Cement Tiles for flooring (v) Multiwyn

(vi) Locally available best quality confirming to IS 13801:1993

(d) Precast Terrazzo Tiles for Flooring (i) Johnson (ii) Ultra Tiles Pvt. Ltd (iii) Nitco

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.) LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

(e) Wooden Laminated Floor (i) Vista (ii) Pergo (iii) Haro

Tiles/ Parquet Tiles

(f) Glazed Mosaic Tiles (i) Hindustan Tiles (ii) Johnson (iii) Ultra Tile Pvt Ltd.

(iv) M/s National Tiles & Industries (v) Coral (vi) Ceco

(g) Heavy duty exterior Vitrified (i) Johnson (Endura) (ii) Multiwyn (iii) Century

tiles (iv) Cristal (v) Somany (Durastone) (vi) Orient bell Ltd

(h) Glazed Porcelain Elevation (i) Century Porselato (ii) Porselato (iii) Porcelain

Wall Tiles (iv) Crystal Porcelain

(j) Acid resistant Vitrified tiles (i) Johnson (Endura) (ii) Somany (Durastone)

(k) Metallic Floor hardener for (i) Ironite (ii) Stillonite (iii) Hardonate

wear-proof topping

(l) Non-metalic Floor Hardener (i) Fosroc (ii) Fibrex (iii) Sika (iv) BASF

(m) Epoxy resin/Polyurethane (i) Sika (ii) Fosroc (iii) BASF (iv) Pidilite Industries

based floor coating

12. TILE ADHESIVE (i) Pidilite Industries Ltd (ii) Somany Ceramics Limited (iii) Kajaria

(iv) Latecrete

13 STEEL AND ALUMINIUM JOINERY (DOOR / WINDOWS / GRILLS / MESH / CUP BOARD /

SHUTTERS / SHELVES etc.

(a) Pressed Steel Frames/ Doors (i) Steel Engineers (ii) AVA Steel Industries.

/ Windows/ Ventilators (iii) Sen- Harvic (iv) AGEW Steel Manufacturers Pvt Ltd

(v) Aswini & Sons,E-15 Patel Nagar II, Ghaziabad (vi) M/S Multiwyn Industries Corpn Calcutta

(b) Anodised / Powder Coated (i) Jindal (ii) Hindalco (iii) Ajit India (iv) Indal

Aluminium Frames

(c) Aluminium Doors / Windows (i) Jindal (ii) Hindalco (iii) Balco (iv) M/s Modern Fabricator

(Solid / Glazed Panel) (v) M/s Alumilite Pvt Ltd Dhiraj (vi) Ajit India Pvt Ltd.

(d) Frameless Glass Doors (i) Kesar (ii) Super Aluminium (iii) Haresh Aluminium

(e) Metal Rolling Shutters and (i) Steel Engineers (ii) AVA Steel Industries.

Rolling Grills / Collapsible (iii) Sen- Harvic (iv) AGEW Steel Manufacturers Pvt Ltd

Gates

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.) LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

14. WINDOW GLAZING, GLASS SHELVING, GLASS URINAL PARTITIONS

(a) Plain Sheet Glass / Float (i) Saint - Gobain Glass (ii) Modiguard Float Glass

Glass / Frosted Glass (iii) Asahi India (iv) Hindustan Plikington Glass

(v) Triveni Float Glass (vi) IAG

(b) Toughened Glass /Laminated (i) Safex (ii) Saint - Gobain Glass (iii) Modiguard Float Glass

Glass (iv) Kesar (v) Asahi India (vi) Atul Tuf

(vii) Hindustan Plikington Glass Work (viii) Triveni Float Glass

(c) Solar Control and Thermal (i) SGG EVO (ii) Evolite (iii) Envision

Insulations Glass

(d) Wired Glass (i) Saint - Gobain Glass (ii) Modiguard Float Glass

(iii) Triveni (iv) Safex (v) Atul Tuf

(vi) Hindustan Plikington Glass Works (vii) Kesar

(e) Black Painted Glass Tiles (i) Kesar (ii) Marvel

(iii) Dreamwalls Colour

Glass

(iv) Paladio (v) Italia (vi) Mridul (vii) Mehtab Tiles

(f) Tinted / Coloured Glass (i) Saint - Gobian (ii) Modi Guard

(g) Glass Tops Shelves (i) Kesar (ii) Ozone (iii) Sparkle Glass

15. ROAD FURNITURE

(a) Cat Eyes / Studs (Metal (i) 3 M (ii) Dark Eye

Plastic) / Rumble Strips

/Speed Breakers

(b) Delineators / Road Barriers (i) 3 M (ii) Dark Eye

(c) Road Signage (i) 3 M (ii) Dark Eye

16. HDPE / LDPE WATER (i) Sintex (ii) Polycon (iii) Oriplast (iv) Jindal

TANK

17. SEWAGE DISPOSAL

(a) UPVC/PPR/HDPE Pipes for (i) Jain Irrigation (ii) Kisan (iii) Prince (iv) Supreme (v) Finolex

Sewerage (vi) Oriplast (vii) Diplast.

(b) RCC Pipes (NP2) Any ISI marked makes

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

]

PARTICULAR SPECIFICATIONS (CONTD.) LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

18. MISCELLANEOUS ITEMS

(a) CI centrigally Cast (Spun) (i) Neco Centri (ii) BIC (iii) Electro Steel (iv) AIC (v) PIC

Pipes & Fittings (vi) Jai Balaji Industries (vii) Sri Kalahasti Pipes Ltd

(b) PVC Soil / Waste / Rain Water (i) Jain Irrigation (ii) Kisan (iii) Supreme (iv) Prince

(SWR) Pipes and Fittings (v) Anant (vi) Oriplast

(c) CPVC / UPVC Pipes and (i) Astral (ii) Ashirwad Flowguard (iii) Kisan (iv) Reliance

Fittings (Water & Sewerage) (v) Supreme (vi) Prince

(d) HDPE Pipes and Fittings (i) Kisan (ii) Jain Irrigation (iii) Supreme (iv) Prince

(Water) (v) Oriplast (v) Ajay Flow

(e) Brass Ball (Float) Valves (i) Leader (ii) Kirloskar (iii) Zoloto

(f) PGI Sheet (i) Tata (ii) Jindal (iii) Sail

(g) CI Manhole Covers (i) AIC (ii) PIC

E/M RELATED PRODUCTSz

1. LT WIRES & CABLES

(a) PVC Insulated Cable upto (i) Polycab (ii) Havells India Ltd. (iii) RR Kabel Ltd.

1100 Volts Copper / (iv) Finolex (v) Nicco (vi) KEI

Aluminium Conductor

sheathed / unsheathed as per

IS 694 : 1990

(b) PVC / XLPE insulated PVC (i) Polycab (ii) Havells India Ltd. (iii) Gloster Cables Ltd

sheathed heavy duty (iv) KEI Industries Ltd. (v) Asian Cable (vi) Finolex

armoured / unarmoured

cables upto 1100 Volts,

Aluminium / Copper

Conductors, Solid / Stranded

as per IS 1554 Pt 1 : 1998 &

IS 7098 Pt 1 : 1988

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.) LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

2. HT XLPE Cables (i) Havells India Ltd. (ii) Gloster Cables Ltd (iii) KEI Industries Ltd.

(iv) Asian (RPG) (v) CCI (vi) Polycab (vii) Universal

3. PIPES CI, DI & CI PIPES

(a) CI Pipes (i) Electrosteel (ii) Kesoram (iii) Tisco

(b) DI Pipes with ISI marks in (i) Jindal Saw Ltd. (ii) Electro steel Casting Ltd. (iii) Tata Metaliks

range of 80 mm to 1000 mm (iv) Tata Kabuto

(except DN 125 mm & 750

mm) of Class K7 , K8, K9

conforming to IS 8329/2000

(c) ERW MS pipes / GI Pipes / (i) Surya Roshni Ltd. (ii) Tata (iii) Jindal Steel (iv) Prakash

Fittings

4. PVC, UPVC & HDPE PIPES & FITTINGS

(a) PVC Pipes & Fittings (i) Kisan Mouldings Limited. (ii) Ori-Plast (iii) Supreme

(iv) Prince (v) Finolex

(b) UPVC / CPVC / RWP (i) Ori-Plast (ii) Supreme (iii) Prince (iv) Finolex

(c) UPVC Casing for Bore well (i) Kisan Mouldings Limited.

Pipes

(d) UPVC/PPR/HDPE Pipes & (i) Kisan Mouldings Limited.

Fittings

5. PVC (SWR) Pipes (i) Kisan Mouldings Limited. (ii) Supreme (iii) Prince

6. PPR Pipes & Fittings (i) Savoir- Faire Manufacturing Co Ltd (ii) Reliance (iii) Vectus

(iv) Finolex (v) Supreme

7. Other Cat of Pipes

(a) Composite Pipes/ASTM (i) Kisan Mouldings Limited (ii) Jain Irrigation Systems Ltd

Plumbing Pipes/

(iii

) Savoir- Faire Manufacturing Co Ltd

Summersible Pipes /Micro

Irrigation Pipes Casing

Pipes/Under Ground

Drainage Pipes Hot & Cold

Water Distribution system

8. Conduit Steel ERW (i) Tata (ii) Jindal (iii) Kalinga (iv) BEC

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.) LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

9. Conduit PVC (i) Presto Plast (ii) Finolex (iii) Indo American Electricals Ltd

(iv) Kalinga Gold (v) Richa Cables Pvt Ltd (vi) Plaza

10. PVC casing caping (i) Presto Plast (ii) Finolex (iii) Kalinga (iv) Payal

(v) Plaza

11. LIGHT FITTINGS / LAMPS

(a) Flame Proof fittings (i) Bajaj (ii) Crompton Greaves (iii) Sudhir

(b) Fluorescent Tube light / CFL (i) Philips (ii) Crompton Greaves (iii) Havells

Fittings (iv) Surya Roshni Ltd. (v) Bajaj (vi) Wipro (vii) C&S Electric Ltd

(c) FTL / CFL / PLS / HPSV / (i) Philips (ii) Crompton Greaves (iii) Havells

HPMV / Metal Halide Fittings/ (iv) Surya Roshni Ltd. (v) Bajaj (vi) Wipro (vii) C&S Electric Ltd

Lamps (Outdoor Lighting)

(d) LED Light Fittings External (i) Philips (ii) Havells India Ltd. (iii) Surya Roshni Ltd.

/Internal (iv) Wipro (v) GE (vi) Bajaj (vi) Century Led (vii) HPL

12. Switch Fuse / Change (i) L&T (ii) Legrand (iii) ABB (iv) Siemens (v) GE (vi) C&S

over Switch Electric Ltd (vii) Schneider (viii) Havellls India Ltd

13. MCB, RCCB, RCBO & (i) Legrand (ii) Hager (iii) Siemens (iv) ABB

Distribution boards for (v) Schneider (vi) GE (vii) C&S

MCBS

14. MCCB & Air CB (i) Legrand (ii) L&T (iii) Siemens (iv) ABB (v) C&S (vi)

Schneider (vii) GE

15. Switches / Buzzer / (i) Havells (ii) Anchor (iii) Legrand (iv) Schneider

Socket / Bell / Ceiling

Rose / Regulator Piano

Type

16. Switches / Sockets, (i) Havells (Crabtree) (ii) Anchor (Woods) (iii) Legrand

Regulator Modular type (iv) RR Kabel Ltd. (v) M K Honey Wall (vi) Schneider (viii) C & S

Electric Ltd

17. SUB STATION / TRANSFORMER

(a) Power Transformer 33/11 (i) BHEL (ii) ABB (iii) Siemens (iv) Andrew Yule (v) Alston

KV (vi) Schneider (viii) Bharat Bijlee

(b) Transformers 11 KV, (i) Voltamp (ii) Siemens (iii) Crompton Greaves (iv) Alston

Distribution Type Step (v) Schneider (vi) ABB (viii) Bharat Bijlee

Down / UP < 400 KVA

(c) Transformers 11 KV, (i) BHEL (ii) ABB (iii) Siemens (iv) Areva T&D

Distribution Type Step Down /

UP >400 KVA (v) Schneider (vi) Crompton Greaves

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.) LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

(d) Packaged / Unified Sub (i) BHEL (ii) ABB (ii) Siemens (iv) Andrew Yule

Station (v) Schneider (vi) Crompton Greaves

(e) Vacuum CB & SF6 (11 KV (i) BHEL (ii) ABB (iii) Areva T&D (iv) Siemens

& 33 KV) & Ring Main Units (v) Andrew Yule (vi) Schneider

(f) Current & Potential (i) AE (ii) English Electric (iii) Crompton Greaves

Transformers (LT & HT) (iv) Areva T&D (iv) Schneider

18. Electronic Energy Meter (i) Siemens (ii) L&T (iii) Havells India Ltd. (iv) HPL India

(Temper Proof with Ltd. (v) Schneider

Optical Port)

19. Electrical (i) Havells India Ltd. (ii) HPL India Ltd. (iii) L&T (iv) AE

Instrumentation / (v) Schneider (vi) BCH

Measuring Instruments

Digital / Analog /

Energy Meters

/Voltmeter / Ammeter

20. Water Heater (Geyser) (i) Bajaj (ii) Usha (iii) Crompton Greaves (iv) Jaquar &

Company Pvt Ltd

21. Energy Saver MEGA Energy Solutions

22. Exhaust / Ceiling Fans / (i) Crompton Greaves (ii) Havells (iii) Bajaj (iv) Almonard

Air Circulators / Wall (v) Orient

Mounting

23. Capacitor Bank / APFC (i) ABB (ii) Siemens (EPCOS) (iii) L&T (iv) BCH

Panel (v) Schneider

24. Thermoplastic Street (i) Hensel (ii) Sintex Industries Ltd. (iii) C & S Electric Ltd

Light Junction Box / DB

25. Nature Switch / Street (i) Legrand (ii) L&T (iii) Bajaj (iv) Schneider

Light Timer

26. LT Switch Board Panel (i) Schneider (ii) L & T (iii) ABB (iv) Havells (v) C & S Electric

(Indoor Wall Mounted Ltd

Prewired)

27. LT Control Panel / (i) L&T (ii) Milestone (iii) Advance (iv) Unilec (v) C & S

Feeder Pillar Box Eelctric Ltd (vi) Schneider

28. Steel Tubular Poles (i) Jindal Steel (ii) National Tubing Co. (iii) Bombay Tube &

Store (iv) Calcutta Poles & Tubes

29. Cable Joint LT & HT Hot (i) M-Seal/3 M (ii) Dension (iii) Raychem

and Cold Shrinkable

30. Air Break Switches / HT (i) Pactil (ii) BHEL (iii) Jaypuria Brothers

Isolators /Gang

Switches

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.) LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

31. DSC / Pin type (i) BHEL (ii) Jaypuria Brothers (iii) Pactil

Porcelain Insulators (iv) Southern Insulators

32. Diesel Generating Set (i) Kirloskar Green (ii) Cummins (iii) Ashok Leyland

Engines (iv) Greavs Cotton

33. Alternators (i) Alstom (ii) Crompton Greaves (iii) Kirloskar Electric

(iv) Siemens (v) Bharat Bijlee

34. Lightning Arrestors (i) Oblum (ii) Elpro (iii) BHEL (iv) Areva T&D (v) Jaypuria

(Station Class) Brothers

35. ACSR Conductor (i) Indian Aluminum Ltd. (ii) Alind (iii) Bharat Conductors

36. Single Phase Preventor (i) ABB (ii) BCH (iii) L&T (iv) Siemens (v) C&S Electric

/ Contactors / Thermal Ltd (vi) Schneider

Overload Relay

37. Battery Maintenance (i) Exide (ii) Amco (iii) Nicco (iv) Amaron

Free

38. Battery Charges (i) Escorp (ii) Su-Kam (iii) Microtek

39. Servo Control LT (i) Voltamp (ii) APLAB (iii) Andrew Yule (iv) Brentford ,

Voltage Stabilizer (v) AE (vi) Vintek (Brand Name-Volina)

40. HT Voltage Stabilizer (i) Andrew Yule (ii) Brentford (iii) APLAB

(11 KV)

41. Indicator Lamp / (i) L&T (ii) Siemens (iii) GE (iv) RR Micro (v) BCH

Selector Switch (vi) Schneider

42 Sluice / Reflux / Air (i) Kirloskar (ii) Leader (iii) Zoloto (iv) Audco

Release / Foot / Non (v) Venus (vi) Upadhyaya

Return Valve

43 Dol / Star-Delta Starter (i) BCH (ii) Siemens (iii) L&T (iv) ABB (v) Schneider (vi)

C&S

44. Submersible Cable (i) Finolex (ii) Havells (iii) RR Kabel (iv) Polycab

45. Centrifugal Pumps (i) Crompton Greaves (ii) Kirloskar (iii) KSB

46. Submersible Pumps (i) Crompton Greaves (ii) Calama (iii) KSB (iv) Kirloskar

47. Bleaching Dozer (i) Ion Exchange (ii) RMCO (iii) Avon (iv) Aquapura

(v) Malc-India

48 Chloronome Plant / (i) Aqua (ii) Pearl Filters (iii) Jesco (iv) Advance - 2000

Chlorinator

49 Electric Motors (i) Crompton Greaves (ii) Siemens (iii) ABB

(iv) Kirloskar Electric (v) Havells

50 Monoblock Pumps (i) Crompton Greaves (ii) Kirloskar (iii) KSB

51 Chiller Units / (i) Blue Star (ii) Voltas (iii) York (iv) Kirloskar (v) Carrier

Compressors, Scroll / (vi) Daikin (vii) Trane

Screw Type

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD.) LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

52 Condenser & Chiller (i) Crompton Greaves (ii) Kirloskar (iii) ABB

Pumps

53 Cooling Towers (i) Paharpur (ii) Mihir (iii) Delta

54 Cooling Coil / AHU (i) Blue Star (ii) Voltas (iii) Zeco (iv) Llyod

55 Filters (i) Blue Star (ii) Airtech (iii) Thermodyne

56 Balancing Valves (i) Leader (ii) Audco (iii) C&R (iv) Advance

57 Refrigerant Controls (i) Sporlan (ii) ALCO (iii) Honeywell (iv) Danfoss

(v) Jhonson Control

58 Stainer (i) Rapid Control (ii) Emberland (iii) Sant

59 Insulation Crosslink (i) Torcellen (ii) Paramount (iii) Thermoflex

Polyethelene with

Adhesive

60 Thermometers / (i) Hguru (ii) Taylor (iii) Fiebig

Pressure Gauges

61 Thermostat, Humidistat (i) Honeywell (ii) Jhonson Control (iii) Danfoss

(iv) Siemens

62 Actuators (i) Siemens (ii) Rapid Control (iii) Honeywell

63 Heaters (i) Daspass (ii) Recold (iii) Bajaj

64 Thermostatic Expansion (i) Siemens (ii) Honeywell (iii) Danfoss

Valve

65 Grills / Diffusers / Fire (i) Caryaire (ii) Mapro (iii) Conaire

Dampers

66 Split Type AC/Package (i) Blue Star (ii) Voltas (iii) Hitachi (iv) Darkin

Type AC/ Window Type (v) Carriers

AC

67 Fire Pump (i) Crompton Greaves (ii) Kirloskar (iii) KSB

68 Fire Hose Reel (i) Minimax (ii) Firex (iii) Safex

69 Stand Post Type (i) Minimax (ii) Firex (iii) Safex

Hydrant

70 RRL Hose Pipe (i) Dunlop (ii) Cosmos (iii) Jayshree

71 Sprinkler Head (i) Minimax (ii) Tyco (iii) Ceasefire (iv) Safex

72 Pressure Switch (i) Siemens (ii) Honeywell (iii) Danfoss

(iv) Schneider (v) Rapid Control

73 Fire Extinguisher (All (i) Minimax (ii) Firex (iii) Newage (iv) Cease Fire

Type )

CA.NO.GE (N)/ BIN/ 2020-2021 SERIAL PAGE NO.

PARTICULAR SPECIFICATIONS (CONTD…..) LIST OFPRODUCTS TO BE INCORPORATED INWSORKS

74 Single Head Landing (i) Minimax (ii) Safex (iii) Superex

Valves three/four way

brigade inlet, hose reel

drum and shut off

nozzle, aluminium

branch pipe

75 20mm dia Rubber Pipe (i) Jyoti (ii) Dunlop (iii) Minimax

76 Hooter (i) Safex (ii) Honeywell (iii) Minimax

LIST OF APPROVED PRODUCTS : E-IN-C’ BRANCH (CIVIL CONSTRUCTION

PRODUCTS)

1. Road Marking Material (i) M/s STP Limited (ii) M/s Tiki Tar Industries (Baroda)

Limited

(iii) M/s Choksey Pvt Ltd

2. Water Proofing (i) M/s Apurva India Limited, Mumbai

Chemical/Materials (ii) M/s Shivam Tar Products

(iii) M/s BASF India Limited (Construction Chemical Division)

(iv) M/s Sika India Pvt Ltd (v) M/s Maruti Bitumen Pvt Ltd

(vi) M/s Fosroc Chemicals (vii) M/s STP Limited

(viii) M/s Chouksey Chemicals Pvt Ltd.

(ix) M/s Tiki Tar Danosa (India) Private Limited

3. APP Membrane (i) M/s Sika India Pvt Ltd (ii) M/s STP Limited

(iii) M/s Fosroc Chemicals (iv) M/s Bengal Bitumen

(v) M/s IWL India Limited

SIGNATURE OF CONTRACTOR AGE (Contracts)

DATE: _____________________ For ACCEPTING OFFICER