GE (U)/AMB/08/2018-19 SERIAL PAGE No - Amazon AWS

49
GE (U)/AMB/08/2018-19 SERIAL PAGE No: MILITARY ENGINEER SERVICES CA NO : GE (U)/AMB/08/2018-19 : REPAIR/REPLACEMENT OF DEEP TRUNK LINE INCLUDING MANHOLES IN SECTOR ‘A’, ‘B’ & ‘C’ UNDER GE (U) AMBALA INDEX SHEET S.No Particulars Page Nos 1. Index Sheet : 2. Tender Forwarding letter : 3. Instruction for quoting the tender : (Annexure of tender forwarding letter) 4. Notice of tender including Appx ‘A’ : 5. Tender for item rate contract for work by measurement : based on IAFW-1779-A 6. General condition of contracts (IAFW-2249 (1989 Print) including : errata/amendments thereto. 7. Schedule of minimum fair wages. : 8. Special Conditions : 9. Particular specifications including Appendix ‘B’ : 10. List of drawings including clarifications, if any : 11. Errata / Amendment to the tender documents. : 12. Relevant correspondence. : 13. Acceptance letter : B. DRGS. Drgs. Sheets Total Pages : ____________________ (Signature of contractor) AGE (Contracts) For Accepting Officer

Transcript of GE (U)/AMB/08/2018-19 SERIAL PAGE No - Amazon AWS

GE (U)/AMB/08/2018-19 SERIAL PAGE No:

MILITARY ENGINEER SERVICES CA NO : GE (U)/AMB/08/2018-19 : REPAIR/REPLACEMENT OF DEEP TRUNK LINE INCLUDING MANHOLES IN SECTOR ‘A’, ‘B’ & ‘C’ UNDER GE (U) AMBALA

INDEX SHEET

S.No Particulars Page Nos

1. Index Sheet : 2. Tender Forwarding letter : 3. Instruction for quoting the tender : (Annexure of tender forwarding letter) 4. Notice of tender including Appx ‘A’ : 5. Tender for item rate contract for work by measurement : based on IAFW-1779-A 6. General condition of contracts (IAFW-2249 (1989 Print) including : errata/amendments thereto. 7. Schedule of minimum fair wages. : 8. Special Conditions : 9. Particular specifications including Appendix ‘B’ : 10. List of drawings including clarifications, if any : 11. Errata / Amendment to the tender documents. : 12. Relevant correspondence. : 13. Acceptance letter : B. DRGS. Drgs. Sheets Total Pages : ____________________ (Signature of contractor) AGE (Contracts) For Accepting Officer

GE (U)/AMB/08/2018-19 SERIAL PAGE No: Garrison Engineer (U) Ambala Cantt-133 001 8118/08/ /E8 26 Jun 2018 M/s _______________ ___________________ ___________________

CA NO : GE (U)/AMB/08/2018-19 : REPAIR/REPLACEMENT OF DEEP TRUNK LINE INCLUDING MANHOLES IN SECTOR ‘A’, ‘B’ & ‘C’ UNDER GE (U) AMBALA 1. Tender documents in respect of above work are uploaded on the site www.eprocuremes.gov.in. The tender is on single stage two cover/two stage two cover/three cover e-tendering system. The contents of Cover I & Cover II are specified in NOTICE OF TENDER. 2. Bids will be received online. Fee/ PreQual/ Technical bid (cover 1) and financial bid (cover 2) are to be uploaded online as per the dates mentioned in NIT or website. Cover 1 will be opened as per the critical dates reflected in web site for evaluation of applications. The date of opening of price bid (cover 2) will be informed online to the selected applicants. 3. Your attention is invited to ‘Instructions to Tenderers’, on “eprocuremes.gov.in” portal, which shall be strictly complied with. 4. The rates quoted by the contractor shall be deemed to be inclusive of all taxes viz GST, duties, Royalties, Cess & other levies payable under the respective Statutes, if any applicable as on end date of Bid Submission of tender. For details, refer Special Condition 28 of this Tender. It may be noted that conditional tender regarding this aspect and/or on any other account will not be considered and shall be liable to be REJECTED. 5. Bidders shall also ensure that they are holding “GST Registration Number from concerned Authority”. Bidders are advised to note that this shall be one of the mandatory criteria for qualifying in ‘T’ bid and shall be uploaded alongwith other documents. Bidders Non –uploading same shall be disqualified in ‘T’-evaluation and their finance bid shall not be opened. 6. Bidders shall ensure that they are holding “Provident Fund Code Number”, if applicable and they shall also ensure compliance of the EPF & MP Act, 1952. Work Order shall be placed only on furnishing requisite confirmation by the Contractor that the same is not applicable to them or otherwise provide copy thereof. Bidders are advised to note that this shall be mandatory requirement before placing Work Order. In case the Contractor delays in furnishing requisite confirmation or otherwise provide copy thereof, date of Commencement shall be fixed from fifteenth day of AOC. 7. In case the BOQ is revised by the Department and the bidder has failed to quote in revised BOQ (i.e. he has quoted in previous BOQ), such bid shall be treated as wilful negligence by the bidder and his quotation shall be considered as non-bonafide. In such cases the lowest tender shall be determined by the lowest amount amongst the valid/bonafide bids only. 8. This letter and instructions mentioned in Para 5 above, shall form part of the tender documents. Yours faithfully, SIGNATURE OF CONTRACTOR SIGNATURE OF OFFICER ISSUING THE TENDER DATED: ______________

GE (U)/AMB/08/2018-19 SERIAL PAGE No:

ANNEXURE TO FORWARDING LETTER 1. Earnest Money 1.1 If you are not enlisted as an approved contractor with any MES formation or if you are enlisted but have not deposited the standing security, you are required to submit your tender with sum of Rs. (See Appendix ‘A’) as earnest money in the form of call deposit receipt from a scheduled bank in favour of the GE (U) Ambala. (See Appendix ‘A’ to Notice of tender). The scanned copy of the same in the pdf file is to be uploaded at the time of applying for the bid. 1.2 Any tender/Bid not accompanied by earnest money in the prescribed form will be treated as non-bonafide and will not be considered for acceptance. 2. Individual Security Deposit/Additional Security Deposit : In the event of your tender being accepted the amount of individual security “or” Additional Security shall be calculated as per standing instructions which can be seen in any of the MES office. 3. The printed form of General conditions of contract, IAFW-2249 (1989 print) and errata/amendments thereto forming part of the tender documents can be seen by tenderer in any of the MES offices during office hours. Tenderers will be deemed to have full knowledge of IAFW-2249 with up to date errata and amendments whether they study the same or not. 4. It shall be noted that any tender which proposes any alteration to any of the conditions and/or specifications and/or other provisions laid down in these documents and/or which proposes other conditions of any description what so ever is liable to be rejected. 5. Tenderers are required to quote their tender carefully so as to submit an accurate and bonafide tender. No subsequent offer for reduction in the rates as a pretext of error/mistake in estimate or in quoting the tender will be entertained after opening of tender from any of the tenderers other than the lowest tenderer. Please note that any offer or reduction from contractor other than the lowest tenderer after opening of the tender will be viewed seriously and will call for severe disciplinary action against such contractor by the Department for a minimum period of one year and in addition any other action as deemed necessary by the department against such contractor. 6. GUIDELINES / PROCEDURE TO BE FOLLOWED IN THE PROCESS OF E -TENDERING 6.1 It is mandatory for all the bidders to have class-III digital signature certificate (in the name of person who will sign the Application) from any of the licensed certifying agency (Bidders can see the list of licensed CAs from the link www.cca.gov.in to participate in e-tendering process. 6.2 There is no physical supply of tender documents. The bidders, participating in procurement solution, can view / download the tender documents from the www.eprocuremes.gov.in. The bidder shall submit their offer online in electronic formats, however DD / banker cheque for Tender Fees, and EMD required to be submitted manually in the office of GE (U) Ambala as done in conventional tender, before date & time of opening of bid (first stage) and scanned copy of DD/Banker's Cheque for Tender Fees, EMD etc must also be uploaded at www.eprocuremes.gov.in. 6.3 The tender to be submitted online at www.eprocuremes.gov.in by due date and time as mentioned in NIT, which shall form the part of the contract document. The bidders who are desirous of participating in 'e' procurement shall submit their price bids in the standard formats prescribed in the Tender documents, displayed at www.eprocuremes.gov.in The bidder should upload the scanned copies of all the relevant certificates, documents etc. in the www.eprocuremes.gov.in in support of their price bids. The bidder shall sign on all the statements, documents, certificates, uploaded by him, owning responsibility for their correctness / authenticity. 6.4 The Price Bids will be opened online by the opening officer / officers at the specified date & time and the result will be displayed on the www.eprocuremes.gov.in, which can be seen by all the bidders who participated in the tenders. If the office happens to be closed on the date and time of bid opening as specified OR due to some unforeseen reason (s), the bid could not be opened on the date and time of bid opening as specified, the bid will be opened on the next working day on same venue and on the time as decided by the accepting officer without assigning any reason. No claim will be entertained on this account. 6.5 The bidders have two options to participate in tendering process at the time of opening of Bids : (i) Bidders can come at the place of opening of bids (electronically) as done in the conventional tender process or (ii) Bidders can visualize to process online. 6.6 The concerned officer/officers will evaluate and process the tenders as done in the conventional tenders and will communicates the decision to the bidder online / by registered post. After the award of the contract, an agreement shall be signed as done in Conventional Tenders. 6.7 No physical form of tender will be accepted in any MES office anywhere and shall be summarily rejected. The department does not take any responsibilities for non availability of internet connection or network traffic jam etc for online bid at any stage. The MES will not be responsible for any error like missing of schedule data while downloading by the Bidder. No claim will be entertained on this account.

GE (U)/AMB/08/2018-19 SERIAL PAGE No:

ANNEXURE TO FORWARDING LETTER (CONTD…) 6.8 One bidder can submit only one bid for one work/project. If a bidder will submit more than one bid, his bids will be summarily rejected. 6.9 The tender for the works shall remain open for acceptance for a period of sixty (60) days from the date of opening of tenders. If any lowest tenderer revoking his offer / tender or revising his rates upward (which will be treated as revocation of offer), before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money as aforesaid. 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, failing which the amount shall be recovered from payment due to such Contractor or shall be adjusted from his Standing Security Deposit. Participation for further tender to such tenderer (s) shall also remain suspended till the aforesaid Earnest money is deposited in the Govt Treasury. Further the tenderer shall not be allowed to participate in the retendering process of the work. 6.10 In case any tempering/alteration is noticed between the documents as uploaded at the time of submission of the bid online and the original one as uploaded by the office of GE(U) Ambala, then the bid submitted shall become invalid and the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money as aforesaid. 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, failing which the amount shall be recovered from payment due to such Contractor or shall be adjusted from his Standing Security Deposit. Participation for further tender to such tenderer (s) shall also remain suspended till the aforesaid Earnest money is deposited in the Govt Treasury. Further the tenderer shall not be allowed to participate in the re-tendering process of the work. 6.11 The bidder should keep checking the website www.eprocuremes.gov.in for any Errata/Amendments to tender documents/price bid till the date and time of online submission of price bid and bidder must incorporate them in their bid documents. 6.12 Before deadline for submission of bids, the department can modify the bid document(s) by issuing addenda/corrigenda. Any addendum/corrigendum thus issued shall be part of the bidding documents and shall be uploaded on the website as a corrigendum. To give prospective bidders reasonable time to take an addendum/corrigendum into account in preparing their bids, the department may, at his discretion, extend as necessary the deadline for submission of bids. However, no claim will be entertained on this account. 7. Your attention is drawn to the official secret Act, particularly section 5 thereof for compliance. 8. The Accepting Officer reserves right to accept a tender submitted by a public under taking giving a price 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 tenderer (s) whose tender may be rejected on account of the said policy. 9 These instructions shall form part of the contract documents and shall be signed alongwith the tender documents during signing of contract agreement. CONTRACTOR SIGNATURE OF OFFICER DATED : _______ ISSUING THE TENDER

GE (U)/AMB/08/2018-19 SERIAL PAGE No:

MILITARY ENGINEER SERVICES NOTICE OF e-TENDER

1 A tender is invited for (see Appendix ‘A’). 2 The tender shall be based on (see Appendix ‘A’). 3. The work is estimated to cost (see Appendix ‘A’). This estimates however not a guarantee and is merely given as a rough guide. If the work costs more or less, the tenderer will have no claim on this account. 4. The work is to be completed within the period as indicated in the aforesaid Appx ‘A’ from the date of handing over site which may be about two weeks after the date of acceptance of the tender. 5. The tender shall be issued on cost (See appendix ‘A’). The cost of tender forms/documents ( in blank) shall be in the form of demand draft from any nationalized/scheduled Bank in favour of GE concerned ( See Appendix ‘A’), which shall be attached with the application requesting issue of tender by the contractor. The applicant contractor shall not become automatically entitled for issue of tender by virtue of enclosing demand draft along with the application and the Accepting Officer shall reserve the right to deny issue of tender to any applicant contractor. Demand draft shall be non-refundable, if application for issue of tender form is accepted and tender documents are issued to the contractor. However, demand draft shall be returned to the applicants by the Accepting Officer in case of tender form is not issued. The contractor shall bear the cost of bank charges for procuring and enchasing the Bank draft and he shall not have any claim whatsoever on this account on Govt if his application is not considered for issue of tender. 5.1 . 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 in category ‘S’ to ‘E’ may tender. In case where the tendered amount is in excess of the financial category of the contractor, the accepting officer reserves the right to accept the tender, in which event the tenderer would be required to lodge additional security deposit as notified by the accepting officer in terms of conditions of contract. 5.2 Contractors whose names are on the MES approved list of any MES formation and who have deposited standing security deposit and have executed standing security bond may also tender without depositing earnest money along with the tender and if the Accepting Officer proposes to accept the tender, such tenderer would be required to deposit security deposit as notified by the Accepting Officer before acceptance of tender. In case, however, the Accepting officer subsequent to deposition of security deposit decides not to accept the tender for any reason whatsoever the amount deposited will be refunded to the Contractor. 5.3 Not more than one tender shall be submitted by one contractor, or one firm of Contractors. 5.4 Under no circumstances will a father and his son(s) or other close relations who have business dealing with one another will be allowed to tender for the same contract as separate competitors. A breach of this condition will render the tender of both parties liable to rejection. 5.5 Invitation for applications for issue of tender does not constitute any guarantee for issue of tender to the applicant, even to enlisted Contractor of appropriate class. Issue of tender will be decided by the Accepting Officer based on interalia past track record, financial position and experience of similar works executed by the applicant/Contractor. The Accepting Officer shall consider applications received upto the date of receipt of application/extended date of receipt of applications for issue of tender. The applicant/contractor will be informed regarding non-issue of tender without assigning reasons. The applicant/contractor, if he so desires may appeal to the next higher Engineer authority with copy to the Accepting officer. No appeal / representation shall be entertained in respect of applications for issue of tenders as received after the due date of receipt of applications/extended date of receipt of applications. The decision of the next higher Engineer authority shall be final. No applicant /Contractor shall be entitled for any compensation whatsoever for rejection of his application. 6. The GE (U) Ambala Cantt will be the Accepting Officer here-in-after referred to as such for the purpose of this contract. 7. Applications for the tender forms must be submitted to the GE (Utility) Ambala Cantt so as to reach his office by the date as mentioned in the aforesaid Appendix 'A'. Tender forms and conditions of contracts and other necessary documents will be issued as per dates given in the aforesaid 8. Appendix ‘A’. In case of any delay in issue of tender, the applicant contractors shall have no claim whatsoever on account of delay in issue of tender

GE (U)/AMB/08/2018-19 SERIAL PAGE No: 9.1 The appropriate standing Security amount for this work shall be as deposited by Contractors enlisted in the Area in which work lies for (See Appx ‘A’). In case of a Contractor who has not executed the standing Security bond, the tender shall be accompanied by earnest money amounting to (See Appendix ‘A’) in the form of deposit at Call receipt issued in favour of GE concerned from a Schedule Bank or in the form of receipted treasury Challan, the amount being credited to the revenue deposit of the Garrison Engineer (See Appendix ‘A’). 9.2 A contractor who is not enlisted for the area in which the work lies, but whose name is in the MES approved list of any MES formation and who has deposited standing security and executed standing security bond may tender without depositing earnest money alongwith the tender, but if the Accepting Officer decides to accept the tender, such tenderer shall lodge security deposit as notified by the Accepting Officer with the Controller of Defence Account concerned in the prescribed form before acceptance of tender. 9.3 A contractor who has executed the standing security bond but not for the appropriate category as mentioned above shall deposit within thirty days of the receipt by him of notification of acceptance of the tender the additional security amount as mentioned in the aforesaid Appendix ‘A’ failing which the sum will be recovered from the first RAR payment or from the first final bill in case of term/running contracts, However, in case where any payments is made to the contractor within thirty days of the receipt by him of notification of acceptance of tender the amount of additional security shall be recovered from such payment. 9.4 The GE will return the earnest Money wherever applicable to all unsuccessful tenderers by endorsing authority and deposit receipt for its refund on production by the tenderer a certificate of the Accepting Officer that a bonafide tender (Vide condition 16 hereinafter) was received and all documents were returned. The GE will either return the earnest Money to the successful tenderer by endorsing on the deposit receipt for its refund on receipt of an appropriate amount of security deposit or will retain the same on account of part of security deposit if such a transaction is feasible. 9.5 Tender issued to contractors who are not enlisted with MES and executed the standing security bonds.:-

(a) The amount of earnest money for the work to be furnished alongwith the tender shall be as mentioned in Appendix ‘A’. (b) The amount of individual security deposit for the work in case the tender is accepted shall be the amount calculated with reference to the tendered cost as per the scales laid down by MES for calculation of Earnest money enhanced by 25% (subject to a maximum of Rs 18,75,000/-).

9.6 Tender issued to Contractors who are enlisted and have lodged the standing Security Deposit Bond of lower class: -

The amount of additional security deposit for the work, in case the tender is accepted shall be the difference between ‘Individuals Security Deposit’ calculated with reference to this TENDERED COST as per the scale laid down by the MES for calculations of Earnest Money enhanced by 25% (subject to a maximum of Rs 18,75,000/-) and the standing Security Deposit lodged.

10 Copies of the drawings and the documents 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 the inspection at the office during office working hours (See Appendix ‘A’). 11 The tenderers are advised to visit site by making prior appointment with GE by giving sufficient time. Tenderer shall be deemed to have full knowledge of all relevant documents samples, site, etc. whether he has inspected these or not. 12 Tenders will be received by the GE (U) Ambala Cantt on due date & time mentioned in the Appendix ‘A’ or as subsequently revised through amendments to tender. 13 Tender of any tenderer who proposes any alternation to any of the conditions laid down or who proposes any other condition of any description whatsoever is liable to be rejected. 14 The Submission of tender by a tenderer implies that he has read this notice and the condition of contract and has made himself aware of the scope and specifications of work to be done and of the conditions and the rates at which stores, tools and plants etc will be issued to him and local conditions and other factors having bearing on the execution of the work.

GE (U)/AMB/08/2018-19 SERIAL PAGE No: 15 Tenderers must be in possession of a copy of the MES standard schedule of rates (as applicable) and specifications including errata and amendments there to. 16 Tenderer must be very careful to deliver a bonafide tender or in the alternative return blank tender complete with all documents forming part of the tender. A bonafide tender must satisfy each and every condition laid down in this notice. 17 The Accepting Officer does not bind himself to accept the lowest or any tender to give any reasons for not doing so. 18 This notice of tender shall form part of the contract CONTRACTOR AGE CONTRACTS DATED : _______ FOR ACCEPTING OFFICER

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

APPENDIX ‘A’ TO NOTICE INVITING TENDER [NIT] 1. Name of Work

Repair/replacement of deep trunk line including manholes in Sector ‘A’, ‘B’ & ‘C’ under GE (U) Ambala. Tender ID 2018_MES_200088_1

2. Estimated Cost Rs. 25.00 Lakhs [At par Market] 3. Period of completion 180 Days 4. Cost of tender documents Rs.500.00 [Rupees five hundred only] in the shape of DD/Bankers Cheque from

any scheduled bank in favour of GE (U) Ambala payable at Ambala. 5. Website/portal address www.defproc.gov.in and www.mes.gov.in 6. Type of contract

The tender shall be based on item rate contract[IAFW-1779A (Revised) ] and GCC [IAFW-2249] with Schedule ‘A’ [list of items of work] to be priced by tenderer. The tenderers are required to quote their rates against all items of Schedule ‘A’/BoQ.

7. Information & details [a] Bid Submission start date Refer critical dates [b] Bid submission end date Refer critical dates [c] Date of bid opening Refer critical dates

8. Eligibility Criteria [A] For MES enlisted Contractors

All Contractors enlisted with MES in Class ‘E’ and above and category a (ii) shall be considered qualified provided they do not carry adverse remarks in WLR of competent engineer authority.

[B] For contractor not enlisted with MES

[a] The firms not enlisted with MES shall meet the enlistment criteria of ‘E’ class MES contractors & category a (ii) i.e with regard to having satisfactory completed requisite value works, Annual turnover, Solvency, working capital, immovable property/fixed assets, T&P, Engineering establishment, no recovery outstanding in any Govt Deptt, 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 and firm’s own employees. Director, Project Manager. This shall be subject to certain conditions which will be prescribed in the NOT forming part of the tender documents.

9. Tender issuing and Accepting Officer GE[U] Ambala Cantt 10. Executing agency GE[U] Ambala Cantt 11. Earnest Money

Rs. 50000.00 in favour of GE[U] Ambala Cantt in the form of DD/Banker’s Cheque from any Scheduled/Nationalized Bank.

NOTES :- (a) The 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 7 (seven). (b) In case number of eligible class contractors satisfying the eligibility criteria give 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 satisfactorily and are meeting the criteria of up gradation 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 w.r.t. works experience and financial soundness in cover 1 of tender (T bid). (c) (i) Applications/bids not accompanied by scanned copies of requisite DD/Bankers Cheque towards 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 07 (seven)* days of bid

submission end date. (*The number of days to be mentioned shall be as decided by the Accepting Officers, but it shall not be less than 5 days).

(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) where 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).

(d) Contractors may note that they shall not be loaded beyond their tendering limit as under:- (aa) In case contractors of eligible class are selected for issues of tender: 4 to 5 times the tendering limit.

(bb) 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.

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

Contd…2…

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______ -2-

APPENDIX ‘A’ TO NOTICE INVITING TENDER [NIT] Contd…./- [e] In case any deficiency is noticed, in the documents required to be uploaded by the tenderers as per NIT, after opening of cover 1 (T bid) and during technical evaluation, a communication in the form of e-mail/whatsapp/sms/speed post etc. shall be sent to the contractor to rectify the deficiency within a period of 7 days from date of communication failing which 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) Application for bid in Firm’s letter head (ii) Enlistment letter (iii) Scanned copy of DD of cost of tender (iv) GST Registration Certificate/number. (v) Electric License for electric work as applicable. (vi) Provident Fund Code Number (g) Contractors not enlisted with MES will be required to upload necessary document 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 MES Manual on Contracts 2007 (Reprint 2012). Following document 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 owing the immovable property alongwith Valuation Certificate from Regd Valuer in support of movable & immovable properties. In case of Limited Company, the immovable property is required to be in the name of the company. (v) In addition, the un-enlisted contractors shall also furnish affidavit on non Judicial stamp paper in the form of hard copy declaring their turnover for last 2 (Two) years. (vi) Scanned copy of DD of cost of tender and earnest money. (viii) GST Registration Certificate/number.

(h) In case of rejection of technical / prequalification bid, contractor may appeal to next higher Engineer authority i.e HQ CWE Ambala on email of CWE Ambala i.e. [email protected] with copy to the Accepting Officer against rejection, whose decision shall be final and binding. However, contractor/ bidder shall not be entitled to any compensation whatsoever for rejection of technical/prequalification bid. . (j) 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. [Signature of contractor] [NC Rajora] AGE (Contracts) 8118/08/ /E8 For Accepting Officer Garrison Engineer (Utility) Ambala Cantt Dated: 26 Jun 2018 Distribution:- 1. CsWE - Chandigarh, Chandimandir, (P) Hissar, Bathinda Cantt (P) Bathinda, Delhi Cantt Jalandhar Cantt, Amritsar (AF) Ambala 2. HQ CWE Ambala Cantt 3. GE (N) Ambala, 4. GE(S) Ambala, 5. GE (P) Ambala, 6. GE (AF) Ambala, 7. CIDC Web, Construction Industries Development Council, 801, (8th

8. Tender information services, B/4/224, Safdar Jang Enclave, New Delhi - 110029 Floor) Hemkunt Chamber, 89, Nehru Palace, New Delhi-110019

9. MEO Ambala, 10. The Post Master, GPO Ambala 11. State Bank of India, The Mall, Ambala Cantt 12 The Hony Secretary (C/o Sh Chander Shekhar Kapil) MES Builders Association (Regd.), Ambala Branch, 27, New Model Colony, Ambala City 134003. 13. The Secretary, MES Builders Association of India (Regd), Chandigarh Branch,706, Sector 8-D, Chandigarh 14 The Secretary, MES Builders Association of India (Regd), Delhi Branch, 807, Sahyog 58, Nehru Place, New Delhi-19 15. HQ CE CZ Chandigarh 16. CWE(AF) Ambala 17. Muncipal Corporation, Ambala Cantt 18. DRM (Railway), Ambala Cantt 19. CPWD Ambala

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______ IAFW-1779-A(REVISED-1995)

(To be used in connection with General conditions of contract (IAFW-2249)

MILITARY ENGINEER SERVICES 8118/08/ /E8 26 Jun 2018 TENDER AND ITEM RATES CONTRACT FOR WORKS BY MEASUREMENTS IN EXECUTION OF CA NO : GE (U)/AMB/08/2018-19 : REPAIR/REPLACEMENT OF DEEP TRUNK LINE INCLUDING MANHOLES IN SECTOR ‘A’, ‘B’ & ‘C’ UNDER GE (U) AMBALA 1. M/s ………………………………. of ……………… is/are hereby authorized to tender for the above work. 2. The complete tender shall be uploaded by the bidder on www.eprocuremes.gov.in up to the date and time as mentioned in the NIT for the above CA in the office of GE (U) Ambala Cantt in the presence of such tenderer/s who have uploaded their priced tender and who wish to be present. 2. All correspondence concerning this tender will be addressed as indicated at the top of this sheet quoting the reference as given above

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

Contractor’s Signature (NC Rajora) AGE Contracts For GE(U) Ambala Cantt

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

SCHEDULE 'A' /BoQ NOTES:- 1. The entire works covered under this contract shall be completed within the period mentioned in Appendix ‘A’ to NIT from the date of commencement of work/date of handing over of the site to be mentioned in work order No. 1 which shall be issued by the GE after acceptance of the tender. 2. The items and quantities indicated in various sections of Schedule `A’/BoQ are provisional and inserted for guidance only and may be varied as per actual requirements. However these shall not be varied beyond the limits laid down in condition 7 of IAFW-2249 (General Conditions of the contracts). 3. The rates and amounts in column 6 and 7 of Schedule ‘A’ are required to be filled in by the tenderer. The rates in column 6 shall be filled in words as well as in figures. 4. The amount arrived at the end of the Column ‘7’ of various Schedules is not firm but shall be treated as “Contract-Sum” as defined in IAFW-2249 (General conditions of the contracts). 5. The unit rate quoted by the tenderer shall deemed to be inclusive of :-

(a) Provision of necessary materials & labour, supply & fixing, laying, jointing, fabrication, assembling and testing etc. (as applicable) unless mentioned specifically as fixing only or hanging only or supply only or laying only and the like required for entire completion of the work all as specified and directed. (b) All statutory levies/duties, construction labour welfare tax, service tax, Octroi etc including sales tax on works contracts as applicable. It may be noted that conditional tender regarding “SALES TAX ON WORKS CONTRACTS” or containing any other condition will not be considered and shall be liable to be REJECTED. (c) The unit rates quoted by the tenderers shall be deemed to allow for “minor extras” which are not specifically specified but are essentially required for the execution of work in a workman like manner and sound engineering practice. In case of difference of opinion as whether, a certain item of works constitute as “minor extra or not”, the decision of the Accepting Officer shall be final, conclusive and binding. (d) DISPOSAL OF MATERIALS OBTAINED AFTER DEMOLITION/DISMANTLING : All the materials obtained from dismantling/demolition/taking down except materials taken in credit schedule shall become the property of Govt. Unserviceable materials as declared by GE shall be disposed off as directed by Engineer-in-Charge outside MD land at authorized dumping site declared by Local Administration. All serviceable material shall be deposited in MES store yard of GE and receipt of this effect shall be obtained from the Engineer-in-Charge.

6. The descriptions of items of works mentioned in Schedule ‘A’ are in brief. These are deemed to be amplified and shall be read in conjunction with the special conditions, particular specifications, specifications for materials and workmanship, conditions and preambles in relevant trade section of MES Schedule and all these documents taken as mutually explanatory of one another. 7. Special conditions and preambles given in MES Schedule Part-II under respective trade shall be applicable, if any, provision in the description of items of Schedule ‘A: and/or in particular specifications is at variance with the provisions in special conditions in MES Schedule Part-II and preambles to MES Schedule items, the provisions in descriptions of Schedule ‘A’ and provisions in particular specifications shall take precedence there over. 8. The items/materials for which makes have been specified in Schedule ‘A’, such items/materials shall be of makes mentioned in Schedule ‘A’ (subject to approval of make by GE where-ever specifically mentioned in the description of the relevant item). The other materials/items shall be of makes mentioned in the particular specifications and in Appendices. In case of conflicting provision with regard to makes mentioned in “particular specifications” in comparison to the makes mentioned in “Schedule ‘A’ & Appendix ‘B’ & the makes mentioned in particular specifications shall prevail. However, the items/materials to be provided under this contract shall be in conformity with the provisions and specifications contained in this contract subject to the approval of GE. 9. The contents as mentioned under shall be deemed to be inserted against each item of Schedule ‘A’:-

(i) Under column 3 Refer list of drawings as applicable.

(ii) Under column 8 Refer Note No. 1 on serial page No. 10

(iii) Under column 9 Refer Notes on serial page No. 10

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

SCHEDULE 'A' /BoQ (CONTD…) 10. The works included in these tender documents are to be executed as per Schedule ‘A’ at the location mentioned in the name of work. However the tenderers are advised to visit the site in consultation with the GE for ascertaining the actual location, nature, scope and quantum of the works involved against various items of Schedule “A” and about approach to site etc. It is however clarified that no claim whatsoever whether the tenderer (s) visit(s) the site or not shall be entertained at any stage on account of above. 11. The contractor should kept in mind while quoting their/his tender, the fact that the site/buildings were the repair/work is to be carried out are under occupation and shall remain under occupation while carrying out the work. The contractor will carry out the work in phased manner in consultation with Engineer-in-Charge. It will be the responsibility of the contractor to submit in writing his planning programme of work; seven days in advance to take over site/commence the work or any other requirements. No compensation or extra shall be admissible on this account. 12. In case of MES enlisted tenderers, if original DD is not received within period stated above, subject to satisfying other prequalifying criteria, the financial bid shall be opened. The amount of cost of tender shall be recovered from any amount due to the MES enlisted contractor. Failure of non submission of hard copy of DD tantamount to willful negligence with ulterior motive and therefore the tenderer shall be barred to tender during the period of 6 months commencing from the date of opening of financial bid. 13. In case of un-enlisted tenderers, if original DD is not received within the time stipulated, the cover 1 (‘T’ bid) shall not be validated for opening of financial Bid. Name of such contractors along with complete address shall be circulated for not opening of bids for the period of six months commencing from date of opening of financial bid. 14. Tenderers who have failed to submit original DD pertaining to Earnest Money deposit (whether un-enlisted or enlisted who has not lodged Standing Security Deposit) by stipulated date, shall be inelligible for opening of Financial Bid. 15. A tenderer is supposed to check if any Revised BOQ has been uploaded, and quote in Revised BOQ only. The uploading quotation in pre-revised BOQ shall be considered as a willful negligence by the bidder and his quotation shall be considered non-bonafide. 16. Tenderer shall upload GST Registration Certificate/Number alongwith documents mentioned at cover details. If the tenderer failed to upload GST Registration Certificate/Number, the bid shall not be opened in ‘T’ Bid. 17. Contractor shall produce valid electric license at the time of commencement of work. 18. Cutting of Roads/Path/Paving/Hard standing etc where required for execution of work shall be carried out as directed and surface shall be made good to match with the existing specifications. The rates quoted in BoQ shall be deemed to include for the above provisions. 19. 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. AGE (Contracts) Contractor For Accepting Officer

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

SCHEDULE ‘B’ LIST OF MATERIALS TO BE ISSUED TO THE CONTRACTOR

(Refer Condition 10 of IAFW-2249)

S No

Particular Rate at which material shall be issued to contractor

Place (S) of issue by name

Remarks

Unit Rate in Rs. 1 2 3 4 5 6

------------------NIL---------------------- AGE (Contracts) Contractor For Accepting Officer

SCHEDULE ‘C’

(LIST OF TOOLS AND PLANTS(OTHER THAN TRANSPORT) WHICH WILL BE HIRED TO THE CONTRACTOR)

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

Sl No

Quantity Particulars Details MES Supplied Per unit

Hire C Charges Per working Day

Charges Per unit Per off Day

Place of Issue

1 2 3 4 5 6 7 ------------------NIL---------------------- AGE (Contracts) Contractor For Accepting Officer

SCHEDULE ‘D’

(TRANSPORT TO HIRED TO THE CONTRACTOR)

(See condition 16 and 35 of IAFW-2249)

Sl No

Quantity Particulars Rates per unit per working day

Place of issued by Name

Remarks

1 2 3 4 5 6

------------------NIL---------------------- AGE (Contracts) Contractor For Accepting Officer

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______ TENDER

TO THE PRESIDENT OF INDIA Having examined and pursued the following documents:- 1. Specification signed by Sh N C Rajora, AGE (Contracts)/Sh Rajesh Kumar, Offg AGE (Contracts). 2. Drawing detailed in the list of drawings if any 3. Schedule ‘A’, ‘B’, ‘C’ and ‘D’ attached thereto. 4. MES standard Schedule of Rates 2009 (Part-I), specification and SSR-2010 (Part-II) Rates (here-in-after referred to as the ‘MES SCHEDULE’ together with errata/amendment No-1 to 02 for Part-I and amendment No 1 to 59 for SSR-2010 (Part-II), as applicable to above said Schedule. 5. General conditions of contract IAFW-2249 (1989 Print) together with amendment No 1 to 40 and errata No 1 to 20. WATER:- Refer condition 31 of IAFW-2249 : GENERAL CONDITIONS OF CONTRACTS Water will be supplied by the MES unmetered and shall be charged at the rate of Rs 3.75 per Rs 1000.00 worth of work done priced at contract rate. Should this tender be accepted, I/We ** agree

* (a) That the sum of Rs__________(Rupees _______________________only) forwarded as Earnest Money shall either be retained as part of security deposited or shall be refunded by the Govt on receipt 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/referred to therein and at the item rates contained in the schedule ‘A’ or at such other rates fixed under the provision of condition 62 of IAFW-2249 and to carry out such deviations as may be ordered vide condition 7 of IAFW-2249 upto a maximum 10% (TEN PERCENT) and further agree to refer all disputes as required by condition 70 of IAFW-2249 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 Surveyor (India) recognized by the Government of India to be appointed by the Chief Engineer Chandigarh Zone or in his absence the officer officiating as Chief Engineer Chandigarh Zone, if specifically delegated in writing by the Chief Engineer Chandigarh Zone whose decision shall be final, conclusive and binding.

* To be deleted where not applicable. ** As applicable

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

Signature………………………… in the capacity of ………………….duly authorized to sign the tender documents for

and on behalf of the M/S _________________________ (In block letters).

Witness:-

Postal Address:-

ACCEPTANCE

________ Alterations have been made in these documents and as evident that these alterations where made before the execution of the contract agreement, they have been initialed by the contractor and Sh N C Rajora, AGE (Contracts)/Sh Rajesh Kumar, Offg AGE (Contracts) of GE (U) Ambala Cantt. The said officer is hereby authorized to sign and Initial on my behalf the documents forming part of the contract. The above tender is accepted by me on behalf of the PRESIDENT OF INDIA, at the item rate contained in the Schedule ‘A’/BoQ For ` ………(Rupees …………………………………………………………….only) on the _____ Day of _____ 2018.

Signature …………….. Dated this …………………….day of…………..2018

APPOINTMENT: Garrison Engineer (U) Ambala Cantt Accepting Officer For and on behalf of the PRESIDENT OF INDIA

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______ GENERAL CONDITION OF CONTRACTS (IAFW-2249) FOR MEASUREMENT CONTRACT (IAFW-1779 & 1779A)

AND TERM CONTRACT (IAFW-1821) 1. A copy of the General Conditions of Contracts (IAFW-2249 1989 Print) with errata and amendments has been supplied to me/us and is in my/our possession, I/We have read and understood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I/we agree that I/We shall abide by the terms and conditions thereof, as modified if any, elsewhere in these tender documents. 2. It is hereby further agreed and declared by me/us that the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249-1989 PRINT) including condition 70 thereof pertaining to settlement of disputes by arbitration containing 49 pages with errata 1 to 20 and amendment No 1 to 40 form part of these tender documents. 3. My/our signature here under is in token of my/our having accepted the aforesaid documents as forming an integral part of this tender. NOTES:-

(I) The documents mentioned above can be seen in the office of the Garrison Engineer (U) Ambala Cantt or in any other MES (CE/CWE) office during working hours. (II) In case of difference in interpretation due to wording of English and Hindi versions, the English version will prevail as per article 348 of constitution of India

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

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

SCHEDULE OF MINIMUM RATES OF WAGES 1. It is hereby agreed that schedule of minimum fare wages (SMFW) as published vide Government of India Notification dated 10 Mar 1992 (Revised upto date) comprising 10 pages, form part of this tender documents. 2. My/Our signature hereunder amounts to my/our having read and understood the provision contained therein and I/We agree that I / We shall abide by the same and that aforesaid documents form part of this tender Notes :- (a) In case of difference in interpretation due to wording of English and Hindi versions, the English version will prevail as per article 348 of constitution of India. (b) “Schedule of Minimum Fare Wages” referred to above is available for reference in any MES Office. AGE (Contracts) (Signature of Contractor) For Accepting Officer

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

SPECIAL CONDITIONS

1. GENERAL: The following Special Conditions shall be read in conjunction with the General Conditions of Contracts, IAFW-2249 and IAFW-2174/ IAFW-1779A (as applicable) 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. 2. ADMISSION TO SITE BY CONTRACTOR TO ASCERTAIN HIS OWN INFORMATION 2.1 The tenderers shall contact the Garrison Engineer for the purpose of inspection of site (s) and relevant

documents other than those sent herewith, who will give reasonable facilities for this purpose. The tenderers shall also make themselves familiar with working conditions, accessibility of site(s) availability of materials and other cogent conditions, which may affect the entire completion of work under this contract.

2.2 The tenderers shall be deemed to have visited the site(s) and made themselves familiar with the working

conditions, whether they actually inspect the site (s) or not. 3. SECURITY AND PASSES/CONTRACTOR’S REPRESENTATIONS & WORKMEN 3.1 Refer Condition 25 of IAFW-2249. The contractor shall employ only Indian Nationals as his representatives,

servants and workmen and verify after verifying their antecedents and loyalty before employing them for the works. He shall ensure that no person of doubtful antecedents and nationality is, in any way, associated with work. If for reasons of technical collaboration or other consideration, the employment of any foreign national is unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer at the time of submission of his tender.

3.2 The contractor shall, on demand by the Engineer-in-Charge, submit list of his agents, employees and work

people concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such people. 3.3 The Engineer-in-Charge shall at his discretion has the right to forward the list of persons to C.O. of unit for

issuing the passes as per rules and regulations of the installation/Area in force to control the admission of the contractor, his agents, employees and work people to the site of the work or any part thereof. Passes should be returned at any time on demand by the Engineer-in-Charge or the authorities concerned and in any case on completion of work.

3.4 The contractor and his agents, employees and work people shall observe all the rules promulgated by the

authority controlling the installation/area in which the work is to be carried out e.g. prohibition of smoking and lighting, fire precautions, search of persons on entry and exit, keeping to specific routes, observing specified timing etc. Nothing extra shall be admissible for any man-hours etc. lost on this account.

4 CONDITIONS FOR WORKING 4.1 VISIT TO SITE WITHIN THE RESTRICTED AREA

Permission to enter the restricted area prior to submission of tenders can be obtained through the Garrison Engineer. Tenderers are advised to send prior intimation of their agents, representatives etc., if any, dates and time of their proposed visit so that necessary arrangements may be made by GE to secure admission. Whether a tenderer visit the site or not he shall be deemed to have full knowledge of the restrictions of entering into/exit from and within the Restricted Area.

4.2 ENTRY/EXIT: The contractor, his agent(s)/representatives, workmen etc. and his materials, carts, trucks or

other means of transports etc., will be allowed to enter through and leave only from such gate and at such times as the GE or authorities in-charge of the Restricted Areas may at their sole discretion permit to be used. The contractor’s authorised representative is required to be present at the place of entry and exit for the purpose of identifying his carts, truck etc. to the personnel in-charge of the security of Restricted Areas.

4.3 IDENTITY CARDS OR PASSES

The tenderer, his agents and representatives are required individually to be in possession of an identity card/pass duly verified by the Police Department. The identity card or pass will be examined by the security staff at the time of entry into or exit from the Restricted Area and also at anytime or number of times inside the Restricted Area.

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

SPECIAL CONDITIONS (CONTD… )

4.4 IDENTITY OF WORKMEN

4.4.1 Every workman shall be in possession of an identity card. The identity card will be issued after thorough investigation of the antecedents of the labourers by the contractor and attested by the Officer-in-Charge of the unit concerned in accordance with the standing rules and regulations of the units.

4.4.2 Contractor shall be responsible for the conduct and action of his workmen, agents or representatives.

4.5 SEARCH

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

4.6 FEMALE SEARCHER

If the contractor desires to employ female labour on works to be carried out inside the area of a Factory, Depot, Park etc. and a female searcher is not borne on the 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/Group ‘D’ servant) calculated for the period, female labour is employed by him inside that area. If more than one contractor has/have to employ female searcher 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 the contractors employing female labour taking into consideration the value and period of completion of their contracts. The GE’s decision in regard to the amount recoverable on this account from any contractor shall be final and binding.

4.7 WORKING HOURS

4.7.1 The units controlling restricted area, usually, work during six days in the week and remain closed, on the 7th

4.7.2 The exact working hours, days and non-working days observed for the restricted area, where works are to be carried out shall be deemed to have been ascertained by the contractor before submitting tender. The tenderer’s attention is invited to the fact that the total numbers of working hours for a unit are prescribed in regulations and they cannot be increased by the Garrison Engineer.

day. The working hours available to contractor’s labour and staff however, accordingly get reduced because of the time taken in security checks observed at the time of entry, exit and during working hours.

4.7.3. Contractor’s materials transport etc. shall normally be permitted to come in and go out of the area between 0830 to 1700 hrs only.

4.7.4. Contractor may also be allowed to carry out the work beyond 1700 hours and upto 0830 hours (day and night) with prior approval of GE but no movements of materials and transport to/out of site of works shall be permitted during night unless special permission is obtained from the factory/unit authorities.

4.8 WORK ON HOLIDAYS: The contractor shall not carry out any work on gazetted holidays, weekly holidays and other non-working days except when he is specially authorised in writing to do so by the Garrison Engineer. The Garrison Engineer may at his sole discretion declare any day as holiday or non-working day without assigning any reason for such declaration

4.9 ACCES TO RESTRICTED AREA AFTER COMPLETION OF WORKS 4.9.1 After the works are completed and surplus stores etc. removed, the contractor, his agents, representatives or workmen etc. may not be allowed to have access to the restricted area except for attending any rectification of defects pointed out to him by the Garrison Engineer. 4.10 FIRE PRECAUTIONS 4.10.1 The contractor, his agents, representatives, workmen etc. shall strictly observe the orders pertaining to fire precautions prevailing within the restricted area. 4.10.2 Motor transport vehicles, if any allowed by authorities to enter the restricted area, must be fitted with serviceable fire extinguishers.

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

SPECIAL CONDITIONS (CONTD… ) 5. MINIMUM WAGES PAYABLE 5.1 Refer Condition 58 of IAFW-2249. The Schedule of Minimum Fair Wages" as published vides Govt. of India

Notification dated 10 Mar 92 (revised upto date) forms part of the tender documents and is given at pages as mentioned on contents sheet of the tender documents. The contractor shall not pay wages lower than minimum wages for labour as fixed by the Govt. of India/State Government/ Union Territory under Minimum Wages Act or Contract Labour (Abolition and Regulation Act), whichever is higher.

5.2 The fair wage referred to in condition 58 of IAFW-2249 will be deemed to be the same as the minimum wages

payable as referred to above. 5.3 The contractor shall have no claim whatsoever, if on account of local factors and or regulations, he is required

to pay the wages in excess of minimum wages as described above during the execution of work. 6 ROYALTIES: Reference Condition 14 of General Conditions of Contracts (IAFW-2249). No quarries on

Defence land are available.

7. LAND FOR TEMPORARY WORKSHOPS, STORES ETC.

Delete the following from lines 5 to 9 of sub para 1 of condition 24 of IAFW-2249 reading “In the event of …………………………….. allotted to him” and insert as under: -

The contractor shall be allotted free of charge the land near site of work by Garrison Engineer, for the purpose of storing of materials etc. No Ministry of Defence land is available for accommodation of labour and canteen for which the contractor shall make his own arrangements at his own expense.

8 WATER 8.1 Refer condition 31 of General Conditions of Contracts IAFW-2249.

8.2 Water will be supplied by MES at the point marked on site plan or decided by GE. As the water supply by MES is likely to be intermittent the contractor shall make his own arrangement for storing the water required for the works, labour and workmen etc., at his own expense, water shall be paid for by the contractor at Rs. 3.75 for every Rs. 1000/- worth of work done priced at contract rates.

9 CO-OPERATION WITH OTHER AGENCIES

The contractor shall permit free access and generally afford reasonable facilities to other agencies or department workmen engaged by the Govt. to carry out their part of the work, if any, under separate arrangements.

10. ELECTRIC SUPPLY: The electricity for all repairs work and testing if required will be issued to contractor @ paise 678 per unit for the works. 10.1 Electric Supply required for the work shall be made available by the MES at point marked/ shown. The main

switch and KWH meters to register the electric energy supplied, shall be provided and installed by MES. Contractor shall provide all necessary cables/fittings etc from the main switch in order to ensure a proper and suitable supply of electricity for the execution of works. All contractor’s installation/ equipments shall conform to and be strictly in accordance with Indian Electricity Act and Rules. Moreover the layout of cables etc. As proposed by him shall be as per plan approved by the Engineer-in-charge. Any risk either for materials or personal will be the contractor’s responsibility.

10.2 MES do not guarantee continuity of supply and no compensation whatsoever shall be allowed for supply

becoming intermittent or for breakdown in the system. 10.3 GE or his representative shall be free to inspect all the power consuming devices or any electrical lines

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

11. SAMPLE OF MATERIALS: (Refer condition 10 of I.A.F.W. 2249.) 11.1 Materials provided by the contractor for incorporation in the works shall, unless otherwise specified in the

particular specifications, be ISI marked. IS means Indian Standards as issued by the Bureau of Indian Standards. Wherever in the specifications `I.S.' is referred to, it means the edition with all amendments, current on the due date of receipt of the tender documents.

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

SPECIAL CONDITIONS (CONTD… ) 11.2 The materials of local origin shall be procured from the sources shall conform to the capacity and the grading

specified in MES Schedule /Relevant IS. 11.3 The tenderer is advised to inspect other materials, which are displayed in the office of GE, before submitting

his tender. The tenderer shall be deemed to have inspected the samples and satisfied himself as to the nature and quality of materials he is required to incorporate in the work irrespective of whether he has actually inspected them or not. The materials to be incorporated in the work by the contractor shall be I.S marked or equal or superior in quality to sample displayed and shall comply with the specifications given hereinafter.

11.4 The contractor shall not procure materials unless the sample first approved in writing as per condition 10 of

IAFW-2249 (General Conditions of Contracts). 12. RECORD OF CONSUMPTION OF CEMENT 12.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages initialed by

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

12.2 The register shall be kept at site in safe custody of the contractor's representative during the progress of the

work and shall on demand be produced for verification to the inspecting officer(s). 12.3 On completion of the work the contractor shall deposit the cement register with the Engineer-in-Charge for

record. 13 PERIOD FOR KEEPING THE TENDER OPEN

The tender shall remain open for acceptance for a period of 60 (SIXTY) days from the date on which the tenders are due to be submitted.

14 ADVANCES ON ACCOUNT OF MATERIALS WHICH DOES NOT LOSE IDENTITY 14.1 The contractor may be paid advance on account of the full value of the under mentioned materials only,

brought on the site, on his furnishing guarantee Bonds from a Schedule Bank for the amount of retention money which should otherwise be recoverable from him under the contract.

(a) Factory made paneled Shutters. (b) Factory made steel windows. (c) Iron Mongery. (d) Sanitary Fittings. (e) Electrical Cables/wires/fittings/fixtures. (f) Water Supply Pipes fittings/fixtures. (g) All other non-perishable materials as decided by GE. 14.2 The Bank Guarantee Bonds shall be executed for a period on a form as directed by the Accepting Officer. The

contractor shall further arrange to extend the period of Guarantee Bond if and when necessary, as directed by the Accepting Officer or shall furnish fresh guarantee bond of similar value.

14.3 It will be noted that advance on account to the full value of materials brought on the site is permissible only in

respect of fittings and fixtures and other manufactured items which do not lose their identity. Materials like bricks, aggregate, pre-cast concrete and similar items shall not be taken in the list.

15. SECURITY OF CLASSIFIED DOCUMENTS

Contractor's special attention is drawn to conditions 2-A and 3 of IAFW-2249 (General Conditions of Contracts). The contractor shall not communicate any classified information regarding the work either to subcontractors 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 furnished to him in respect of the work.

16. OFFICIAL SECRETS ACT: The contractor shall be bound by the Official Secrets Act - 1923.

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

SPECIAL CONDITIONS (CONTD… ) 17. RECORD OF MATERIALS 17.1 The quantity of materials such as cement, paints, water proofing compound, chemicals for antitermite

treatment 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.

17.2 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. 17.3 The contractor shall, on demand, produce to the GE, original receipted vouchers/ invoices/ test certificates in

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

17.4 Contractor shall produce to the Engineer-in-Charge vouchers/invoices from the manufacturers and/or their

authorized agents for the full quantity of the following materials, as applicable as a pre-requisite before submitting claims for payment for advances on account of the work done and/or materials collected in accordance with Condition 64 of General Conditions of Contracts - IAFW-2249. Production of vouchers by the contractor shall be his MANDATORY contractual obligation and shall be fully filled by the firm.

(a) Cement. (b) Water proofing compound. (c) Chemicals for Anti-termite Treatment (d) Paint, Distemper and Cement Base Paint. (e) Cast iron pipes and fittings. (f) Sanitary fittings. (g) Steel windows/ventilators (h) Factory made door shutters and pressed steel chowkhats. (j) Floor/Wall tiles (k) Iron Mongery (l) Tarfelt/bituminous products (m) Electrical and Water Supply fittings/fixtures, SGSW pipes. (n) Cables/wires. (o) Steel and Iron items. (p) Any other material used in the work, if demanded by Engineer-in-Charge.

18. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION: If as a result of enemy action, the Contractor

suffers any loss or damage, the Government shall reimburse to the Contractor such loss or damage to the extent and in the manner hereinafter provided: -

18.1 The loss suffered by him on account of any damage or destruction of his plant/ equipment (as defined in

special condition (a) above) or materials or any part or parts thereof. (The amount of loss assessed by the Accepting Officer of the Contract or the CWE in case of contracts accepted by GE, on this account shall be final and binding).

18.2 The compensation paid by him under any law for the time being in force to any workman employed by him for any injury caused to him or to the workman's legal successors for loss of the workman's life.

18.3 Payment of compensation for loss or damage to any work or part of work carried out (The amount of compensation shall be determined in accordance with condition 48 of General Conditions of Contracts IAFW-2249). No reimbursement shall be made nor shall any compensation be payable under the above provision unless the Contractor had taken Air Defence Precautions ordered in writing by the GE/OC concerned or in the absence of such orders, reasonable precautions. No reimbursement shall be payable nor shall any compensation be payable for any plant/equipment or materials not lying on site of work at the time of enemy action

19. RELEASE OF ADDITIONAL SECURITY DEPOSIT 19.1 Refer Conditions 22 and 68 of IAFW-2249.

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

SPECIAL CONDITIONS (CONTD… ) 19.2 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.

20. TESTING OF MATERIALS (Refer Condition 49 of IAFW-2249, General Conditions of Contracts)

20.1 The contractor shall provide at his own expenses all facilities including labour, materials, equipments, tools

and plants etc. for carrying out tests including materials/tests, cubes, beams etc. required to be preserved by GE as specified in the contract agreement including relevant IS. The cost of materials consumed in test and the cost/charges of test shall be borne by the contractor in all cases. In case the Engineer-in-Charge desires to carryout additional test which are not covered by the contract including relevant IS, the contractor shall provide all facilities required for the purpose and the charges for the tests also shall be borne by the contractor. Charges for each test either conducted in the department test laboratory or test which are conducted through other test labs shall be born by contractor.

20.1.1 SITE LABOATORY :- A laboratory for material testing established by the contractor at site of work for all the

works costing more than Rs.1crore. However, for works costing less than Rs. one crore, it will be optional for the contractor to set up his site lab or he may carry out these tests in the Zonal lab or any other lab approved by GE for which recovery of charges shall be made as given in Appendix ‘D’ to the tender documents.

20.1.2 ZONAL LABORATORY :- The laboratory for material testing established by HQ CE Zone.

20.1.3 NATIONAL TEST HOUSE/ ENGINEERING COLLEGE/SEMT PUNE: Any of the National Test House/Engg

College/SEMT Pune nominated by the GE in writing for a particular contract and test. 20.1.4 Contractor shall provide all facilities such as materials and labour, tools/equipment for moulding, casting of

cubes, conveyance of test cubes and other materials to be tested, to the laboratory directed by the GE. 20.1.5 The samples for the tests will be drawn by the GE in the presence of the contractor/his authorised

representative. 20.1.6 The rates quoted by the contractor shall deem to include expenses on account of testing in pursuance above paragraphs. 20.1.7 The Accepting officer may order independent testing for which expenditure will be borne by the Govt. The

charges for the independent testing will be borne by the contractor if test fails.

21. CLEANING DOWN (Refer Condition 49 of IAFW-2249, General Conditions of Contracts): -

The contractor shall clean all floors, walls, remove cement/lime/ paint marks/drops, etc., clean the joinery, glass panes etc., touch up all painters work and carryout all other necessary items of work in connection therewith and leave the whole premises clean and tidy before handing over the building.

22. CONSTRUCTION LABOUR WELFARE TAX

The quoted rates in the tender by the contractor shall be deemed to be inclusive of construction labour welfare tax and no extra payment shall be admissible to the contractor on this account.

23. CONCILIATATION 23.1 Scope of conciliation:-

The scope of conciliation shall be applicable to the following types of disputes :- (a) Disputes relating to lavy of compensation for delay in completion-actual amount of compensation.

(b) Disputes relating to technical examination of the work. (c) Disputes relating to interpretation of the provisions of the contract with reference to their application to

parties. (d) Disputes relating to non return of Sch ‘B’ stores over issued to the contractor. (e) Any other dispute having fair chances to being resolved by conciliation and considered fit to be

referred to conciliation by the parties. For item (b), (c), (d) and (e) each as stated above, the financial limit shall be Rupees two lakhs or one parcent of the contract amount which ever is less.

24.2 Commencement of conciliation proceedings.

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

SPECIAL CONDITIONS (CONTD… ) 24.2.1 The party initiating conciliation shall send to the other party a written invitation to conciliate, briefly identifying

the subject of the dispute. 24.2.2 Conciliation proceedings shall commence when the other party accepts in writing the invitation to conciliate. 24.2.3 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.

24.3 Number of conciliators: There shall be a sole conciliator. 24.4 Appointment of Conciliator : All disputes brought out in Para 23.1 (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 or 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.

24.5 STATUS OF EFFECT OF SETTLEMENT AGREEMENT: The settlement agreement signed by the parties as

a result of conciliation proceedings shall have the same status and effect as it is an arbitral award on agreed terms.

25. RE-IMBURSEMENT / REFUND ON VARIATION IN TAXES DIRECTLY RELEATED TO CONTRACT VALUE 25.1 The rates quoted by the contractor shall be deemed to be inclusive of all taxes viz GST, Duties, Royalties, Cess

and other levies payable under the respective statutes if any. No reimbursement/refund for variation/in rates of taxes, duties, Royalties, Octroi & other levies, and/or imposition/abolition of any new/existing taxes, duties, Royalties, Octroi & other levies shall be made except as provided in sub Para (b)here-in-below.

25.2.1 (a) The taxes which are levied by Govt at certain percentage rates of Contract Sum/amount shall be termed

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

(b) The Contractor shall, within a reasonable time of his becoming aware of variation in percentage rates and/or imposition of any further “taxes directly related to Contract value”, give written notice thereof to the GE stating that the same is given pursuant to this Special Condition, together with all information relating there to which he may be in a position to supply. The Contractors shall submit the other documentary proof/information’s as the GE may require. (c) The Contractor shall, for the purpose of this condition keep such books of account and other documents as are necessary and shall allow inspection of the same by a duly authorized representative of Govt, and shall further, at the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and such other information’s as the GE may require. (d) Reimbursement for increase in percentage rates/imposition of “taxes directly related to Contract value” shall be made only if the Contractor necessarily & properly pays additional “ taxes directly related to Contract value” to the Govt, without getting the same adjusted against any other tax liability or without getting the same refunded from the concerned Govt Authority and submits documentary proof for the same as the GE may require.”

…………………………… (Signature of Contractor) AGE (Contracts)

For GE (U) Ambala Cantt

CA No. GE(U)/AMB/08/2018-19 Serial Page No __

PARTICULAR SPECIFICATIONS 1. GENERAL

(a) The unit rates quoted by the tenderer in Sch ‘A’/BoQ shall be deemed to include for all the provision contained here-in these particulars specifications also unless indicated otherwise else where. (b) The entire work under this contract shall be carried out in accordance with Sch ‘A’/BoQ, these particular specifications, drawings where applicable and specifications contained in MES Schedule 2009 and also comply with the specifications contained in the latest edition of the relevant Indian Standard specification as well as Indian Electricity Rule 1956 as applicable. ( c) All work shall be carried out to the entire satisfaction of the Engineer-in-Charge and in such a fashion/manner as may be directed by the Engineer-in-Charge. (d) In case the specification in respect of certain items of work is not covered in these particular

specification, the same shall be adopted as per those given in SSR as per manufacturer’s instructions. 2. STEEL AND IRON WORK 2.1 Entire steel required for use in the work shall be arranged by the contractor and shall comply with the requirements of following specifications. Test certificate shall be produced as specified in succeeding Paras :-

(i) Structural Steel Standard Quality. - Standard quality Fe-410-S conforming to IS-226. (ii) Structured Steel Ordinary Quality. - Fe-310-0 conforming to IS-1877 (iii) MS round bars for reinforcement - IS-432 (Part-I) of 1982, Gde-I. (iv) Hold fasts and other structural - Fe-310-0 Steel conforming to IS-1977. steel. (v) Hard drawn steel wire fabric - Conforming to IS : 1566-1982 (vi) TMT bars and deformed cold - Conforming to IS : 1786. Twisted bars. 2.2 GENERAL 3.3 Steel shall not be issued under Schedule ‘B’. Contractor shall purchase the same from any of the sources mentioned here in after for the entire completion of work. 2.4 Reinforcement steel shall be of high strength deformed steel bars produced by Thermo Mechanical Treatment Process (TMT steel bars of grade Fe-415) meeting all other requirements of IS: 1786. 2.5 Structural steel shall be of Standard Quality conforming to IS:2062 or Ordinary Quality conforming to IS:1977 or IS-1732 as specified. The ordinary quality or standard quality of steel shall be used at places as defined in Para 10.4.1, 10.4.2 & 10.4.3 of MES schedule 1991(Part-I) 2.6 Galvanised steel sheets (plain or corrugated) shall be conforming to IS:277 and fabric reinforcement shall be conforming to IS:1566. 2.1.1 PROCUREMENT 2.1.2. Structural steel sections shall be procured from main producers of steel like SAIL/Rashtriya Ispat Nigam Ltd./TISCO or approved secondary producers without any price adjustment. The contractor shall have to check from GE whether the proposed secondary producer is approved by the Deptt or not. No claim whatsoever shall be entertained in case the proposed secondary producer is rejected due to non approval by Deptt. 2.1.3. Reinforcement steel of size 6 mm to 16 mm dia shall be procured from either main producers of steel like SAIL/Rashtriya Ispat Nigam Ltd./TISCO or from Secondary producers as listed in PS clause No 9.11.3.5, having Thermax or Tempcore or Evcon system of treatment without any price adjustment. TMT steel bars of size 18 mm dia and above shall be procured directly from main producers only. However in case of non availability from main producers, TMT steel bars of size 18 mm dia and above can be procured from Secondary producers subject to minus price adjustment as mentioned hereinafter. 2.1.4. The minus price adjustment shall be on percentage basis based on the rates of the main producers and secondary producers.

GE (U)/AMB/08/2018-19 Serial Page No. ___

PARTICULAR SPECIFICATIONS (CONTD) 2.1.5. Galvanised Iron sheets & Fabric Reinforcement for concrete :- These shall be procured directly from main producers/BIS marked manufacturers without any price adjustment. 2.1.6. Steel sections for railings, gates, fencing, guard bars, grills, steel chowkhats, holdfasts etc. which do not constitute structural members, can be procured from main producers/secondary producers/BIS marked manufacturers or their authorized dealers without any price adjustment. 2.1.7. List of Secondary producers is as mentioned below:-

(a) Binjusaria Metal Box Co. Pvt Ltd., 15-2-676/2, 2nd

(b) Barnala Steel Industries Ltd., Village – Vehlana, Meerut Road Muzaffar Nagar (U.P.)

Floor, Arya Samaj Building Kishanganj, Hyderabad – 500012

(c) M/S Guardian Steels Ltd., 109, Mahinder Chambers, W.T. Patil Marg (Opposite Dukes Factory), Chembur, Mumbai – 400071

(d) M/S Rathi Udyog Ltd., A-3, South G.T. Road, Ghaziabad (U.P.) (e) Ramsarup Utpadak, 7/C, Kiran Shankar Roy Road, Hasting Chambers, 1st

(f) M/S Shyam SEL Limited, NH-6, Bombay Road, Village – Pakuria, P.O. : Lakhanpur, P.S. Domjur, Distt : Howrah (West Bengal)

Floor, Kolkata – 700001

(g) M/S Shyam Steel Industries Ltd., White Towers, 115, College Street, Kolkata – 700012 (h) SRMB Udyog Ltd., 46, BB Ganguli Street, Kolkata – 700012 (j) M/S T K Ispat Pvt Ltd, 409, City Tower, 17, Boat Club Road, Pune – 411001 (k) M/S Usha Martin Construction Steel Ltd., # 12/16 Naval Ganj, Agra-282006 (l) M/s Kamdhenu Ispat Ltd., 5/2, Punjabi Bagh Extn, New Delhi – 110026 (m) M/S Sh Badrinarain Alloy & Steel Ltd., #95, Stephen House, 4 B B D Bag, Kolkata-01 (n) M/S Kashi Vishwanath Steel Ltd., # A-80, Vivek Vihar Phase-1, Delhi – 110 095 (o) M/s Doaba Steel Rolling Mills, Amloh Road, Mandi Gobindgarh – 147301 (p) M/S Shri Sharma Steel Rolling Mills Pvt Ltd, 90A,B,C & 91 B, Industrial Area , Jhotwara , Jodhpur-302012 (q) M/S Amba Steels,21/6 West Patel Nagar ,New Delhi-110006 (r) M/S Amba Shakti Ispat Ltd , Plot No 6 ,Phase II, Industrial Area, KALA AMB Distt Sirmour-173030(HP) 2.1.8. Reinforcement steel, structural steel and Galvanized sheets & fabric reinforcement for concrete can be procured from authorized dealers of main producers in case the total requirement of steel is less than 5 tonnes. 2.1.9. The reinforcement steel shall be purchased by the contractor from the storage depot of the main producers/ secondary producers as listed here in before and not from their authorized agents/dealers. The supply of steel from authorized conversion agents of the main producers can be accepted provided the main producers have given such direction in a specific sale/purchase order, and if the conversion agents are producing TMT steel using Thermex/Tempcore/Evcon technology. 2.1.10. All finished steel shall be well and clearly rolled to the dimensions, sections, and weight specified. The finished material shall be reasonably free from cracks, surface flaws, laminations rough, jagged and imperfect edges and other harmful defects and shall be finished in a workman like manner. 2.1.11. Tolerance in size and weight of reinforcement bars shall not be more than specified in clauses 10.17.4 & 10.17.5 of SSR Part-I. 2.2. TESTING OF MATERIALS 2.2.1. 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 the authenticated copy there of duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in the Steel Acceptance Register, as given in appendix ‘G’ after due verification. The GE shall also organize independent testing of random samples of steel drawn from each and every lot from a National Test House, SEMT CME, Regional Research Labs, Government approved Labs, Zonal Labs, with following frequency as per provisions given in Notes below this clause hereinafter-

GE (U)/AMB/08/2018-19 Serial Page No. ___

PARTICULAR SPECIFICATIONS (CONTD)

NOTES :-

1. For various tests acceptance criteria, tolerance etc refer to appendix ‘G’ and relevant BIS Codes. 2. Independent testing of steel by the GE shall be optional at the discretion of the GE in case of procurement of steel from main producers and testing charges shall be governed by condition 10 A of IAFW-2249 i.e. testing charges shall be borne by the Deptt. if the test results are found in order, otherwise these shall be borne by the contractor. Testing by the GE as per above frequency is mandatory before payment is released to the contractor or steel is incorporated in the work for steel procured from secondary producers and testing charges shall be borne by the contractor irrespective of the outcome of test results.. However, tests will not be insisted upon for the steel required for guard bars, holdfasts, grills, and such other allied items. Any items of steel, not meeting the requirements, shall be rejected and the particular consignment removed from the site by the contractor at his own cost. The contractor shall have no claim on this account. The contractor at his cost shall provide all facilities required for the testing and cost of materials consumed in the test and transportation charges etc. shall be borne by the contractor for the steel procured from main producers/secondary producers. 3. The GE may also increase frequency and number of samples/tests for his satisfaction. The cost of these additional tests shall be governed as per condition 10(A) of IAFW-2249. However cost of samples, transportation and other overheads shall be borne by the contractor irrespective of the test results. 4. The TMT steel received from secondary producers shall be tested by GE and CWE in person, before incorporation in the work, by simple field tests and records shall be maintained. Simple field test involves sand papering the X-Section of the TMT bar and dipping the same in chemical solution to give a clearly defined annular ring of tempered steel. The contractor at his cost shall arrange facilities for such tests. 2.2.2. DOCUMENTATION :- Steel Acceptance Register and Measurement Book for steel (for record purposes and not to be abstracted) shall be maintained by the Engineer-in-Charge. The contractor shall submit original machine numbered receipted paid vouchers from the manufacturer for the total quantity of steel supplied under each consignment to be incorporated in the work.. GE shall inspect all consignments received at the work site along with the relevant documents before acceptance. The original vouchers and the Test Certificates shall be defaced by the Engineer-in-Charge and keep on record in the office of the GE duly authenticated and with cross-reference to the Control No. recorded in the steel Acceptance Register. JE (Civil)/SUPDT B/R Gde-I, Engineer-in-charge, GE and contractor, will sign the steel acceptance register. The entire quantity of all steel items shall also be suitably recorded in the measurement book for record purpose as ‘not be abstracted’, before incorporation in the work and shall be signed by the Engineer-in-Charge. The Accepting Officer may order a board of officers for random check of steel and verification of connected documents. 2.2.3. STORAGE Steel of different sizes shall be stacked separately. For each classification of steel, separate areas shall be marked. Steel shall be marked with distinct painting. 2.2.4. All steel shall be stored in such a manner so that it is always at least 15 cm above the GL. Steel shall be stored in a manner so as to prevent distortion and corrosion. Any section that has deteriorated and corroded or if considered defective by Engineer-in-Charge shall not be used in the work and shall be removed from site by contractor without any extra cost to Govt.. It will be the responsibility of the contractor to make sure that all possible arrangements are made for the safe custody of the steel. In case of any loss of steel, only contractor will be responsible and the loss will/shall be made good without any delay or claim whatsoever.

Srl No.

Nominal Size Steel for Concrete Reinforcement Quantity

1. Bars size less than 10 mm 1 sample (3 specimens) for each test for every 25 tonne of steel or part thereof.

2. Bars size10 mm to 16 mm 1 sample (3 specimens) for each test for every 35 tonne of steel or part thereof.

3. Bars size over16 mm 1 sample (3 specimens) for each test for every 45 tonne of steel or part thereof.

STRUCTURAL STEEL

4. Tensile Test 1 test for every 25 tonne of steel or part thereof. 5. Bend Test 1 test for every 10 tonne of steel or part thereof.

GE (U)/AMB/08/2018-19 Serial Page No. ___

PARTICULAR SPECIFICATIONS (CONTD) 2.2.5. SCHEDULING OF SUPPLY 2.2.6. Schedule of supply of steel shall be finalized by the contractor with GE and shall be incorporated in CPM chart so that supply of steel is monitored in a way to avoid any delay in completion of the work. 2.2.7. The complete requirement of steel of various sizes will be worked out before making any RAR payment and procurement of steel by the contractor will be completed sufficiently in advance of the date of completion. No extension of time will be considered for non-availability of any section of steel. 3. CEMENT: The cement shall not be issued under Schedule ‘B’. Contractor shall procure the same under his own arrangement for the entire completion of the work. Provision of condition 10 of IAFW-2249 be read in conjunction with this clause. The specifications and other provisions laid down vide section 4 Para 4.3 of MES Schedule, Part-I shall be read in conjunction with the provisions contained in the subsequent paras here-in-after. 3.1 TYPE OF CEMENT: - The Cement shall be ordinary Portland cement grade 43 (IS-8112-1989) or Portland Pozzolana Cement (IS: 1489-). However for Reinforced cement concrete works only ordinary Portland cement shall be used Mixing of OPC & PPC shall not be allowed in a particular member of the structure or of any work. While using the PPC, following precautions/conditions shall be met with by the contractors at site . 3.2 PPC shall meet the strength criteria of 43 Grade OPC as laid down in IS 8112-1989. 3.3 The contractor shall submit following test certificate from the manufacturer of the cement for every batch of

cement:- 3.4 The quality of fly ash is strictly as per IS 1489 (Part I)-2002 (a) Fly ash is inter-ground with clinker and not mixed with clinker. (b) Dry fly ash is transparent in closed containers and stored in silos. Only pneumatic pumping shall be used. (c) The fly ash is received from thermal power plant using high temperature combustion above 1000 0 C should be used. (d) The fly ash content in PPC shall not exceed 25% to ensure consistency. 3.5 SOURCE OF PROCUREMENT: - The particulars of manufacturer of cement alongwith the date of manufacture shall be submitted by the contractor separately for every consignment of cement procured. Each consignment of cement procured by the contractor shall be recorded in the measurement book as “Not to be abstracted” and shall be supported with authentic original purchase vouchers highlighting the makes, batch Nos., quantity etc. Where the estimated requirement of cement for the entire work is less than 1200 bags, contractor can procure cement from the authorised distributors/ dealers of the approved firms. However the contractor will have to submit the test certificates for the batch issued by the firms. Purchase vouchers as mentioned here-in-before shall bear machine number from the manufacturers. Cement shall be procured by the contractor under his own arrangement and at his own cost from any of the main producers of cement mentioned below:-

(a) The Associated Cement Companied Ltd: (b) Grasim Industries Ltd (c) Ultra Tech Cement (d) The India Cement (e) Dalmia Cement (f) Andhara Cement Ltd (g) Century Cements (h) Saurashtra Cement (j) Binani Cement (k) Madras Cement (l) Manglam Cement (m) Birla Corp Ltd (n) Orient Cement (o) Lafarge Cement (p) Shree Cement (q) J K Cement (r) Laxmi Cement (s) Jaypee Rewa Cement (t) Gujrat Ambuja Cement

GE (U)/AMB/08/2018-19 Serial Page No. ___

PARTICULAR SPECIFICATIONS (CONTD) 3.6 IDENTIFICATION: -Cement shall be procured by the contractor under his own arrangement and at his own cost from any of the main producers of cement mentioned below. The particulars of manufacturer of cement 3.7 Marking of each cement bag shall be as per relevant IS code. 3.8 SCHEDULE OF SUPPLY:- Schedule of supply of cement shall be finalised by Contractor with the GE and shall be incorporated in CPM chart so that supply of cement is monitored in a way to avoid any delay in completion of the work. The complete requirement of cement will be worked out before making any RAR payment. Procurement of cement by the sContractor shall be completed sufficiently in advance of the date of completion. No extension of time will be considered for non-availability of cement. Every Cement godown shall be provided with two locks on each door. The key of one lock of each door shall remain with the Engineer-in-Charge or his representative and that of other lock with the Contractor or his authorised agent at site of work so that cement is removed from the godown only accordingly to the daily requirement with the knowledge of both the parties. Cement for purpose of accounting shall be on the basis of no. of bags. Minor variations in cement not more than 2% by weight of cement in a bag will be permissible for purpose of accounting of cement bags. However cement shall be incorporated in the work on actual weight basis where specified without any additional cost. 3.9. TESTING OF CEMENT: - The contractor shall submit the manufacturer’s test certificate in Original along with the test sheet giving the result of each physical test as applicable and the chemical composition of the cement or authenticated copy thereof, duly signed by the manufacturer with each consignment. The Engineer-in-charge shall record these details in the Cement Acceptance Register as given at Appendix ‘E’ after due verification. The GE shall also organize independent testing at random samples of every 250 MT of cement (If batch changes within 250 MT then testing of each batch has to be carried out) from the National Test House, SEMT, CME, Regional Research Laboratories, Govt. Approved Laboratories, Zonal Laboratories (including other labs approved by Chief Engineer Chandigarh Zone) as per IS: 3535-1986 (Method of Sampling Hydraulic Cement), IS: 4019 (Method of Physical test for Hydraulic Cement) and IS: 4032-1985 (Method of chemical analysis of hydraulic Cement). In case cement test result does not fall with-in the acceptable limits, respective consignment of cement shall be rejected and shall be removed by the contractor within 24 hours from the site. The cost of tests shall be borne by the contractor irrespective of status of the results and no claim shall be/to be entertained on this account and clause of IAFW-2249 and provisions in this regard in Para 4.11.7 of MES Schedule Part-I shall be deemed to be amended accordingly. Sample of cement from each consignment should be collected by the Engineer-In-Charge and GE in accordance with IS: 3535-1986. 3.10. STORAGE OF CEMENT: - The cement shall be stored over dry platform at least 20 cm high and in such a manner as to prevent deterioration due to moisture or intrusion of foreign matters. In case of store rooms, the stack should be at least 20 cm away from floors and walls. The stacking of cement shall not be more than 10 bags high. Inspection shall be carried out once a day by rep of GE associated with the work and rep of contractor. It shall be ensured that tested and untested Cement shall be segregated and stored separately with distinct identification. Not more than three months requirement should be procured and held in stock to avoid its deterioration. 3.11. DOCUMENTATION: - The Contractor shall submit original Vouchers and original manufacturer’s test certificates from the manufacturer for the total quantity of Cement supplied under each consignment to be incorporated in the work. Any consignment received at the work site shall be inspected by the GE along with relevant documents before acceptance. The Original Vouchers and the Test Certificate shall be defaced by the Engineer-in-Charge showing CA No., Year and dated signature and kept on record in the office of GE duly authenticated and with cross-reference to the Control number recorded in the Cement acceptance register. The cement acceptance register will be signed by JE (Civil), Engineer-in-Charge, GE and the Contractor or his rep. The Accepting Officer may order Board of officers for random check of cement and verification of connected documents. The entire quantity of all type of cement shall be suitably recorded in the measurement Book (Not to be abstracted) for record purposes before incorporation in the work and shall be signed by the Engineer-in-Charge and the Contractor. NOTE: In case of any dispute relating to the interpretations arising out of the above-referred provisions, the decision of the Accepting Officer shall be final, conclusive and binding.

GE (U)/AMB/08/2018-19 Serial Page No. ___

PARTICULAR SPECIFICATIONS (CONTD) 3.12. RECORD OF CONSUMPTION OF CEMENT 3.13. For the purpose of keeping a record of cement used, the contractor shall maintain a properly bound register serially numbered (all pages initialed against the numbering by the Engineer-In-charge) in the form approved by the Engineer-In-Charge showing daily quantity used in the work and balance in hand at the end of each day. The register shall be maintained with daily entries duly authenticated by the contractor or his authorised representative and the Engineer-in-Charge. Separate register shall be maintained for OPC & PPC indicating locations where the cement was used. 3.14 The register shall be kept at site in the safe custody of the contractor’s rep and Engineer-In-Charge during the

progress of the work and shall on demand be produced for verification to the inspecting officer. 3.15 On completion of the work, the contractor shall deposit the cement register with the Engineer-In-Charge for record. 4. CONCRETE 4.1 COARSE AGGREGATE – Coarse aggregate shall conform to specifications given in para 4.4.7 of MES

Schedule Part I. 4.2 Grading of coarse aggregate unless otherwise specified shall be as follows :-

For all reinforced cement concrete of - 20mm graded as specified in para 4.4.7.1 thickness not less than 80mm. on Page No 53 of MES Sch (Part-I). For all reinforced cement concrete of - 20mm graded as specified in para 4.4.7.1 thickness not less than 80mm. on Page No 53 of MES Sch (Part-I). For plain cement concrete 65mm thick- 40mm graded as specified in para 4.4.7.1 and over. on page No 53 of MES Sch (Part-I).

For plain cement concrete less - 20mm graded in concrete 40mm thick and above 40mm than 65mm thick. (but less than 65mm thick) and graded aggregate in

concrete below 40mm thick, both as specified in Para 4.4.7.1 Page No 53 of MES Sch (Part-I).

4.3 FINE AGGREGATE. Fine aggregate for all concrete work shall be naturally occuring river sand conforming to para 4.4.7.2 of MES Schedule 2009. Use of sand conforming to grading IV of IS 383 shall not be allowed for RCC works. Fine aggregate (sand) shall be conforming to the requirements as per IS.

4.4 WPC:- Refer Para 4.8 of MES Schedule Part-I. 4.5 WATER :- Refer Para 4.9, 4.9.2 of MES Schedule Part-I. 4.6 MIX OR GRADE OF CEMENT CONCRETE: - Reference of IS 456-1978 in Clause 4.11.1 shall be amended

to IS-456-2000 (fourth revision) shall be followed in respect of all the situations of plain or reinforced concrete superceding the provision of IS-456-1978 including in MES Schedule Part-I and Para 4.11.1, 4.11.2, 4.11.2.1 to 4.11.2.4 of MES Schedule Part-I. Mix of concrete shall be as specified in Sch ‘A’.

4.7 MIXING AND CONSOLIDATION OF CONCRETE 4.8. All cement concrete shall be mixed in mechanical mixer except in small quantities, which shall be hand mixed

with prior written permission of GE. The mixing time for design mix shall be as per design mix at trial time. 4.9 Mechanical vibrators of appropriate type shall consolidate all reinforced cement concrete. Consolidation by

tamping may be resorted to with prior permission of GE in writing in locations where it is not practicable in the opinion of the GE to operate the vibrator. Care shall be taken to ensure that concrete is not over vibrated so as to cause segregation.

GE (U)/AMB/08/2018-19 Serial Page No. ___

PARTICULAR SPECIFICATIONS (CONTD) 4.10 Precast/Cast-in-situ plain cement concrete shall be deposited and rammed by tamping and punning as specified in MES Schedule 2009 (part-I) vide para 4.11.10 and 4.11.11 on serial page 65, 66. 4.11. WORKABILITY OF CONCRETE: - Refer to Para 4.11.4 of MES Schedule Part-I. 4.12. TRANSPORTATION OF CONCRETE: - Refer Para 4.11.9 of MES Schedule, Part-I 4.13. PLACING OF CONCRETE: - Refer Para 4.11.10 to 4.11.10.3 of SSR, Part-I. 4.14. COMPACTION OF CONCRETE: - Refer to Para 4.11.11 & 4.11.11.1 of MES Schedule Part-I. Consolidation/compaction of concrete shall be done with approved mechanical vibrators except in locations where rolling and tamping is permitted by Engineer-in-charge. 4.15. CURING OF CONCRETE: Refer Para 4.11.13 of MES Schedule, Part-I. 4.16. PROTECTION, INSPECTION & FINISHING TO EXPOSED SURFACE OF CONCRETE: Refer Para 4.11.14, 4.11.15 & 4.11.16 of MES Schedule Part-I. 5. IMPORTANT REQUIREMENTS OF DESIGN MIX CONCRETE 5.1. Contractor shall provide all facilities such as materials and labour, tools/ equipment’s for moulding, casting and

conveyance of test cubes of concrete of grade M-15 (Design Mix), M-20 (Design Mix), M-25 (Design Mix) and M-30 (Design Mix) for testing in site lab as per details given in Appendix ‘D’. Testing charges shall be recovered as per details given in Appendix ‘D’ and as clarified in special conditions.

5.2 Design mix shall be based on parameters given in Appendix ‘G’ which are based on IS-456: 2000. The Design

Mix concrete as well as deviations related to the Design Mix concrete shall be priced on the rates given in MES Schedule Part-II, irrespective of the total quantity of cementitious materials determined by way of Design Mix. Further it shall be noted that no price adjustment shall be made if the cementations contents works out to more than given in Appendix ‘G’.

5.3 The contractor shall get the design mix carried out from any of the testing agency mentioned for ‘C’ level tests

as mentioned in Paras 25.1.3 of special conditions hereinbefore and the same shall be got approved from the GE before using the same in the works and cost thereof shall be deemed to be included in the lump sum rates quoted by the contractor for the buildings under Schedule ‘A’ Section-I and in other relevant Schedules.

5.4 The contractor shall be required to plan procurement of cement & other constituents in such a manner that the

design mix can be approved within 45 days from the date of commencement of work. NOTE: At the places of congestion of the reinforcement and where directed by the GE, the contractor shall use suitable plasticizers or 12.5 mm graded stone aggregates at his option, cost of use of plasticizers and/or carrying out the additional design mix due to use of 12.5 mm graded stone aggregates shall be deemed to be included in the quoted rate of the contractor. The plasticizers shall be of make as directed by GE. For pricing of deviations, the rates given for the respective grade of design mix concrete in MES schedule shall be followed. 5. Hard core : Hard core shall be of broken brick/stone (as indicated) of gauge not exceeding 63mm. Hard core

shall be deposited, spread and leveled in layers n.exc 15cm thick and watered and well rammed to a true surface and compacted. The thickness of the hard core as indicated, is the thickness after consolidation and where not specifically mentioned, it shall be 150mm consolidated thickness

6. BRICK WORK:- 6.1 Bricks:- Bricks shall be kiln burnt subclass ‘B’ old size bricks best quality conforming to requirements laid

down in IS-1077 1986 and samples kept in GE’s office. Unless otherwise specified in schedule ‘A’ Notes on drawings, bricks shall have minimum compressive strength of not less than 75 kg/sqcm. Water absorption of bricks shall be carried out as per IS-5454 and IS- 3500. The permissible to tolerance on the dimensions of bricks unless otherwise indicated shall be + 8%

6.2 Cement : - Cement shall be arranged by the contractor as specified in PS clause 3.0 here-in-above. 6.3 Sand:- Sand for mortar shall be as specified in Clause No. 5.40 of MES Schedule 6.4 Brick work shall be in cm (1:6) half brick walls in cm (1:4) wherever not specified in BOQ.

GE (U)/AMB/08/2018-19 Serial Page No. ___

PARTICULAR SPECIFICATIONS (CONTD) 7. PLASTERING :- Refer Para 14.12,14.14,14.16,14.17,14.18,14.24,14.25 & 14.28 of MES Schedule Part-I

2009 and as mentioned in BOQ. 8. FORM WORK

8.1. Refer Para 7.15.12 of MES Schedule Part-I. 9. SGSW PIPE 9.1. Refer Para 18.28. of MES Schedule Part-I. 10. EXCAVATION AND EARTH WORK: Excavation and earth work shall be carried out all as per specified in section 3 of MES schedule. 11. SAND FILLING 11.1. Sand shall be clean, free from dust, organic and other extraneous matter. It shall not contain more than 5 percent of clay/silt. 11.2 SHINGLE Shingle shall be clean and free from foreign matter and obtained from river or nullah beds. Shingle of all in size ranging from 40mm down to 4.75 mm gauge shall contain a sufficient proportion of fine material to fill all interstices and ensure binding when consolidated. 11.3. FILLING Filling shall be done in a manner similar to earth filling in plinth except that thickness of individual layer shall not exceed 15 cm. Shingle or ballast filling shall be blinded with earth before ramming/consolidation. The surface of the compacted moorum, red bajri, sand or shingle shall be dressed to the required level, grade or slope. In the case of moorum and sand filling, surface shall be flooded with water for at least 24 hours, surface allowed to dry and then compacted and graded. When the filling in floors etc, has nearly dried, any developing cracks shall be tapped and a thin layer of the same material as used for filling and earth in case of shingle filling shall be spread over the surface evenly and tapped in. 12. RCC PIPES 12.1 Refer Para 18.29 of MES Schedule Part-I. 13. CEMENT CONCRETE FLOORING 13.1 Refer Para 13.32 of MES Schedule Part-I. 14. CAST IRON WORKS 14.1 Refer Para 10.2 of MES Schedule Part-I. 15. MAKES OF PRODUCTS TO BE INCORPORATED IN WORK: Refer Appendix ‘B’, Makes indicated in this Appendix shall be provided under this contract. Where, Makes of products are reflected both for “GROUP1” as well as GROUP 2, Makes reflected for ‘GROUP 2’ shall be applicable under this Contract. However, contractor at his own may opt to provide Makes reflected for ‘GROUP 1’ without any extra cost to the Deptt. CONTRACTOR AGE (Contracts) FOR ACCEPTING OFFICER

CA NO : GE (U)/AMB/08/2018-19 SERIAL PAGE NO_______

SCHEDULE OF CREDIT

1. Contractor shall be allowed to remove the materials only after the correspondence amount of credit has been deducted from his dues. 2 Quantities indicated under col 4 is approximate depending upon the number of units indicated in Schedule A’ against the corresponding items of demolition, dismantling, taking down. However for the purpose of credit the quantities shall be according to the aforesaid item actually executed and recorded in the MBs less the quantities re-used if any under respective item of Schedule ‘A’. 3 Contractor shall be responsible for removal of entire materials as well as debries retrieved from the work site in the manner described in particular specification and leave the site premises neat and clean without any extra cost to the Govt.

Ser No

Item Ser No of BoQ Description of item A/U Qty Rate Amount

1 Refer relevant items of BoQ. Scrap iron Kg 850 25.00 21250.00

2 Brick bats Cum 12 550.00 6600.00

Total Rs. 27850.00 Signature of contractor For Accepting Officer

CA No. GE (U)/AMB/08/2018-19 Serial Page No

APPENDIX ‘B’ MAKES OF PRODUCTS TO BE INCORPORATED IN WORK

Ser No

PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS REMARKS GROUP 1 GROUP 2

1 2 3 4 5

LIST OF MAKES (B/R ITEMS) 1. (a) Chloro –pyriphos

emulsifiable concentrate (20 EC)

Pest Control (India) Pvt Ltd, Pest Control Services, Delhi, Montari Industrial Ltd, New Delhi, JS Pest Control Chandigarh, De-Nocil Bombay

Delfin Pest Control Services, New Delhi, Dhawan Pesticides, Delhi, Pest Control Services of India, New Delhi, BL Kapoor, New Delhi, Dr Swarop’s Pest Control, Punjab United Pest Control Ludhiana, Pest Eradicators (India) New Delhi, Pest Control corporation Delhi, Pest Control organization Delhi, Trishul

(b) Lindane – 20 EC India Pesticides Ltd, Lucknow, Kanoria Chemical India Ltd, Pest Control (India) Pvt Ltd.

(c) Gammax – 20 India Pesticides Ltd, Lucknow, Tata Chemicals, Pest Control (India) Pvt Ltd.

2. Pressed Steel Door Frames / Chowkhats for Doors / Cupboard and Window frames

M/S SK Steel Fabricators Ludhiana, M/S Sehgal Doors, New Delhi, M/S Bhawani Steel Fabriction, Gaziabad, M/S India Mart Intermesh Ltd, Hyat Interiors.

SS Engg Industries, Gaziabad, Dahiya Industries, Panchkula, M/S Metal Window Corporation, New Delhi, M/S Ishwar Industries, Meerut, M/S Trisul Industries, M/S Aswani& Sons, M/S Jangid Engineering Works,Ghaziabad, M/S GS Udyog, Kanpur, Shri Krishna Associates, Panchkula, Steel Master Industries, Panchkula, Pioneer Fabrication, Meerut, Vardhman Precision Tubes and profiles, New Delhi, M/S Royal Safe Works, New Delhi, M/S Delite Safe Works, New Delhi, M/S Jangid Engineering Works, M/S Steelman Industries, Jalandhar, M/S Laxmi Steel Works, Rohtak,

3. Steel Windows / Vents Agew Steel Manufacturer Pvt Ltd, Ahmedabad, Multiwyn Industrial Corp, Kolkata, Satkar Industries,

Pathankot Rd Jalandhar, Arcat

Ganpat doors, Rajpura, M/S Metal Window Corporation, M/S Mohindra Fabricators, M/S SK Fabrication (India), M/S Gurjeet Industries, M/S GR Kalsi& Co, M/S SKS Industires, M/S Steel PlastsMachines, M/S Surbi Metal (India), Govind Enterprises, Delhi, M/S GS Udyog, Kanpur, M/S Shree Krishna Associates, Panchkula, M/S Jangid Engineering Works, Jaipur, Godrej and Boyce, Mfg, Mumbai, Steel Master Industries, Jalandhar, Shri Krishna Associates, Punchkula, M/S Bharat Steel Fabrication & Engineer, Ghaziabad, M/S Laxmi Steel Works, Rohtak, M/S Steel Man Industries Jalandhar

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5 4. Rolling Shutters & Rolling Grills Swastik Rolling Shutters & manufacturing

works, Mumbai, Hercules Rolling Shutters Bangalore, Standard Industries Pune.

Prakash & Co, New Delhi, Ishwar Industries, Meerut Cantt, Dahiya Industries, Panchkula, Shubdwar, M/s Prakash Industries, SKS Steel Industries, New Delhi, M/S Akash Rolling Shutters, Delhi, M/S Auto Rolling Shutters Enterprises, Delhi, Rama Rolling Shutters Industries, New Delhi, Shri Krishna Associates, Panchkula, M/S Bharat Rolling Shutters Industries, Jabalpur, M/S Prakash Rolling Shutter Delhi, M/S Steelman Industries, Jalandhar, Chabra Steel Udyog.

5. Welded wire Mesh / Fabric Multiweld Wire Co Ltd, Mumbai, Jainsons Sales Corp, Delhi, Jaisons industries

6. Factory made Panelled Door Shutters

M/S MP Wood Product Indore, M/S Jainwood Industies (Jayana Brand) Delhi, M/S Jain Doors Pvt Ltd, Sonipat.

Chandigarh Timber Products, Patiala, M/S New Jagdamba Doors, M/S AB Composites Pvt Ltd, M/S Haryana Industries, M/S Supreme Doors and allied products, Kanpur, M/S NND Wood Industries, Sriganganagar, M/S Shakti Industies, Dhanaula. M/S Sarab Enterprises, Kangra, M/S Ecocell Doors, Udaipur, M/S Massonite Doors, Pathankot, Pioneer Timber Products, Chandigarh, Goyal Industrial Corporation, New Delhi, Shri Krishna Industries, Panchkula, M/S Laxmi Doors, M/S Joinery Manufacturing Co Kolkata,

7. Factory made Flush Door Shutters

M/S Green Ply Industries, M/S Century Ply, M/S dura Ply. Mysore Chip Board, Archid, Swastik Ply Wood, M/S Jainwood Industies (Jayana Brand) Delhi

Sitapur Plywood Manufacturers Sitapur, M/S Laxmi Doors, Lucknow, Merino Flush Door, Faridabad. MP Wood, Goyal Industries Faridabad

8. PVC Door Frame / Shutters Sintex, RajshriPlastiwood Ltd, M/S Dura Plast Extraction Pvt Ltd, M/s Fenesta

M/s Poly Window, Pune Accura,Polytech Ahmedabad, Fixopan indo Plast Pvt Ltd, New Delhi

9. UPVC Windows/Doors Fenesta, Veka Industries Pvt Ltd Mumbai, Kundli Industrial Estate, Sonipat

Accura Polytech, Kumar Arch Tech, Poly windows, Pune, H2O Solution (Windows & doors)

10. Iron Mongery Mowjee, M/s Kitch Architectural Product Pvt Ltd, RS Industries.

11 Standard Mortice lock Godrej, Harrison, Link

Contd/-

12. Hydraulic Door Closer Everest, Universal, Godrej Amar, Sandhu, Priya

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5 13. Anodised Aluminium

Doors/Windows/Frames/Partitions

Fenesta, Jindal, Indal, Hindalco Aluminium System Corp, Mumbai, NairsArkinetal Enterprises, New Delhi, Aluminium Manufacturing Co, Kolkatta Santosh & Co, New Delhi, Dada Aluminium Fabricators, Jalandhar, M/s AlumilitePvt Ltd, Dhiraj, M/s Ajay Industries, Bombay, M/s Ramniklal S Raste, Jabalpur, M/s Aluminium Tech Industries, Delhi, M/s VR Associates, Delhi, Mahavir, Ambala, Consolidated Engineer Com, New Delhi, AluminiumPvt Ltd, Ajit India Pvt Ltd.

14. Aluminium wooden Doors and Windows fittings

Argent Industries, Mowjee, Crown M/s Elite Enterprises, Mumbai, M/s Classic, New Delhi, M/s Aluminium Udyog, M/s Mohan Metal Industries, Delhi

15. Aluminium Section Hindalco, Jindal, Indal. Valco Industries Ltd Chandigarh, Banco Aluminium Ltd.Vadodra Gujrat.

16. Aluminium Sheets NALCO Pvt Ltd, CRIL, Jindal, BALCO Jagdish Aluminium Pvt Ltd Ahmedabad, Gujarat, Alco Industries Pvt Ltd New Delhi

17. Aluminium Composite Panels ALCO Bond, Aluminium Clad, Alstrong, Armstrong

Alstone

18. Particle Board (Veneered & Unveneered

Laminated)

Kitply, Nova Pan Industries, New Delhi, M/s Green Ply Industries Ltd, Archid Ply, Bhutan Board, Dura Board Mysore Chip board Ltd

Bakelite Hylam Ltd

19. Plywood for General Purposes Dura Ply, Archid Ply, Bhutan Board, Archid Board, Century, Durian, Mysore Chip Board Ltd

Swastik Ply, Jaipur, National Plywood IndustriesPvt Ltd, Kolkatta, Merino Plywood, Mayur Ply, Jayna Plywood, M/s Janardhan Ply Board Industries

20. Decorative Laminates Archid Lam, Sunmica, Merino, Lam, Mysore Chip Board, Greelam

Sungloss, Formica, ecolam, Bakelite Hylam

21. Fibre Board (Medium Density) Novapan, Bhutan Board, Kit Ply, Mysore Chip Board Ltd, Green Panel Max (plain exterior Grade MDF/ prelam/ veneered MDF/ Green Floormax Laminated)

Managalam Timber Products, Kolkatta, Ramco Industries Ltd,DECO, Green Panel Max plain exterior MDF.

22. Pre Fab Panel Boards/Wall lining ceiling tiles

Lafarge, Boral Gypsum Board Pvt Ltd, Shri Nepal Board Ltd, Aerolite Ceiling System Pvt Ltd, Hilux, Armstrong

Ramco Industries Pvt Ltd, Endura Modular Systems, Reliance Bldg System, BPB India Gypsum Ltd

23. Galvanised steel sheets &Colour Coated galvanized steel Sheets

SAIL, TATA, Jindal Aone Industries, Bhushan, CRIL, Prestar

24. Polycarbonate Sheets Duratuff, Lexan, VMT Plaste Ltd M/S Coxwell Domes Engg Pvt Ltd.

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5

25. Galvalume Sheets Indian Ispat, TATA Blue scope, JSW Multicolor, Aone Industries, Metco Global, CRIL, Kirby, Prestar

26. AC Sheets/AC Boards(Corrugated, Semi Corrugated)

Charminar, Ramco, Everest Swastik, Bomb ay, M/s Eternit Everest Ltd, UP Asbestos Ltd

27. Gypsum Board India Gypsum. Lafarge, Son Industries, Kanpur

28. PVC Tiles/Sheet Primer Polyfilm Ltd, Wonder Floor, Armstrong

RikvinFloot Ltd, New Delhi, Fixopen Machineries, New Delhi, Krishna Tiles, Polyfin

29. Glass Mosaic Tiles Johnson, Italia, Coral Mosaic, NITCO

Paladio, Accura, Bisazza, Mridul,Unistone, Arihant

30. Terrazzo Tiles/PPC Tiles/PPC Chequered tiles

NTC, NITCO, Eurocon, Duracrete Ultra Tiles Pvt Ltd, Bharat Tiles,Mehtab Tiles, Regent Tiles, Hindustan Tiles, SS tiles

31. Interlocking Tiles/Exterior Tiles/Paver Blocks

Unistone, NTC, NITCO, Ultra, Johnson

Terra Firma, A-One tiles, Coral, Mehtab, Tiles, Pavit, SS Tiles, Hindustan Tiles, Singh Traders (ST)

32. Decorative Textures/Coatings Unitile, Bakelite Hylam (Heritage), NCL AltekSeccolor, Dulux (Acratex), Apex (Duracast) Unitile, Bakelite Hylam (Heritage), NCL AltekSeccolor, Dulux (Acratex), Apex (Duracast)

Luxture surface coatings, Spectrum Paint

33. Exposed Brick Façade Unistone, Pioneer Bricks, Regent Tiles 34. Glazed Earthen Ware Tiles H&R Johnson, Kajaria, Somani Orient Ceramic, Asian, Vermora, Orient Bell 35. Glazed Ceramic/Non Skid

Wall/Floor Tiles Kajaria, H & R Johnson, Cera, Unistone, Somani, NITCO, Eurotiles, Spartek

National tiles, Ultra, tiles, Orient Ceramic, Asian, Swastik, Varmora, Orient Bell, Bonzer -7 (Trial).

36. Vitrified Tiles (Normal/Anti skid) Somani, Kajaria, Johnson, Orient Bell, NITCO

Murdushwar Ceramics Ltd, Orient, Asian, Swastik, Crystal, Bonzer -7 (Trial).

37. HDPE Storage Water Tanks Sintex, Polycon, sheetal Rotex, Fusion, SPL, Diplast Plastics, Aqua Polymers 38. Sanitary appliances/fittings

(Chinaware) Hindustan Sanitary Ware, Parryware, Cera, Jaguar, Neycer

Duravit, Madhusudan Ceramics

39. Water Closet Seats and cove (Solid Bakelite) Thermostat Moulded toilet seat cover

Parryware, Jaguar, Somani, Commander, CERA, Neycer

Superme, Prayag, Polytuff, Milennium

40. PVC Flushing Cisterns Hindustan Sanitary Wares, Commander, Parryware, Cera, Jaguar, Johnson Pedar, Neycer

Khodiyar Pottery Works, Millennium, Superme, Prayag

41. CI Flushing Cistern Hindustan Sanitary Ware, Parry Ware, Orient Sanitary Ware

Sanifix India, PhenoweldPolymer, Anupam Industries

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5

42. Stainless Steel Kitchen Sink with or without Draining Board, Plate Rack

Hindustan Sanitary Ware, Parry Ware, Orient Sanitary Ware NIRALI, Kobra, Neelkanth, Jayna, Blue Star (Silver Shine)

Pheonix, Diamond, AMC, Prestige, Allex, Neel, Prayag Polymers, Anupam Industries, Vardhaman Enterprises ( Jainko), Elite Metal Products, Franke India Pvt Ltd, Prakash Sanitary Appliance, Shakti Enterprises

43. Ball Valves(Horizontal Plunger Type)

Dripless Faucets India, Flowjet, Ball valves India

Hind enterprises, Prakash & Co, Leader valves, Bombay metal, Taurus Engineering Industries, Prima

44. Shower Roses Chromium plated (Swivel Type)

GEM, JAGUAR. Jainko, Blustar (Silver Shine), Prima.

45. Bath Room Fancy fittings JAGUAR, GEM, MARC, Anchor, Spectrum, Pico, Dripless, Kingston, Prima. 46. Bib Taps and Stop Taps (CP)

Fancy fittings JAGUAR, PARKO, GEM, Marc, ESS ESS ELITE,Zim, Prima, Essco, Jainko, Prayag

47. Ready Made Bathroom Cabinets Jaguar, Cera, Commander, Parryware Gratolite, Alpina, Prayag

48. Salt Glazed Stone Ware Pipes/Glazed Stone Ware Pipes

Devraj Industrial, Buran, Perfect Sanitary Pipe, Superme Pipe and fittings

Shri Kamakshi Agencies, Hind Creamics, Bhardwaj Stone Ware, Binary Udyod, Creamic Industries

49. Concrete Hume Pipes Indian Hume Pipe Company Jain Spun, DayaSpun,Delhi Spun Pipe, Ramnik Enterprises

50. AC Pipes Hyderabad Asbestos, Everest, Ganga Asbestos, Konark Cement and Asbestos

JK Super Pipes, Sarbamangala Manufacturing Co, Maharashtra Asbestos

51. PVC Rain Water Pipe/sewage pipes

Supreme, Finolex, Reliance Kissan, Prince, Diplast Plastics

52. GI Pipe/fittings Jindal, TATA, NECO, UNCO Steel Industries, Bharat Steel Tube Delhi

Nidhi Pipe Ltd, Swastik Ltd, Surya Roshni(Prakash), Indus Tubes Ltd

53. CI Pipes fittings (for Sewerage/Rainwater)

SKF, SRIF, Singhal Iron Foundry, Hindustan Engineering Products, Jindal Saw, NECO (Jayaswal), HEPCO(BinayUdyod)

Ashutosh Casting Ltd, Veetus Industries Ltd, Anand Founders & Engineers, Electrosteel, Kesoram, Bengal Iron Corporation.

54. Soil Waste Pipes fittings/steel Manhole Cover

SKF, Singhal Iron Foundry, NECO, SILC Bengal Iron Corporation.

55. PPR Pipes SFMC, SAFE, WETFLOW Diplast Plastics, Veekay Technocrat Pvt Ltd, Amitex Polymers, Kitec Industries Ltd

56. HDFE Pipes/SNR Pipes(Water/Sewage)

Gamson India, Dustron, Rex Polyextrusion Ltd, SRIF, SKF.

Kirti Industries India Ltd, Vertex Green Poly pipes, Uniplus, Diplast Plastics

57. Sand Cast Iron Spigot & Socket soil Waste, Vent Pipes & fittings

SRIF, RIF (Gola Castings), NECO (Jayaswal),HIF

Raj Iron Foundary, Bengal Iron Corporation, Kolkatta, Kajecao

58. Cement Based Paints Snowcem, Asian, Jenson & Nicholson, Berger, Duracem

Acquolac Paints, Godavari Paints, Rajdoot Paints, Classic Paints, Acropoints

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5

59. Dry Distemper/Oil Bound Distemper/ Plastic Emulsion/ Exterior emulsion/Silicon paints & Coating

Goodlass Nerolac Paints, Jenson &Nicholson, Berger Paints, ICI Dulux, Asian Paints

Shalimar Paints, Godavari Paints, Acro Paints

60. Plastic Emulsion Paint Berger (Silk, Rangoli easy clean), Asian (Royale, Apcolite advance), Akzo Nobel (Velvet touch), Nerolac (Impression ecoclean, impression 24 carat)

Berger (Rangoli emulsion), Asian (Premium emulsion), Akzo Nobel (Supersmooth), Nerolac (Lotus Touch, Beauty Gold), Jenson & Nicholson (Eqvt. Make), Shalimar (Equt. Make).

61. Paint Exterior Berger (Weather Coat all guard), Asian (Apex Ultima), Akzo Noble (Weather shield max), Nerolac (Excel total)

Berger (Weather Coat Smooth), Asian (Apex Weather proof), Akzo Noble (Weather shield ), Nerolac (Suraksha Advanced)

62. Synthetic Enamel Paint Goodlass Nerolac Paints, Jenson &Nicholson, Berger Paints, ICI Dulux, Asian Paints

Aquolac Paints, Shalimar Paints, Acro Paints

63. False Ceiling Tiles/Board (GypsumBoard/POP/Mineral Fibre)

Lafarge Boral, Gyproc, Armstrong, Diaken, Lloyds, Luxalong.

Reliance big System, BPB India Ltd, Shree Nepal Boards,Bhutan Boards, Duratuff, Anchor

64. Drapery rods Vista Levalor Vista Levalor 65. Mirror looking Saint Gobain, Modi Float, Triveni Float

Glass Saint Gobain, Modi Float, Triveni Float Glass, Crown, Prayag polymers.

66. False Ceiling Gypboard, Armstrong, Anchorlam Anchor Gypboard, Armstrong, Anchorlam Anchor, Bhutan boad, Duratuff, Aerolite

67. PTMT fitting PRAYAG, Shakti, Polytuf PRAYAG, Shakti, Polytuf LIST OF MAKES (INTERNAL & EXTERNAL ELECTRIFICATION ITEMS) 1. POWER TRANSFORMER

132/66/33/22 KV BHEL, SCHNEIDER, ABB, SIEMENS, BHARAT BIJLEE, ALSTOM.

CROMPTON GREAVES, ECE INDUSTRIES LTD, VOLTAMP, ANDREW YULE, MEGAWIN, ITE GURGAON, RAJASTHAN TRANSFORMER & SWITCH GEAR, AREVA (T&D)

2. DISTRIBUTION TRANSFORMERS 11 KV ABOVE 500 KVA CAPACITY

BHEL, SCHNEIDER, ABB, SIEMENS, BHARAT BIJLEE, ALSTOM.

POWERGEAR, ANDREW YULE, INDIAN TRANSFORMERS & ELECTRICALS-GURGAON (ITE-GUR), VOLTAMP, PACTIL, CROMPTON GREAVES, HINDUSTAN TRANSFORMERS, POWER WARE , RAJASTHAN TRANSFORMER AND SWITCHGEAR, SAI TRANSFORMER, URJA TECHNIQUES, DIAMOND, JK TRANSFORMER, UNIVERSAL

3. DISTRIBUTION TRANSFORMERS UPTO 500 KVA CAPACITY

CROMPTON GREAVES, ANDREW YULE, ABB, SCHNEIDER, BHARAT BIJLEE, VOLTAMP

POWERWARE, INDIAN TRANSFORMERS & ELECTRICALS-GURGAON, DIAMOND, HINDUSTAN TRANSFORMERS

4. CHEMICAL EARTHING OBO, JMB, JMV (EARTHING), ENOV, POWERTRACK, TIRUPATI CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5

5. STAR RATED ENERGY EFFICIENT TRANSFORMERS STEP DOWN UPTO 200 KVA CAPACITY (4/5 STAR RATING ONLY TO BE USED)

ANY MAKE AS APPROVED BY BUREAU OF ENERGY EFFICIENCY AND BEARING 4/5 STAR RATING LABEL LIST OF MAKE AVAILABLE ON BEE WEBSITE.

6. HT SWITCH GEAR 132/33 KV & 66 KV, VCB (OUT DOOR/INDOOR) / CT & PT

ABB, SIEMENS, SCHNEIDER, BHEL, BHARAT BIJLI

CROMPTON GREAVES, ANDREW YULE, ALSTOM, C & S ELECTRIC, CEC, ITE GURGAON, AREVA (T&D)

7. HT SWITCH GEAR 33/66 KV, SF6 (OUT DOOR/ INDOOR)

ABB, SIEMENS, SCHNEIDER, BHEL ANDREW YULE ,CROMPTON GREAVES, ALSTOM, , C & S ELECTRIC , L&T, AREVA (T&D)

8. HT SWITCH GEAR 11 KV, VCB (INDOOR / OUT DOOR), HT RING MAIN UNIT, SF6/VACUUM, 11 KV/CT & PT

ABB, SIEMENS, SCHNEIDER, BHEL ALSTOM, L & T , C & S ELECTRIC, ANDREW YULE, CROMPTON GREAVES, ADVANCE PANELS & SWITCHGEAR

9. HT SWITCH GEAR PROTECTION RELAYS (ELECTROMECHANICAL / NUMERICAL)

L &T, ABB, SIEMENS, SCHNEIDER, EASUN ROYALE

CROMPTON GREAVES, BHARTIYA INDUSTRIES

10. LT/HT CABLE JOINTS HEAT SHRINKABLE/ COLD SHRINKABLE / PUSH ON TYPE

DENSON, M-SEAL , BIRLA 3 M, RAYCHEM, CABSEAL

11. GANG OPERATED SWITCH DEVICE

BHEL, PACTIL, OBLUM, ABB JAIPURIA, RASHTRIYA, REYCHEM, GE POWER, DENKE POWER SWITCH, ATLAS, SCREW INDIA, SSK ENTERPRISE

12. LIGHTENING ARRESTERS BHEL, CROMPTON GREAVES, SCHEINDER, PACTIL, OBLUM ELECTRICAL, OBO BETTERMEN, HPL

LEMLOS CO, HPL, ALPRO, CENOTECH INDIA, JAIPURIA, RASHTRIYA

13. HT/LT PCC POLES CEMENT FABRIC CHANDIGARH, PUNJAB, CONCRETE LTD CHANDIGARH, HARYANA CONCRETE UDYOG LTD, PCIC, ECI, HINDUSTAN PREFAB, PRACTO ENGINEERS, ICB INDUSTRIES, KASHMIR CEMENT, KB INDUSTRIES , PRE CAST CEMENT, CONCRETE FABRIC, CONCRETE UDYOG LTD, MOAHAN CONCRETE UDYOG LUCKNOW,

14. CT & PT, 11 & 33 KV ABB, SIEMENS, CROMPTON GREAVES, PRAGATI, AE, KAPPA (AS PER OEM HT PANEL MANUFACTURER)

15. HT XLPE CABLES 132/66/33 KV & 11 KV

CCI, UNIVERSAL CABLES, FINOLEX, ASIAN CABLES, KEI INDUSTRIES LTD, POLYCAB, HAVELLS

HAVELLS, GLOSTER CABLES LTD, NICCO, RPG CABLES, POLYCAB, ICL, GEMSCAB, RAVIN, ELEKTRON, CRYSTAL ELECTRIC CO PVT LTD,DIAMOND RALLISON PVT LTD, UNISTAR, PLY CAD

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5 16. HT / LT STEEL TUBULAR

SWAGED POLES

NATIONAL TUBING CO. KANPUR, BHARAT CONDUIT & STEEL WORKS KANPUR, C & S ELECTRIC

QUALITY STEELS, PARUTHI ELECTRICALS, MS ELECTROSTEEL, SURJIT STEEL INDUSTRIES, SOHAN LAL & SONS, TTI, AST, MAHENDRA INDUSTRIES, VIKRAM INDUSTRIES.

17. STEEL TUBULAR DECORATIVE POLES OCTAGONAL/HIGH MAST LIGHT AND POLES

FINOLEX, HAVELLS, CROMPTON GREAVES, C & S ELECTRIC, HOMEDEC

KEI, RALLISON, SURYA, NICCO, PARAGON, GEMINI, GRANDLAY, POLYCAB, PLAZA, E STANDARD, KALINGA GOLD, GEMSCAB, INDOASIAN, HPL, BAJAJ, SHALABH, LBEE, VRONICA, EON, PARUTHI ELECTRICALS

18. ACSR CONDUCTOR JAIPURIA, ALIND, ICC, NICCO DIAMOND, BHARAT CONDUCTORS 18A. PORCELAIN INSULATORS PACTIL/RASHTRIYA/JAIPURIA 19. LT PANELS/ APFC PANELS/AC

CONTROL PANELS/ PUMP HOUSE PANELS FOR SS HAVING CAPACITY 1000 KVA AND ABOVE

SIEMENS, L & T, ABB, SCHNEIDER, LEGRAND, C&S ELECTRIC, SHALABH, HAVELLS, BHANDARI, HENSEL ELECTRIC INDIA PVT LTD

CROMPTON GREAVES, POWER SYSTEM & CONTROLS JALANDHAR, UNIVERSAL SWITCHGEAR CONTROL, CONELEC SYSTEM, UNILEC, NEPTUNE, CONTROL, WEL, TRICOLITE, RMS PANELS, SMS PANELS & SWITCH GEAR, POWER WARE, BENTEC, CATER PILLER, ADLEC, UNITECH, INDIAN TRANSFORMERS & ELECRICALS, INDUSTRIAL POWER CONROL, SYSTEMS & SERVICES (POWER CONTROLS), DV ELECTROMATIC PVT LTD, KRYPTON POWER CONTROLS (INDIA) PVT LTD, AVON CONTROLS, SUPERTECH POWER CONTROL PVT LTD, HANSON ENTERPRISES PVT LTD, STANDARD SWITCHGEAR, ELECTRA POWER, EAP ELECTRO, AE, HPL, SOMBANSI, ADHUNIK SWITCHGEAR, NATIONAL ENGG WORKS, UNIX SWTCHGEAR PVT LTD, MILESTONE, LOMER SUPREME CONTROL JALANDHAR, SUDHIR POWER LTD, SPC ELECTROTECH PVT LTD, EXPERT ENGG, ADVANCE PANELS AND SWITCHGEARS, HAVELLS, POWER TECH SWITCHGEARS (I) PVT. LTD, C & S ELECTRIC, BCH, BHANDARI, HENSEL ELECTRIC INDIA PVT LTD

20. LT PANELS/ APFC PANELS/AC CONTROL PANELS/ PUMP HOUSE PANELS FOR SS HAVING CAPACITY BELOW 1000 KVA

21. HIGH VOLTAGE INSULATING RUBBER MAT

JYOTI, DUNLOP KARULA PREMIER POLYFILM, SUNTEX INSULATION, SAFEVOLT, SINTEX

22. LT AIR CIRCUIT BREAKERS ABB, SIEMENS, L & T, SCHNEIDER, LEGRAND, ALSTOM, HAGER, INDO ASION, C&S ELECTRIC, HAVELLS

C & S ELECTRIC, BCH, INDOASIAN, HAVELLS, CROMPTON, STANDARD, HPL, GE

23. MCCBS ABB, SIEMENS, L & T, SCHNEIDER, LEGRAND, MERLIN GERIN, HAGER, HPL, INDOASION, C&S ELECTRIC, HAVELLS, BENLO

C & S ELECTRIC, BCH, INDOASIAN, HAVELLS, CROMPTON, ANCHOR, GE POWER, HPL, STANDARD ELECTRICALS, BENLO, SHALABH

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5 24. MCB/ ELCB/ RCCB/ RCBO/

ISOLATORS/ MCB DISTRIBUTION BOARD

L & T, ABB, SCHENEIDER, SEIMENS, LEGRAND, HAGER, HPL, INDO ASION, C&S ELECTRIC, HAVELLS, BENLO

BCH, CROMPTON GREAVES, INDOASIAN, C & S ELECTRIC, HAVELLS, , STANDARD ELECTRICALS, PLAZA HPL, ELECTRIC CO PVT LTD, GE, SHALABH, BENLO

25. POWER CONTACTORS L & T, SIEMENS, ABB, , LEGRAND, SCHNEIDER, GE POWER, AE, HPL, INDO ASION, C&S ELECTRIC, HAVELLS

BCH ELECTRIC, C & S ELECTRIC, STANDARD, INDOASIAN, HAVELLS, HPL.

26. VOLTMETER/ AMMETER/ FREQUENCY METER/ PF METER (ANALOG TYPE)

L & T, AE, SECURE, SCHENEIDER, LEGRAND, HAGER, HPL

IMP, AMTL, HPL,MECO, ESSMA, HAVELLS, INDOASIAN, C& S ELECTRIC

27. VOLTMETER/ AMMETER/ FREQUENCY METER/ PF METER (ELECTRONIC TYPE /DIGITAL TYPE)

SECURE, DUCATI, L & T (RISHAB), RAAS, CONCORD, C & S ELECTRIC, MECO, AMTL

28. LT CABLES, 1100 VOLTS, XLPE CCI, FINOLEX, UNIVERSAL CABLES, RPG, KEI INDUSTRIES PVT LTD, HAVELLS, POLYCAB

NICCO, ASIAN CABLES, HAVELLS, POLYCAB, ANCHOR, KALINGA GOLD, GRANDLAY, PLAZA, HPL, PARAGAON, GLOSTER CABLES LIMITED, INDUSTRIAL CABLE, SHALAB, HEAT FLEX, SS CABLE INDUSTRIES, BONTON, PARAMOUNT, HIND INDUSTIRES, DIAMOND, WINDSOR, EON ELECTRICAL LTD, GEMSCAB, ALCON WIRES AND CABLES, RALLISON PVT LTD, CABCOM, ICL.

29. PCC CABLE COVER MEHTAB TILES, PEARLESS INDUSTRIES, HINDMOZAIC GUJRAT, JJ CONCRETE LUCKNOW 30. CHANGE OVER SWITCHES SIEMENS, ABB, L & T, SCHNEIDER, INDO

ASIAN, C&S ELECTRIC, HAVELLS GE POWER, BCH, C & S ELECTRIC, HPL, HAVELLS, STANDARD, GE, INDOASIAN, ANCHOR, HAGER

31. SMART / TAMPER PROOF ENERGY METERS

ABB, L & T, SCHENIDER, SECURE, HPL LANDIS & GYR, HPL, AMTL, HAVELLS, GENUS, C&S ELECTRIC, INDO- ASIAN

32. VOLTAGE STABILIZERS UPTO 25 KVA

APLAB,AE, V GUARD, ANDREW YULE POWERWARE, SINETRAC, VOLINA, MICROTECH, INDIAN TRANSFORMERS & ELECTRICALS, VENER-7, AAR KEY, VINITEC.

33. VOLTAGE STABILIZERS ABOVE 25 KVA(SERVO CONTROLLED)

AE, V GUARD, APLAB, ANDREW YULE POWERWARE, SINETRAC, VOLINA, , LOGICSTAT, BLULINE, PACTIL, VOLTAMP, INDIAN TRANSFORMERS & ELECTRICALS, VENER-7, AAR KEY, VINITEC

34. UPS (OFFLINE & ON LINE) EMERSON, TATA LIBERT, APLAB, APC ,AE SU-KUM, MICROTECH, APS, LABOTEK, V-GUARD, SINETRAC, LUMINOUS, MOSER BAER.

35. RIGID PVC CONDUIT PLAZA, FINOLEX, BAJAJ KAMPLAST, SUPREME, KALINGA, DUTRON, AKG, KINJAL, PRINCE, DIPLAST, TIRUPARTI, POLYCAB, JAIN IRRIGATION, SAVOIR, INDO.

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5 36. MS CONDUIT /ERW CONDUIT

PIPE BHARAT STEEL, JINDAL, TATA AKG, BEC, NIC, PRAKASH TUBES, OSWAL, TIRUPAT

37. PVC COPPER WIRES-650/1100 VOLTS

L & T, FINOLEX, RPG, RR KABLE, GRANDLAY, HPL, HAVELLS, POLYCAB, BENLO

INDOASIAN, PARAMOUNT, C&S ELECTRIC, BCH, V-GUARD, POLYCAB, BONTON, NICCO, KALINGA PREMIUM, HPL, HAVELLS, PLAZA, PARAGON, (ELEKTRON), ANCHOR, GEMINI, ALCON. SHALABH, BENLO

38. PT SWITCH / SOCKETS / CEILING ROSES / FAN RAGULATORS

ANCHOR, LEGRAND, CRABTREE (SCHNEIDER)

C & S ELECTRIC, STANDARD, HAVELLS, SSK, POLYCAB, FINE, PLAZA, CONA, INDOASIAN.

39. LAMINATED SHEET COVER HYLUM, FORMICA, GREEN LAMINATED BOARDS

40. MODULAR SWITCH / SOCKETS / FAN REGULATORS

LEGRAND, SEIMENS ABB, CRABTREE, (SCHNEIDER), HPL, INDO ASION, C&S ELECTRIC, HAVELLS, POLYCAB

ANCHOR, L & T (ORIS), C & S ELECTRIC, LEADER, SSK, INDOASIAN, HAVELLS, CLIPSAN, STANDARD, POLYCAB, HPL

41. STREET LIGHT FITTING & ACCESSORIES – HPSV (70 / 150 / 250 /400), HPMV (80 / 125 / 250 / 400) / METAL HALIDE

PHILIPS, CROMPTON GREAVES, BAJAJ, WIPRO, SCHNEIDER, HPL, C&S ELECTRIC, HAVELLS

C & S ELECTRIC, GE LIGHTING, HAVELLS, HPL.

42. TUBE LIGHT/ STREET LIGHT FITTING

PHILIPS, CROMPTON GREAVES, BAJAJ, WIPRO, HAVELLS

SURYA ROSHNI LTD, INSTA POWER, HALONIX TECHNOLOGIES LTD, HAVELLS, POLYCAB, C & S ELECTRIC, SCHNEIDER, GE LIGHTING,

43. FLOOD LIGHT FITTINGS PHILIPS, CG, BAJAJ, WIPRO, POLYCAB SURYA ROSHNI LTD, INSTA POWER, HALONIX, TECHNOLOGIES LTD, HAVELLS, POLYCAB

44. BOX TYPE DECORATIVETUBE LIGHT FITTING

PHILIPS, CROMPTON GREAVES, BAJAJ, WIPRO, C&S ELECTRIC, HAVELLS, POLYCAB

SURYA , HALONIX , SHAKTI, ANCHOR, HPL, LEGERO, POLYCAB, C & S ELECTRIC, SCHNEIDER, GE LIGHTING, HAVELLS

45. CFL FITTINGS CROMPTON GREAVES , PHILIPS, BAJAJ, WIPRO, C&S ELECTRIC, HPL, HAVELLS

C & S ELECTRIC, GE LIGHTING, OSRAM, HAVELLS, SURYA, HALONIX, ANCHOR, HPL, SINTEX, INDOASIAN.

46. CFL LAMPS PHILIPS, CROMPTON GREAVES, BAJAJ, WIPRO

OSRAM, HALONIX, SURYA, HPL, WIPRO.

47. LED LIGHT FITTING PHILIPS, BAJAJ, OSRAM, CROMPTON GREAVES, HPL, C&S ELECTRIC, HAVELLS, POLYCAB, BENLO, JAQUAR

HAVELLS, C & S ELECTRIC, SURYA ROSHNI LTD, SYSKA LED, ELEKTRON, HALONIX TECHNOLOGIES, HPL, JAQUAR, POLYCAB

48. LED LAMP PHILIPS, CROMPTON GREAVES, OSRAM, SURYA, BAJAJ, BENLO, JAQUAR

ELEKTRON, IMPERIAL, SANGWAN ENERGY SYSTEM PRIVATE LTD, HALONIX, BENLO, JAQUAR.

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5 49. SK FITTING VIKAS, PRAKASH, JEMCO,

SPARKS,HOMEDEC

50. (A) CEILING FANS (ONLY 5 STAR BEE RATING C/ FANS SHALL BE SPECIFIED) (B) EXHAUST / WALL MOUNTED FANS / AIR CIRCULATORS

BAJAJ, CROMPTON GREAVES, GEC, HAVELLS, POLYCAB

KHAITAN, ORIENT, POLAR, GEC, HAVELLS, ALMONARD, MIE, OSRAM, ANCHOR, LUMINOUS, ORTEM, HALONIX, POLYCAB

51. WATER HEATER (ONLY 5 STAR BEE RATING WATER HEATERS SHALL BE SPECIFIED)

CROMPTON GREAVES, BAJAJ, RECOLD, HAVELLS, MORPHY RICHARDS, VENUS, USHA LEXUS, BLACK & DECKER, JAGUAR, LUMINOUS, INDOASIAN, SHRIRAM, THERMOKING, ARISE.

52. FLAME PROOF SWITCH/SOCKET/DB

BAJAJ, CROMPTON GREAVES, SUDHIR, FCG, BALIGA LIGHTING EQPTS

SHYAAM, C&S ELECTRIC

53. FLAME PROOF LIGHT/FITTINGS

BAJAJ, CROMTON GREAVES, SUDHIR, FCG, BALIGA, GE

SHYAAM, C&S ELECTRIC, FLEXO ELECTRICALS, PLUTO FLAME PROOF CONTROL, FLEXPRO

54. FLAME PROOF EXHAUST FAN, PEDASTAL FAN / FLAME PROOF AC

BAJAJ, SHYAAM, CROMPTON, FCG, SUDHIR

55. SOLAR STREET LIGHT FITTINGS

BAJAJ, PHILIPS, CG WIPRO, SURYA

56. STREET LIGHT TIMERS L&T, LEGRAND, BAJAJ, SIEMENES, ABB, INDO ASIAN, HAVELLS

INDOASIAN, HAVELLS, SINETRAC, GE, BCH, C&S ELECTRIC

57.

AVIATION OBSTRUCTIOIN LIGHT

BAJAJ, CROMPTON GREAVES, PHILIPS WIPRO, SURYA

58.

DG SETS ENGINE : COTTON GREAVES, MAHINDRA & MAHINDRA, RUSTON, CUMMINS, KIRLOSKAR OILS ENGINES, ASHOK LEYLAND, CATERPILLAR

ALTERNATOR : BHARAT BIJLI, CROMPTON GREAVES, SEIMENS, KIRLOSKAR ELECTRIC, STAMFORD, CATLER PILLAR, MTU, VOLVO, LEROY SOMER, JYOTI

59. DG SET INTEGRATOR AKSON, SUDHIR, MAHINDRA, KIRLOSKER GREENS,

LOMBARDINI INDIA PVT LTD

60. BUS BAR TRUNKING SYSTEMS SHENEIDER, SIEMENS, LEGRAND, OBO BETTERMEN

L & T, C & S ELECTRIC, GE

61. LT CAPACITOR BANKS L & T, ABB, SCHNIEDER, LEGRAND, BHEL, SIEMENS, ALSTOM, C&S ELECTRIC, HAVELLS

EPCOS, CROMPTON GREAVES, DUCATI, UNIVERSAL (UNISTAR), C & S ELECTRIC, HAVELLS, BCH, GE,

62. HT CAPACITOR BANKS ABB, UNIVERSAL, BHEL, SCHNIDER, SIEMENS, EPCOS INDIA PVT LTD,

63. BATTERY CHARGER SU-KAM, AMCO, SINETRAC, WAC, BCH, AMAR RAJA

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5 64. LEAD ACID BATTERIES AMARON, STANDARD FURKKAVA, EXIDE, AMAR RAJA, SUKAM, TATA GREEN, APC, LUMINOUS,

POWER ZONE, ARISE, AMCO.

65. TRANSFORMER OIL M&I MATERIAL ((MIDEL) POWER LINK, POWER OIL, SAVITA 66. PACKAGE / UNIFIED SUB-

STATION ABB, SIEMENS, BHEL, SCHNEIDER, BHARAT BIJLEE, VOLTAMP, ALSTOM

CROMPTON GREAVES, L&T, ANDREW YULE, C & S ELECTRIC, INDIAN TRANSFORMERS & ELECTRICALS GURGAON, RAJASTHAN TRANSFORMER AND SWITCHGEAR, DIAMOND, HINDUSTAN TRANSFORMERS, SUDHIR, POWERWARE

LIST OF MAKES (INTERNAL & EXTERNAL WATER SUPPLY ITEMS)

1. GI PIPES / MS PIPES JINDAL Pipes, TATA, BST, PRAKASH TUBES, OSWAL

NIDHI PIPES,INDUS TUBES LTD.SWASTIK,SURYA ROSHNI (PRAKASH) TUBES, OSWAL,

2. HDPE / UPVC / PPR PIPES DUTRON, FINOLEX, TIRUPATI, SFMC PIPE, JAIN PIPE, RELIANCE (RPPPL), SWASTIK.

ALONPOLY EXTRUSION LTD, KIRTI, SAVIOR FAIRE, SARVORAM.

3. CI PIPES ELECTRO-STEEL / LANCO, JINDAL, RASHMI, KESORAM, ELECTROTHERM, TATA METALIKS, TATA KUBOTA

JAI BALAJEE, KEJERAWAL, NECO, BENGAL IRON COPN

4. DI PIPES ELECTRO-STEEL / LANCO, SRIKALAHASTHI, JINDAL, KESORAM, ELECTROTHERM, TATA METALIKS, TATA KUBOTA

JAI BALA JEE, KEJERAWAL, KISWOK, RASHMI METALIKS

5. SLUICE VALVES/ NON RETURN VALVES/ AIR RELEASE VALVES

KIRLOSKAR, LEADER, ZOLOTO, L & T (AUDCO)

BIR, KARTAR, SANT,

6. BUTTERFLY VALVES/CHECK VALVES

ADVANCE / AUDCO/ LEADER/ CASTLE, NVR, ZOLOTO

AIP, BVI, MINAR, MAC INTERNATIONAL, NETA METAL, UPADHAYAY, NEW METAL WORKS, BIR KARTAR

7. GUN METAL GLOBE VALVE KIRLOSKAR, LEADER, ZOLOTO, L&T (AUDCO), NVR

AIP, BVI, MINAR, MAC INTERNAL, NETA METAL, UPADHAYAY, NEW METAL WORKS, BIR, KARTAR, SANT

8. GI FITTING JINDAL, TATA, BST

ZENTO, NANDA MANUFACTURING, UNIQUE, NIDHI, OSWAL

9. PUMP SETS-MONO BLOCK KIRLOSKAR, CROMPTON, BEST & CROMPTON, BEACON, MATHER & PLATT, GRANDFOS, KSB

WILLO, ARISE, KALSI, BS PUMPS, JYOTI, FLOWMORE, MAX FLOW, JOHNSON & JOHNSON.

10. CENTRIFUGAL PUMPS KIRLOSKAR, BEACON, KSB, MATHER & PLATT, GRANDFOS, WASP, ITT,

WILLO, ARISE, KALSI, BS PUMPS, JYOTI, FLOWMORE, MAX FLOW, ARMSTRONG

11. SUBMERSIBLE PUMPS CALAMA, KRILOSKAR, BEACON, KSB, MATHER & PLATT, GRANDFOS, WASP, ITT

WILLO, ARISE, GRETINDIA, JYOTI, MODI ATLANTA, SU PUMPS, CROMPTON GREAVES, COLAMER, MODI INDIA, GREAT IND ARMSTRONG.

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5 12. NON CLOG SEWAGE PUMPS KIRLOSKAR, BEACON, KSB, CROMPTON FLOWMORE, GREAT IND, JOHNSON & JOHNSON 13. VERTICAL TURBINE PUMP KSB, KIRLOSKAR, WASP FLOW MORE, BAJAJ ATLANTA, JOHNSON & JOHNSON 14. DOSING PUMP / BLEACHING

DOZER ION EXCHANGE, MAIC INDIA, JESCO RMCO AQUAPURA, CHLROTECH, VIKRAM PAC

15. MOTOR STARTERS L & T, BCH, SCHNEIDER, SIEMENS , C & S ELECTRIC, ABB

HAVELLS, INDOASIAN, HPL, STANDARD

16. ELECTRIC MOTOR BHARAT BIJLEE, KIRLOSKAR ELECTRIC, CROMPTOM GREAVES, ABB, SIEMENS, GEC

JYOTI, NGEF, BCH

17. SINGLE PHASE PREVENTORS/ PHASE SEQUENCE CORRECTOR

L & T, SIEMENS, C & S ELECTRIC, SINETRAC, MINILEC, LEGRAND, SCHNEIDER, ABB

AUTO ELECTRONICS, AKASH, TELEMECHANIC, INDOASIAN, HAVELLS, BCH, SINETRAC

LIST OF MAKES (MISCELLANEOUS ITEMS) 1. WINDOW TYPE/SPLIT TYPE

AIRCONDITIONERS (NOTE : ONLY 5 STAR BEE RATING ACS SHALL BE SPECIFIED WHERE ANNUAL USAGE IS > 1000HRS, 3 STAR FOR OTHER PLACES E.G CONFERENCE ROOMS

VOLTAS, HITACHI, DAIKIN, O-GENERAL CARRIER, FEDDERS LLYOD

LG, BLUE STAR, VIDEOCON, SAMSUNG, GODREJ,

2. DESERT COOLERS SYMPHONY, KHAITAN, KENSTAR CROMPTON GREAVES, BAJAJ, OSRAM 3. WATER COOLERS VOLTAS, BLUESTAR, SHRIRAM (USHA)

AND SIDHWAL

4. REGRIGERATOR WHIRLPOOL, LG, SAMSUNG, VOLTAS, VIDEOCON, KELVINATOR

GODREJ, PANASONIC, ELECTROLUX, HAIER

5. DEEP FREEZER BLUE STAR, VOLTAS, SHRI RAM (USHA) SIDHWAL, CARRIER, FEDDERS, LLYOD 6. LIFTS / ELEVATORS KONE, SCHINDLER, OTIS, THYSSEN

KRUPP, HITACHI JHONSON KONE, SCHINDLER, OTIS, THYSSEN KRUPP, HITACHI JHONSON

LIST OF MAKES (AIR CONDITIONING ITEMS) 1. CASSETTE TYPE AC BLUE STAR, FEDDERS LLYOD, VOLTAS,

DAIKIN PANASONIC, TOSHIBA, LG

2. PILLAR TYPE AC FEEDERS LLYOD, DAIKIN, O-GENERAL, HITACHI

LG, BLUE STAR, WHIRLPOOL, PANASONIC

3. DUCTABLE AC FEDDERS LLYOD, VOLTAS, DAIKIN, O-GENERAL, HITACHI

LG, BLUE STAR,

4. AIR CURTAIN CROMPTON GREAVES, ALMONARD, ROBUSTIX

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5 5. FIRE DAMPER DYAN CRAFT, RAVISTAR, MAPRO, CARRY

AIR, AIRFLOW, RUSKIN

6. ALUMINIUM EXTRUDED, ALUMINIUM GRILL/DIFFUSER

DYNA CRAFT, RAVISTAR, MAPRO, CARRYAIRE, SERVEX, GREEN HECK, BRIGHTFLOW, RUSKIN

7. CHILLERS/CHILLING UNITS YORK, TRANE, DAIKIN, MACQUAY, CARRIER, VOLTAS, BLUESTAR, KIRLOSKAR

8. AIR HANDLING UNIT, COOLING COIL FOR AHU

BLUE STAR, VOLTAS,CARRIER, FEDDERS LLYODWAVES, HITECH, EDGETECH

9. COOLING TOWERS MIHIR, PAHARPUR, ADVANCE, DELTA WELLDONE 10. FRACTIONAL HP MOTORS AUE, SIEMENS 11. VARIABLE FREQUENCY

DRIVES(VFD) DANFOSS, MITSUBISHI, HONEYWELL, ABB ALLENBRADELY, WOLF AUTOMATION , SIMPHOENIX

12. POT / Y-STRAINER EMERALD / RAPID COOL/ LEADER 13. PRESSURE GAUGE/ DIAL TYPE

THERMOMETERS FIEBIG, H.GURU, EMERALD, ANERGY DROPCO, DIGITAL MARKETING, SYSTEM TAYLOR, DS

ENGG, DWYER, AUTO MAT LUB SYSTEM

14. INSULATION (FIBRE GLASS) OWENS CORNING, UPTWIGA, LLOYD SHRI FIRE PACK, IMPEX INSULATION, TRANS INSULATION

15. INSULATION (EXPANDED POLYETHYLENE)

MATTUR BEARDSELL, TOSHIBA, STYRENE PACKAGING

CAPRICORN, ECOTHEINSULATION

16. INSULATION (CROSS POLYETHYLENE FOAM)

SUPREME, PARAMOUNT, AEROFLEX, TROCELLONE

17. INSULATION (NITRILE RUBER) ARMAFLEX, KAIFLEX, KFLEX, VIDOFLEX, PARAMOUNT

18. TF THERMOCOL FOR PIPE INSULATION

PK PACKING, BIRDSELL, PROPACK, STYRENE PACKAGING, RYCON SERVICES

KIWI THERMO PACK, PRAKASH PACKAGING, SAHARA THERMO PACK

19. CONTROLS(3 WAY VALVES) /THERMOSTATS

ANERGY, SIEMENS, HONYWELL ANERGY, SIEMENS, HONYWELL

20 EXTRUDED ALUMINUM GRILLS / DIFFUSERS/ FIRE DAMPERS

DYNE CRAFT, MAPRO, CARRYAIRE, SERVEX, GREEN HECK

DYNE CRAFT, MAPRO, CARRYAIRE, SERVEX, GREEN HECK

21. COPPER REFRIGERANT PIPING DIAMOND, STAR DIAMOND, STAR 22. GI SHEETS FOR DUCTING SAIL, TATA, JINDAL, OSWAL, BHUSHAN 23. ACTUATOR JEVENTA,BELIMO, SIEMEANS, ADVANCE CASTLE, ROTORK, NIBCO, AIP 24. CENTRIFUGAL FANS (AHUs) NICOTRA, KRUGER, AIRFLOW,

GREENHECK , COMBIFREE, LLOYD, YILIDA

CA No. GE (U)/AMB/08/2018-19 Serial Page No

1 2 3 4 5 25. STRIP HEATERS RAYCOLD, DASSPASS, AUE, HONEYBEE 26. HUMIDSTAT / THERMOSTATE PENN, DANFOSS, HONEYWELL, SIEMENS,

JOHNSON, RAPIDCOOL, ANERGY

27. AIR FILTER / HEPA FILTER TENACITY, PUROLATOR, LLYOD, MIHIR, DANFOSS, INDFOSS, KLENZOID JOHN FOWLERS,

DELTA, HANNY, AIRTECH, TERMODYNE

28. FACTORY BUILT DUCTS CORI ENGINEER, RESISSTO FLEX, ROLASTAR, TECHNO AIR, CAMDUCT, ZECO, DUCTOFAB, ECODUCT

29. FLEXIBLE CONNECTOR CORI ENGINEER, RESISTO FLEX, DUNLOP CORI ENGINEER, RESISTO FLEX, DUNLOP 30. HOT WATER GENERATOR THERMAX, INDCON 3M, RAPID CONTROL,

ZENITH.

31. DUCT FLANGE ZECO/ROLSTAR/ECODUCT ZECO/ROLSTAR/ECODUCT 32. EXPANSION VALVE DANFOSS, INDFOSS, SPORLON, ALCO 33. FLOW SWITCH RAPID COOL, SIEMENS, BCH, L&T RAPID COOL, SIEMENS, BCH, L&T 34. AUTOMATIC AIR VENT RAPID CONTROL, ANERGY RAPID CONTROL, ANERGY 35. 3-WAY MODULATING VALVE HONEYWELL, SIEMENS, ANERGY, SUZLON,

INDFOSS, DANFOSS, JOHNSON, ASKA, RAPID CONTROL, CASTLE

36. ROOM THERMOSTAT / AHU THERMOSTAT

HONEYWELL, SIEMENS, DASPASS, ESCORTS, INDFOSS

HONEYWELL, SIEMENS, DASPASS, ESCORTS, INDFOSS

37. HP / LP CUTOUTS/CONTROLS HONEYWELL, PENN, DANFOSS, INDFOSS 38. AIR WASHERS BREEZE AIR, NICOTRA, PECMA, AIREF,

AIRLOW

39. PROPELLER FANS ABB, KRUGER 40. BUTTERFLY VALVE AUDECO, ADVANCE, DEEPAK, ZOLOTO

Note: Delete the makes which are not applicable from the makes mentioned above.

Signature of contractor AGE (Contracts) For Accepting Officer

GE (U)/AMB/08/2018-19 SERIAL PAGE No:

APPENDIX ‘G’

INFORMATION FOR SPECIFYING THE GRADE OF CONCRETE

(a) Type of Mix - Design Mix (b) Grade designation - M-15/M-20/M-25/M-30 (c) Type of cement - As per P.S. clause No. 2.1 here-in-before. (d) Maximum nominal - 20 mm size of aggregate for RCC (e) Minimum Cementitious Contents (per Cu. m) For Areas under CWE Ambala/ Chandimandir/ Patiala

For Areas under CWE Shimla Hills Jutogh

PCC M-15/M-20

RCC M-20/M-25/

M-30

RCC M-30 for water

retaining structures

PCC M-15/M-20

RCC M-20/M-25/

M-30

RCC M-30 for water

retaining structures

240 kg 300 kg 330 kg 250 kg 320 kg 330 kg (f) Maximum Water Cementitious ratio

For Areas under CWE Ambala/ Chandimandir/ Patiala

For Areas under CWE Shimla Hills Jutogh

0.50 0.60 0.45 0.50 (g) Workability - As per clause 7.1 of IS-456 (h) Mix proportion - Not applicable being design mix concrete (j) Exposure condition - For Areas under CWE Ambala/Chandimandir/ Patiala: Moderate For Areas under CWE Shimla Hills Jutogh area : Severe (k) Maximum - 45° C Temperature at the time of concreting (l) Method of placing - Pouring (m) Assumed Standard Deviation - As per clause 9.2.4.2 and Table 11 of IS-456 NOTE: FOR RCC WORKS, WHERE RMC IS SPECIFIED, SAME SHALL BE PROVIDED OF GRADE AND SPECIFICATIONS AS SPECIFIED IN THESE TENDER DOCUMENTS ELSEWHERE.