GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO - Amazon AWS

39
CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 1 NAME OF WORK: OUTSOURCING SERVICES FOR PUMP HOUSE NO.6 &11, CAPTIVE POWER HOUSE-OLD POWER HOUSE, BALLASTIC DG SET OF PXE CHANDIPUR CONTENTS SER NO DESCRIPTION PAGE 1. CONTENTS PAGE (S) 1 2. TENDER FORWARDING LETTER 2 TO 3 3. INSTRUCTIONS TO TENDER FOR FILLING TENDER DOCUMENTS AND UPLOADING ON WEBSITE 4. NOTICE OF TENDER IAFW-2162 INCLUDING APPENDIX ‘A’ TO NOTICE OF TENDER 5. ITEM RATE TENDER AND CONTRACT FOR WORKS REQUIRED IAFW-1779 (A) (REVISED 1955) INCLUDING SCHEDULE- ‘A’ BOQ IN EXCEL SHEET SCHEDULE ‘B’ ‘C’ & ‘D’ TENDER PAGES (CONTD..) 6 GENERAL CONDITIONS OF CONTRACTS IAFW- 2249 (1989 PRINT) INCLUDING ERRATA & AMENDMENTS 7 SCHEDULE OF MINIMUM FAIR WAGES 8 SPECIAL CONDITIONS AND REQUIREMENTS 9 PARTICULAR SPECIFICATIONS INCLUDING LIST OF DRAWINGS (WHEREEVER APPLICABLE) 10 ERRATA/AMENDMENTS TO TENDER DOCUMENTS RELEVANT CORRESPONDENCES 11 ACCEPTANCE LETTER DRAWING : ______ SHEETS TOTAL____ PAGES Signature of Contractor AGE (Contracts) DATED: For Accepting Officer

Transcript of GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO - Amazon AWS

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 1

NAME OF WORK: OUTSOURCING SERVICES FOR PUMP HOUSE NO.6 &11, CAPTIVE POWERHOUSE-OLD POWER HOUSE, BALLASTIC DG SET OF PXE CHANDIPUR

CONTENTS

SERNO

DESCRIPTION PAGE

1. CONTENTS PAGE (S) 1

2. TENDER FORWARDING LETTER

2 TO 3

3. INSTRUCTIONS TO TENDER FOR FILLING TENDERDOCUMENTS AND UPLOADING ON WEBSITE

4. NOTICE OF TENDER IAFW-2162 INCLUDINGAPPENDIX ‘A’ TO NOTICE OF TENDER

5. ITEM RATE TENDER AND CONTRACT FOR WORKSREQUIRED IAFW-1779 (A) (REVISED 1955)INCLUDING SCHEDULE- ‘A’ BOQ IN EXCEL SHEETSCHEDULE ‘B’ ‘C’ & ‘D’ TENDER PAGES (CONTD..)

6 GENERAL CONDITIONS OF CONTRACTS IAFW-2249 (1989 PRINT) INCLUDING ERRATA &AMENDMENTS

7 SCHEDULE OF MINIMUM FAIR WAGES

8 SPECIAL CONDITIONS AND REQUIREMENTS

9 PARTICULAR SPECIFICATIONS INCLUDING LISTOF DRAWINGS (WHEREEVER APPLICABLE)

10 ERRATA/AMENDMENTS TO TENDER DOCUMENTSRELEVANT CORRESPONDENCES

11 ACCEPTANCE LETTER

DRAWING : ______ SHEETS TOTAL____ PAGES

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

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 2

Tele : 272132GE(I) R&D Chandipur

FAX :06782-272213 Post : ChandipurEmail : [email protected] Dist: Balasore(Orissa)

PIN : 756 025

8383/03/E8 03 Jul 2018

______________________________________________________

NAME OF WORK: OUTSOURCING SERVICES FOR PUMP HOUSE NO.6 &11, CAPTIVE POWERHOUSE-OLD POWER HOUSE, BALLASTIC DG SET OF PXE CHANDIPUR

Dear Sir(s),1. Tender documents in respect of above work are uploaded on the site defproc.gov.in . Thetender is on single stage two cover/ two stage two cover/three cover e-tendering system. The contentsof Cover I & cover II are specified in NOTICE OF TENDER.

2. Bids well be received online by ACCEPTING OFFICER upto the date and time mentioned inthe NOTICE INVITING TENDER (NIT). No tender/bid will be received in physical form and anytender/bid received in such manner will be treated as non bonafide tender/bid.

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

4. Your attention is also drawn to instructions on filling and submission of tender attachedherewith. You may forward your points on tender documents and/or depute your technicalrepresentative for discussion on tender/drawings and to clarify doubts, if any, on or before 05 daysprior to bid submission start date . You are requested not to write piece meal points and forward yourpoints duly consolidated before due date .

5. Unenlisted contractors are required to submit the scanned copies (in pdf file) of documentsrequired as per eligibility criteria mentioned in instructions for filling the tender documents andAppendix ‘A’ to NIT alongwith EARNEST MONEY DEPOSIT (EMD) and tender fee on e-procurementportal and submit the physical documents in the office of GE(I) R&D Chandipur within time limit asspecified in NIT. Inadequacy/deficiency of documents shall make the bid liable for rejection resulting indisqualification for opening of finance bid.

6. (a) Contractor having not executed standing security bond and standing security deposit inany MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned inNotice of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authoritybefore date & time fixed for this purpose. In case of failure to abide by any of these two requirements,the finance bid will not be opened.

(b) Contractor having not executed standing security bond and standing security deposit in anyMES formation would be required to deposit individual security deposit on acceptance of tender whichwill be calculated with reference to the tendered cost as per scales laid down by MES for calculationof ‘Earnest Money” enhance by 25% subject to maximum of Rs. 18,75,000/- (Rupees Eighteen lakhsseventy five thousand only).

7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter,tender fees and such other documents as mentioned in Appx ‘A’ to NIT on e-procurement portal andsubmit physical document in the office of GE(I) R&D Chandipur before date & time fixed for thispurpose.

Contd…

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 3

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

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

10. General Conditions of Contracts (IAFW-2249) (1989 print) and errata and amendmentsthereto, Schedule of minimum fair wages and MES SSR (Part-I and Part-II) are not enclosed withthese documents . These are available for perusal in the Office of GE (I) R&D Chandipur.

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

Yours faithfully,

AGE (Contracts)For Accepting Officer

(Signature of Contractor)

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 4

INSTRUCTIONS FOR UP-LOADING OF TENDER DOCUMENTS TO BE COMPILEDWITH BY THE TENDERER(S)

1. EARNEST MONEYContractors who are not enlisted with MES/who are enlisted, but have not executedthe Standing Security Bond shall submit Earnest Money Deposit as detailed in Noticeof Tender in any one of the following forms, along with their tender :-

(a) Deposit at Call Receipt from a scheduled bank in favour of GE (I) R&D Chandipur concerned.

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

ACCEPTING OFFICER concerned.

(c) Scanned copies of Earnest Money to be forward in the e-bid.Note :- Earnest Money in the form of Cheque/ Bank Guarantee etc, will not be accepted.

NON SUBMISSION OF EARNEST MONEY BY STIPULATED DATE MENTIONED IN NOTICE OF TENDER WILL RENDER THE TENDER AS NON BONAFIDE AND CONSEQUENTLY LIABLE TO BE IGNORED.

2. SECURITY DEPOSIT In case the tender submitted by such contractor (who is not enlisted with MES/who is enlistedbut has not executed the Standing Security Bond) is accepted, he will be required to lodgewith the Controller of Defence Accounts concerned ‘Individual Security Deposit’ calculatedwith reference to ‘TENDERED COST ’ as notified by the Accepting Officer Security Deposit forindividual work (i.e. individual Security Deposit) shall be 25% more than the amount of earnestmoney calculated as under with respect to tendered cost :

Sl Estimated cost of works Earnest MoneyNo1 Upto Rs. 50 Lakhs. 2% of the amount subject to a minimum of Rs. 5,000/-2. Over Rs. 50 Lakhs and upto Rs.1,00,000/- +1.5% of amount exceeding Rs. 50 lakhs.

Rs. 100 lakhs3. Over Rs.100 lakhs and upto Rs.1,75,000/- + 1.0% of amount exceeding Rs.100 lakhs.

Rs. 500 lakha.4. Over Rs. 500 lakhs and upto Rs.5,75,000/- +0.50% of amount exceeding Rs.500 lakhs.

Rs.1500 lakhs.5. Over Rs.1500 lakhs. Rs.10,75,000/- +0.50% of amount exceeding Rs.1500

lakhs subject to maximum of Rs.15,00,000/-3. CONTRACTORS ENLISTED UNDER THE ADG (OF & DRDO), SECUNDERABAD CHIEFENGINEER, R&D, DELHI AND WHO HAVE EXECUTED SECURITY BOND AND DEPOSITED STANDING SECURITY DEPOSIT BUT OF A LOWER CLASS.In case the tender is accepted of such contractor, he shall deposit Additional Security deposit and theamount of ‘Additional Security Deposit’ will be as notified by the Accepting Officer. This amount shallbe the difference between the individual security deposit calculated with reference to the TENDEREDCOST’ and ‘STANDING SECURITY DEPOSIT’ lodged (Refer Condition 22 of IAFW-2249).

4. CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN ADG (OF & DRDO)& CE R&D Delhi-54.

Contractor whose name(s) are on the approved list of any MES formations, i.e. other thanADG (OF & DRDO), CE R&D Delhi-54 and who have deposited Standing Security and have executedStanding Security Bond and tender without depositing Earnest Money with the tender and if theAccepting Officer decides to accept his tender the contractor will be required to lodge with theController of Defence Accents concerned the amount of “Individual security deposit” within thirty daysof receipt by him of notification of acceptance of his tender, failing which this sum will be recover fromthe first RAR.

Contd

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 5

INSTRUCTIONS FOR UP-LOADING OF TENDER DOCUMENTS TO BE COMPILEDWITH BY THE TENDERER(S)(Contd......)

5. GENERAL INSTRUCTIONS FOR COMPLIANCE : 5.1 The tender will only be accepted in the electronic form. All bids to be submitted in

“eprocuremes.gov.in” portal. Documents should be scanned and uploaded in “pdf” form or “xls”form as indicated. The tenderer shall upload scanned copies of all the documents mentioned inenvelope-I of tender documents in PDF format only.

5.2 Tenders (quoted Bid of BOQs) shall be uploaded on eprocuremes.gov.in portal on or beforethe bid closing date mentioned in the tender. No physical form of the tender will be accepted.

5.3 All bids shall be digitally signed by the contractor.

5.4 The tender shall be accompanied by the scanned (pdf format) certified true copy of the powerof attorney of the signatory to the tender documents. In case the signatory himself is the SoleProprietor, an affidavit on stamp paper of appropriate value to this effect stating that he hasauthority to bind the firm in all matters pertaining to contract including the Arbitration clause,shall be attached in pdf form. The person signing the tender on behalf of another partner (s) oron behalf of the firm or company shall attach with the tender scanned copy of a proper Powerof Attorney duly executed in his favour by such other person or by the partner(s) or inaccordance with constitution of the company in case of company, stating that he has authorityto bind such other person or the firm or the company as the case could be, in all matterspertaining to the contract including the Arbitration Clause.

5.5 Even in case of firms or companies who have already given power of attorney to an individualauthorizing him to sign tender and in pursuance of which tender documents are being signedby such person as a routine, fresh power of attorney duly executed in his favour statingspecifically that the said person has authority to bind such partner (s) of the firm, or thecompany as the case could be, including the condition relating to Arbitration clause should besubmitted with the tender as a scanned copy.

5.6 Power of attorney shall be executed on stamp paper of adequate value as applicable. Scannedcopy of the same will be forwarded along with the bid submission.

5.6.1 In case of any individual, self sworn affidavit shall be executed by the contractor himself. Scanned copy of the same to be forwarded along with the bid.

5.6.2 In case of partnership concern, power of attorney shall be executed by all partners, scannedcopy to be forwarded along with the bid.

5.6.3 In case of a company of attorney shall be executed in accordance with the constitution of thecompany.

5.7 Bids to be submitted online well in time as per critical dates. 5.8 The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty,

Attention is drawn to special condition and conditions 24 and 25 of IAFW-2249 (General conditions of contracts).

5.9 Tender will be opened by two bid openers.

5.10 The tenderer shall quote his rates on the BOQ file only. No alteration to the format will beaccepted and the same will be treated as disqualified tenderer.

5.11 In case the tenderer has to revise/modify the rates quoted in the Schedule ‘A’ and/or GeneralSummary, he can do so through eprocrumes.gov.in site only.

5.12 In case a tenderer has to revise his offer, he can do so through the “eprocuremes.gov.in” Portalbefore the bid closing time and date.

Contd…

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 6

INSTRUCTIONS FOR UP-LOADING OF TENDER DOCUMENTS TO BE COMPILED

WITH BY THE TENDERER(S)(Contd......)

5.13 In the event of lowest tenderer revoking his offer or revising his rates upwards/offeringvoluntary reduction, after opening of the tenders, the Earnest Money deposited by him shall beforfeited. In case of MES enlisted contractors, the amount equal to the Earnest Money stipulated inthe Notice of Tender, shall be notified to the tenderer for depositing the amount through MRO. Issueof tender to such contractors shall remain suspended till the aforesaid amount equal to the earnestmoney is deposited in Govt. Treasury. In addition, such tenderer and his related firm shall not beissued the tender in second call or subsequent calls. Reduction offered by the tenderer on freak highrates referred to the tenderer for review shall not be treated as voluntary reduction. 5.14 The department can issue amendments/errata’s (corrigendum) to the tender documents beforedue date of submission of tenders. The tenderer is required to read the tender documents inconjunction with amendments, if any, issue by the department. The tenderer is not supposed toincorporated the amendments/ errata issued are incorporated by the tenderer in the body of thetender, they shall not be considered and the amendments/errata’s to tender documents as issued bydepartment shall only hold good.5.15 These instructions shall form part of the contract documents and shall be signed andreturned along with the tender documents on acceptance of the bid. Accepted firm to submit hardcopies of all documents duly signed by the authorized person.

5.16 No out of pocket expenditure incurred by tenderer for quoting the tender will be reimbursed.

6. DISCOURAGING EXECUTION OF WORKS BY GENERAL POWER OF ATTORNYHOLDER : General power of attorney holder shall not be allowed to execute the work.

7. UN-ENLISTED CONTRACTOR . 7.1 EXPERIENCE CRITERIA

(a) Past Experience of “similar nature of works” completed in last 5 years.

Two works costing not less than Rs.25.00 lakhs or one work costing less than 40.00 lakhs. Average annual financial turnover for the last two consecutive years not less than Rs.50.00 Lakhs

Note :- Please forward details of “similar nature of works” executed by you financial year wisein tabular form giving name of work, Accepting Officer’s details, viz, address, telephone, emailetc, date of acceptance of tender and actual date of completion. It should indicate whetherextension was granted or compensation was levied. Attested copy of acceptance letter andcompletion certificate shall be enclosed of each work. In case performance report has beengiven by the client same shall also be submitted duly attested.

Note :- Please forward turnover certificate issued by Chartered Accountant for this, purpose.

7.2 FINANCIAL CRITERIA (a) Solvent upto Rs.20.00 lakhs. OR Financially sound for engagement upto Rs.50.00 lakhs(b) Working Capital not less than Rs.7.5 lakhs.

Note (i) Proforma of above documents is given below. Please forward above documents

issued by your Bankers in Original. Above certificates shall not be older than 6 months as on

last date of submission of tender. Signatory shall endorse his rubber seal, indicate his name &

bank employee number, bank address particulars like full address, telephone and fax number.

(ii) Alternatively Wealth Tax certificate can also be given, if available.

Contd…

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 7

INSTRUCTIONS FOR UP-LOADING OF TENDER DOCUMENTS TO BE COMPILED

WITH BY THE TENDERER(S)(Contd......)

FORM OF SOLVENCY CERTIFICATE FROM NATIONALISED/ SCHEDULED BANKThis is certified to the best of our knowledge and information M/s Shri/Smt_________________

having address_______________, a customer of our bank are/is respectable and can be considered

solvent upto Rs._____________(Rupees_____________________)/financially sound for any

engagement upto Rs._________________(Rupees________________). This certificate is issued

without any guarantee or responsibility on the bank or any of the officers.

Place : Signature of Bank ManagerDate : Name, No. & Seal of Bank

NOTE :- In case of partnership firm, certificate to include names of all partners as recorded with the bank.

WORKING CAPITAL CERTIFICAT FROM NATIONAL/ SCHEDULED BANKThis is Certified that M/s/Shri/Smt _________________________________having address

__________________has/have been maintaining a saving bank account/current account/ fixed

deposit account with this branch of bank since__________________ and the firm is having working

capital of approximately Rs._____________ an amount not less than

Rs.________(Rupees_______________) has been available to the credit in his/her/their account Nos

for the last three months. The firm is enjoying overdraft/credit facility upto limit of Rs.____________.

Place : Signature of Bank ManagerDate : Name, No. & Seal of Bank

7.3 Fixed Assets.Limit of minimum reserves/total of movable or immovable property or fixed assets (in case ofcompanies) (80% of minimum reserve/assets shall be in shape of immovable property)=Rs.12.50 lakhs.

Note:- (i) Please forward affidavits on non judicial stamp paper of Rs. 100/- each dulynotarized and supported by copies of present valuation certificate for both immovable andmovable property separately. It should also indicate that immovable property is free frommortgages, hypothecation or any other disputes and encumbrances and clearly belongs toyour firm and it should indicate that immovable property will not be sold, transferred, gifted orotherwise disposed off without prior intimation to this office.

(ii) Immovable asset value indicated should be supported by Valuation Certificate from aregistered valuer and last tax paid receipt. Valuation Certificate shall be submitted forimmovable property (Other than agricultural lands, plantations, forest, mines and quarries).

(iii) Movable assets like Scooter/Car etc or NSCs/ fixed deposits etc should be supported by certified photocopies of updated RC book, valid current Insurance papers, NSCs/Fixed deposits.

7.4 ENGINEERING ESTABLISHMENT .A degree holder in Engineering from a Government recognized Institution or equivalent, withfinal or direct final passed of Sub Division II of the Institution of Surveyors (India) with minexperience of 2 years or one diploma Engineer from Govt recognized institution with minexperience of 4 years.

NOTE :- Please forward affidavits on non judicial stamp paper of Rs.100/- each duly notarizedfrom your side having employed each engineer and from engineer side of taking youremployment duly supported by attested copy of engineering degree/ diploma as applicable tothe individual.

Contd

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 8

INSTRUCTIONS FOR UP-LOADING OF TENDER DOCUMENTS TO BE COMPILED

WITH BY THE TENDERER(S) (Contd......)

7.5 (a) Constitution of firm on an affidavit on non judicial stamp paper of Rs.100/- duly notarizedindicating status of firm, i.e. whether it is proprietorship or partnership or Limited firm.

Note :- Please enclose Notarised copy of partnership deed in case of partnership firm, andnotarized Memorandum of Articles of constitution in case of Limited firm. (b) Certified copy of Certificate of registration of firm with Registrar of Firms. (c) Certified copy of PAN No /TIN No of proprietor/partners/firm.(d) Certified copies of enlistment letters with various Govt. Departments/PSUs. (e) Certified copy of general power of attorney in case any person(s) have been authorised to represent the firm including signatory of the application.

(f) Postal address and Police Station Area of proprietor/partners/Directors of the firm.Department will carry out Police Verification of Proprietor/Partners/Directors as applicable.Contractor has to pay the fees if the rules of Police Deptt have the provision of the same.

(g) Indemnity Bond on non judicial stamp paper of value of Rs.100/- duly attested by Notary

(on format given below).

INDEMNITY BOND

This bond of indemnity is executed on this _______________day________by M/s/S’Shri________________ having registered office at _____________to indemnify the Government of India of the following:-

1. We undertake to pay the Government of India any damages that may be found to berecoverable on account of our contract.

2. We undertake that in case Government is put to pay any loss or disadvantage in monetary ofcontract by the firm which shall indemnify the government for each loss or disadvantage.

3. This bond of indemnity is executed by M/s_____________________and have signed beforeme. Whatever stated above is true and correct to the best of my knowledge and belief.

Signature of Contractor Notary(h) Certified copy of sales Tax Certificate/ VAT. (j) Notarised affidavit on judicial stamp paper of Rs.100/- that there are no recoveries outstandingwith any organization and there are no arbitration/ litigation cases involving recoveries known to beexisting on the firm at the time of submitting these details to our office.

(k) Notarised affidavit on non judicial stamp paper of Rs. 100/- that there is no relationship withany Gazetted/ Commissioned Officers and JE’s in MES/Corps of Engineer/Ministry of Defence.

(l) Affidavit on non judicial stamp paper of Rs. 100/- giving details of contracts wherearbitration invoked during last five years.

7.6 Tenderers shall upload copy of police verification certificate from police authorities of the areawhere the registered office is located. For proprietor/ each partner/ each director, scanned copy ofvalid passport duly notarized shall also be applicable in lieu of police verification. 7.7 Scanned copy of Demand Draft towards the cost of tender and EMD to be uploaded. 7.8 Above documents shall be uploaded in one folder form in sequence as above. In case of nonuploading of above by due date or submission of incomplete information, same will be construed asyour disinterestedness and your application for above tender shall be rejected without any furtherreference.

___________________(Signature of Contractor) AGE (Contracts) Date :______________ For Accepting Officer

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 9

MILITARY ENGINEER SERVICESNOTICE OF TENDER

1. A tender is invited for the work as mentioned in Appendix ‘A’ to this Notice of Tender.

2. The work is estimated to cost as indicated in aforesaid Appendix ‘A’. This estimates howevernot a guarantee is and is merely given as a rough guide and if the work costs more or less, thetenderer will have no claim on this account.

3. The tender shall be based on, as mentioned in the aforesaid Appendix ‘A’ to this notice oftender. The work is to be completed within the period as indicated in the aforesaid Appendix ‘A’ inaccordance with the phasing, if any, indicated in the tender from the date of handing over of the site,which may be on or about two weeks after the date of acceptance of the tender.

4. Normally contractor whose names are borne on the MES approved list for the area in whichthe work lies and within whose financial category the estimated amount would fall, may quote fortender but in case of term contracts in categories ‘S’ to ‘E’ may quote for the tender. In case where thetendered amount is in excess of the financial category whether or not the estimated amount waswithin the financial category of the contractor, the Accepting Officer reserves the right to accept thetender in such event the tenderer would be required to lodge “Additional Security deposit” as notifiedby the Accepting Officer, in terms of conditions of the contract.

5. Contractor whose names are borne on the MES approved list of any MES formations and whohave deposited standing Security and have executed Standing Security Bond can also tender, withoutfurnishing Earnest money along with his tender. If the tender submitted by such tenderer is proposedto be accepted, such tenderer would be require to deposit.

‘Individual Security Deposit ’, as notified by the Accepting Officer with the Controller of DefenceAccounts concerned before acceptance of tender. Not more than one tender shall be submitted byone contractor or one firm of contractors. Under no circumstances will a father and his son(s) or otherclose relations who have business dealing with one another will be allowed to tender for the samecontract as separate competitors. A breach of this condition will liable for rejection, of tenders of bothparties.

6. Tender forms and conditions of contract and other necessary documents will be uploaded inweb site www.eprocuremes.gov.in on or after the date as mentioned in the aforesaid Appendix ‘A’.The appropriate standing security amount for this work shall be deposited by contractor enlisted in thearea in which the work lies for category mentioned in the aforesaid Appendix ‘A’ of Notice of tender.

7. Submission of bids for the tender does not constitute any guarantee for consideration of tender/bidof the applicant, even of the enlisted contractors of appropriate class. The applicant contractor shallnot become automatically entitled for considering the tender /bid by virtue of enclosing copy ofdemand draft along with the application. The accepting officer shall reserve the right to denyconsidering the financial bid of tender to any applicant contractor. Firms to be considered for financialbid will be decided by the Accepting Officer based on, interalia experience of similar works executedby the applicant/contractor. The Accepting Officer shall consider tender/ bids received up to date ofreceipt of applications/ extended date of receipt of tender / bids. The applicant/ contractor will beinformed regarding rejection of tender/bid with reasons. The applicant contractor, if so desires, canappeal to the next higher Engineer Authority with copy to the Accepting Officer. No appeal/representation shall be entertained in respect of applications for consideration of tenders/bids asreceived after the due date of bid submission closing/extended closing date. The decision of the nexthigher Engineer Authority shall be final. No applicant/contractor shall be entitled for any compensationwhatsoever for rejection of his application.

Contd

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 10

NOTICE OF TENDER (CONTD ....)8. In case of contractor who has not executed the “Standing Security Bond” the tender/bid shallbe accompanied by the “Earnest Money” for the amount referred to in the aforesaid Appendix ‘A’ inthe form of deposit at call receipt in favour of GE mentioned in the aforesaid Appendix ‘A’ byNationalised/ Scheduled Bank or receipted treasury challan, the amount being credited to the revenuedeposit of the GE. A contractor who is not enlisted for the area in which the work lies, but whose nameis in the MES approved list of any MES approved list of any MES formation and who has depositedStanding Security Deposit and executed standing security bond can tender, without depositingearnest money along with the tender, but if the Accepting Officer decides to accept the tender andsuch tenderer shall lodge security deposit as notified by the Accepting Officer with the Controller ofDefence Accounts, concerned in the prescribed form before acceptance of tender.

9. A contractor who has executed the Standing Security Bond but not for the appropriatecategory as mentioned above shall lodge with Accepting Officer, additional security deposit as notifiedby the Accepting Officer within thirty days of the receipt by him of notification of acceptance of thetender, failing which this sum will be recovered from first RAR payment, or from the first final bill incase of term/running contracts. However, in cases where any payment is made to the contractorwithin thirty days of receipt by him of notifications of acceptance of tender the amount of additionalsecurity deposit shall be recovered from such payment.

10. The earnest money shall be returned wherever applicable to all un-successful tenderers byendorsing an authority to the deposit receipt for its refund, on production by the tenderer of acertificate of the Accepting Officer, that a bonafide tender (vide condition 18 here in after) wasreceived and all documents were returned. The Accepting Officer Earnest Money either returned tothe successful tenderer, by endorsing an authority on the deposit receipt for its refund, on receipt ofan equal amount of security deposit or will retain the same on account of security deposit, if suchtransaction is feasible.

11. The GE(I) R&D Chandipur will be the Accepting Officer here-in-after referred to as such for thepurpose of this contract.

12. Copies of the drawings and other documents pertaining to the work (signed for the purpose ofidentification by the Accepting Officer or his accredited representatives) and samples of materials andstores to be supplied by the contractor will be open for inspection by the tenderers in the office asmentioned in the aforesaid Appendix ‘A’ during office working hours.

13. The tenderers are advised to visit site by making prior appointment with the Accepting Officerconcerned by giving sufficient time. A tenderer shall be deemed to have full knowledge of all relevantdocuments, samples, site etc whether he has inspected them or not.

14. Bids will be opened by the office of GE(I) R&D Chandipur on the due date and time indicated.

15. Any tender which proposes any alterations to any of the conditions laid down or proposes any

other condition of any description whatsoever, is liable to be rejected.

16. The submission of tender by a tenderer implies that he has read this notice and the conditionsof contract and has made himself aware of the scope and specifications of work to be done and of theconditions and rates at which stores, tools and plants etc, will be issued to him and local conditionsand other factors bearing on the execution of the work.

17. Tenderers must be in possession of copy of MES Schedule of Rates-2009 (Part-I) and 2010 (Part-II) including errata/ amendments thereto.

18. Tenderers must be very careful to submit a bonafide tender. A bonafide tender must satisfyeach and every condition laid down in this notice. Refer the Bidder Manual in “defproc.gov.in”.

19. The Accepting Officer does not bind himself to accept the lowest or any tender or to give anyreason for not doing so.

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 11

NOTICE OF TENDER (CONTD....)

20. This notice of tender alongwith Appendix `A’ to Notice of tender shall form part of the contract.

21. RECEIPT OF DD TOWARDS COST OF TENDER/EMD

21.1 Original DD shall be forwarded to the office of GE(I) R&D Chandipur so as to reach within fivedays exclusive of date of bid submission.

21.2 In case of MES enlisted tenders, 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 costof tender shall be recovered from any amount due to the MES enlisted contractor. Failure of nonsubmission of hard copy of DD tantamount to willful negligence with ulterior motive and therefore thetender shall be barred to tender during the period of 6 months commencing from the date of openingof financial bid.

21.3 In case of un-enlisted tenderers, if original DD is not received within the time stipulated, thecover 1 (‘T’ bid) shall not be validated for opening of financial bid. Name of such contractors alongwithcomplete address shall be circulated for not opening of bids for the period of six months commencingfrom the date of opening of financial bid.

21.4 Tenderers who have failed to submit original DD pertaining to Earnest Money deposit (whetherun-enlisted or enlisted who has not lodged Standing Security Deposit) by stipulated date, shall beineligible for opening of Financial Bid.

22. In single Stage 2 cover system, the financial bid of the contractor is frozen on last date for bidsubmission/extended last date of bid submission. The system does not allow bidder to change/withdraw /revoke his bid online after this date and time. The provisions of revocation of offer as givenin the Contract Manual shall be applicable after last date/time of bid submission. Any suchrevocation/withdrawal/change of bid after bid submission last date and time shall be considered asrevocation and financial penalty as stipulated in the Manual shall be applicable.

23. The validity of offer 60 days shall commence from the next date subsequent to last date of bidsubmission.

24. In case of revision of BOQ, minimum 3 days period between uploading of Revised BOQ andBid submission start date shall be given.

26. Cases have been reported where contractors have quoted in pre-revised BOQ. In the presentsystem, revised BOQ has to be uploaded before Bid submission start date. A tenderer is supposed tocheck if any Revised BOQ has been uploaded and quote in Revised BOQ only. Thus uploadingquotation in pre-revised BOQ shall be considered as a willful negligence by the bidder and hisquotation shall be considered non-bonafide and will not be considered.

___________________Signature of Contractor AGE (Contracts) Date :______________ For Accepting Officer

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 12

APPENDIX 'A' TO NOTICE INVITING TENDER (NIT)

1. Name of work : OUTSOURCING SERVICES FOR PUMP HOUSE NO.6&11, CAPTIVE POWER HOUSE-OLD POWER HOUSE,BALLASTIC DG SET OF PXE CHANDIPUR

2. Estimated Cost of Work : RS 38.73 LAKHS (As per Market)

3. Period of completion : 11 (ELEVEN MONTHS)

4. Cost of tender documents : Rs 500/- in the form of DD / Bankers cheque from anyScheduled/Nationalised bank in favour of G E (I) R&DChandipur. (Copy shall be uploaded online and original tobe submitted offline before due date of opening of cover No1)

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

6. Type of contract : The tender shall be based on specifications (IAFW-1779-A) 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 each items of BOQ.

7. Information & Details :-

(a) Bid submission start date

Refer critical dates.(b) Last date of bidsubmission (c) Date of bid opening

8. Eligibility Criteria

(a) For MES enlistedcontractor

: All contractor enlisted with MES in Class ‘D’ and above andcategory (v) subject to the remarks wrt performance inrespect of wks in hand reflected in workload return (WLR)circulated by competent engineer authority .Refer Note-below

(b) For other contractors : (a) The firm not enlisted with MES shall meet theenlistment criteria of ‘D’ class MES contractors & categoryd(v) i.e. with regard to having satisfactorily completedrequisite value works. Annual turnover, Solvency, workingcapital, immovable property/fixed assets, T&P, Engineeringestablishment, no recovery outstanding in any GovtDepartment, Police verification/Passport etc. As perenlistment criteria given in para 1.4 and 1.5 of section 1 partof I of MES Manual on contracts-2007 (Reprint 2012) asavailable in all MES formations.

(b) These firms shall also submit copy of policeverification from police authority of the area where theregistered office of the firm is located/notarised copy of validpassport of proprietor/each partner/each Director.

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

(c) For all contractors : Contractor will not be allowed to execute the work by sublettingor through power of attorney holder on his behalf to a thirdparty/another firm except sons/daughters/spouse ofproprietor/partner/ Director and firm’s own employees, Director,Project Manager. This shall be subject to certain conditionswhich will be prescribed in the Notice of Tender forming part ofthe tender documents.

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 13

9. Tender issuing and AcceptingOfficer

: GE (I) R&D CHANDIPUR

10 Executing agency : GE (I) R&D CHANDIPUR

11 Earnest Money : Rs 77,500/- in form of DD/ Banker's cheque fromany Scheduled/Nationalized bank in favour of G E (I) R&DChandipur payable at Chandipur. MES enlisted contractor areexempted from submission of EMD (copy to be uploadedonline and original to fwd offline to receive before due date)

NOTES (a) Contractor one class below (two class below in case of remote and difficult area) may also bid

for this tender. Their application shall be considered subject ot fulfillment of other eligibilitycriteria given in NIT when number of applicants of eligible class qualifying for the tender areless than 7 (seven).

(b) In case number of eligible class contractors satisfying the eligibility criteria give in NIT are 7 ormore than 7, application of one class below the eligible class shall not be considered exceptthose who have previously completed similar works satisfactorily and are meeting the criteriaof upgradtion in respect of past experience and / or average annual turnover as applicableand financial soundness (solvency/financial soundness and working capital) provided the valueof work is less than twice the tendering limit of such contracts. Contractors one class below theeligible class may upload necessary documents wrt works experience and financial soundnessin cover 1 of tender (T bid)

(c) (i) Applications/bids not accompanied by scanned copies of requisite DD/BankersCheque towards cost of tender and earnest money (as applicable) shall not be considered forvalidation of ‘T’ bid and their finance bids not be opened.

(ii) Contractors should ensure that their original DDs and earnest money (as applicable)are received within 05 days of bid submission end date.

(iii) In case of applications/bids (enlisted contractor MES) where scanned copies ofrequisite DD/Bankers cheque towards cost of tender has been uploaded but physical copiesare 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 thebidder with ulterior motives and such bidder shall be banned from bidding for a period of sixmonths commencing from the date of opening of finance bid (cover.2)

(iv) In case of applications/bids from un enlisted contractors, where scanned copies ofrequisite DD/Bankers Cheque towards cost of tender has been uploaded but physical copiesare not received by the stipulated date, finance bids will not be opened. Name of suchcontractors alongwith complete address shall be circulated for not opening of their bids for aperiod of six months commencing from the date of opening of finance bid (Cover2).

(v) In case of applications/bids (enlisted contractor as well as unenlisted contractor)where scanned copies of requisite Earnest money (as applicable) were uploaded but the sameare not received in physical form within stipulated time, such bids shall not qualify for openingof finance bid cover2)

(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 thetendering limit.(bb) In case of one class (two class in case of remote and difficult area as the case maybe) contractors are selected for issue of tender : 6 to 7 times.(cc) In cased of unenlisted contractors : 2 times the upper tendering limit of class for whichcontractor meets the criteria for enlistment.

(e) In case any deficiency is noticed , in the documents required to be uploaded by the tenderersas per NIT, after opening of cover 1 (T bid) and during technical evaluation, a communicationin the form of e-mail/whatsapp/sms/speed post etc, shall be sent to the contractor to rectifythe 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.

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 14

(g) Contractors not enlisted with MES will be required to upload necessary documents to provetheir eligibility for enlistment in eligible class & category of work, including Affidavit for norecovery outstanding. List of documents required for enlistment in MES has been given in Para1.5 of section 1 of Part I MES Manual on Contractors 2007 (reprint 2012). Following documentsshall 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, 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 therof.

(iv) Affidavits for possession of movable & immovable properties by proprietor/ partner owning 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 be 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.

(h) In case of rejection of technical/prequalification bid, contractor may appeal to next higherEngineer authority i.e. HQ CE (R&D) Delhi on [email protected] against rejection,whose decision shall be final and binding. However contractor/bidder shall not be entitled toany compensation whatsoever for rejection of technical/prequalification bid.

(j) As per ministry Labour and Employment No S.35025/2/2014-SS-II dated 17 Oct 2016 and (EPF& MP) Act 1952, the successful bidder shall have the requisite possession number of EPF fromthe concerned department, if applicable. The compliance of same shall also be ensured by GEbefore placing Work Order No.1.

(k) Or enforcement of rights conferred to labour under various acts and laws, no payment tocontractors/firms shall be made unless proof of payment of wages to the workmen is submittedby the contractor/firm. In case payments are made in current coins or currency notes, certificateshall be submitted by the contractor/firm alongwith undertaking by the concerned workmenasking for payment other than by cheque or by crediting in the bank account of theemployee/workmen.

(l) Unit rates quoted by the tenderer shall be inclusive of employer’s contribution towards socialsecurity schemes for workmen like EPF & ESI. Any payment against work done shall be madeto the contractor only after submitting a certificate that all workers employed by him areregistered for EPF and the due contributions have been credited into their Universal AccountNumber, Tenderers may note that compliance position of this clause shall be ascertained fromEPFO at random by the principal employer and in case of non-compliance a complaint againstthe defaulter shall be registered with EPF authorities.

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 15

(m) Court of the place from where tender has been issued shall alone have jurisdiction to decideany dispute out of or in respect of this tender. After acceptance of tender, Condition 72-Jurisdiction of Courts of IAFW-2249 (General Condition of Contracts) shall be applicable

Signature of Contractor AGE (Contracts) For Accepting Officer

8383/ /E8 03 Jul 2018

GE (I) R&D Chandipur Post : ChandipurDist : Balasore (Orissa)Pin : 756 025

1. HQ CE (R&D) PROBYN ROAD, DELHI-54, 2. CECZ KOLKATA, 3. CWE KOLKATA, 4. CWE(P), KOLKATA, 5. CWE (SUB) BARRACKPORE, 6. CWE(AF) KALAIKUNDA, 7. GE PANAGARH, 8. GE GOPALPUR, 9. GE CHILKA, 10. GE (C) KOLKATA, 11. GE BARRACKPORE, 12. GE(AF) KALAIKUNDA, 13. BUILDERS ASSOCIATION OF INDIA G-1/G-26 COMMERCE CENTRE 7TH FLOOR, DADAJI ROAD, MUMBAI-34, 14. NOTICE BOARD, 15. AGE E/M-I CHANDIPUR

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 16

(In lieu of IAFW-1779A)

(To be used in conjunction with General Conditions of Contract IAFW-2249,(1989 Print))

MILITARY ENGINEER SERVICES

Garrison Engineer (I) R&DChandipur: Chandipur PostBalasore : Dist (Orissa)

8383/ /E8 Dated : Jul 2018

TENDER FOR ITEM RATE CONTRACT FOR WORKS BY MEASUREMENT FOR :-

NAME OF WORK: OUTSOURCING SERVICES FOR PUMP HOUSE NO.6 &11, CAPTIVE POWERHOUSE-OLD POWER HOUSE, BALLASTIC DG SET OF PXE CHANDIPUR

1. M/s_________________________________________________of______________ is /are

hereby authorized to tender for the above work. The tender is to be uploaded in the

eprocuremes.gov.in site as per critical dates & time.

2. Any correspondence concerning the tender shall be addressed to as indicated at the top of thissheet quoting the reference as given.

3. THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF, TO ACCEPT THE LOWEST ORANY OTHER TENDER AND RESERVE THE RIGHT TO ACCEPT THE TENDER ANY PART OR ASA WHOLE.

Signature of Officer Issuing theTender documentsAppointment: GARRISON ENGINEER

Signature of Contractor DATED: Jul 2018Date:

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 17

SCHEDULE ‘A’(IAFW-1779A)

LIST OF ITEMS OF WORKS

NAME OF WORK : OUTSOURCING SERVICES FOR PUMP HOUSE NO.6 &11, CAPTIVE POWERHOUSE-OLD POWER HOUSE, BALLASTIC DG SET OF PXE CHANDIPUR

NOTES:-1. SCOPE OF WORK : The work required to be completed under said tender is all as describedin BOQ items and all as specified in particular specifications, drawings (where applicable) and generalspecifications.

2. The quantities shown in Column 3 are approximate and are inserted as a guide only. Theseshall, however not be varied beyond the limits laid down in condition 7 of IAFW -2249, GeneralConditions of contracts. This contract comprises full, final and entire completion of the works given inBOQ, specifications, special condition and other items required for satisfactory completion of works.

3. UNIT RATES :-(a) The contractor shall calculate his own details and insert unit rate in figures ‘Basic Unit Rate’Column of BOQ respective items. However contractors are advised to ascertain the correctness ofrates quoted in figures and extension thereof. In case of discrepancies if any, the rates generated inwords shall prevail. The aforesaid unit rates shall be based on description of items in BOQ, drawings.(Where mentioned in BOQ or specifications) specifications and other general specifications attachedherewith.

(b) It is an express condition of the contract that the rates quoted by the Contractor for variousitems in BOQ shall be all inclusive of all labour including additional requirements benefits and materialrequired for completion of work specified hereinafter in particulars specifications/specialconditions/requirements detailed in particular specifications and full and final completion thereto,irrespective of whether these are mentioned in the description of BOQ or not and the contractor willnot be paid any extra for the same. The Govt. will not entertain any claim whatsoever on account ininaccuracies, misunderstanding, if any, by the tenderer in the aforesaid unit rates..

4. The description of items/works and services given in schedule ‘A’ are in brief. These shall bedeemed to be complied and read in conjunction with general rules special conditions, particularspecifications, specifications for materials and workmanship and conditions in relevant trade sectionsof MES Standard schedule of rates 2009, Part-I and Part-II 2010, and preambles to items given inMES schedule Part-II under respective trades, if any provisions in the description of items of BOQ andor in particular specifications is at variance with the provision in special conditions and preambles toMES Schedule items. The provision in description of items of BOQ and provision in particularspecifications shall take precedence thereover.

5. Tenderers may visit the site of works on prior appointment to get apprised of the situation ofsite, nature of works, before submission his tender. Any complaints in this regard after acceptance ofcontract shall not be considered.

6. The total amount of BOQ is not firm but shall be treated as the “Contract Sum” referred to inIAFW-2249 (General condition of contracts)

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO: 18

SCHEDULE ‘A’ (CONTD…)

7. Period of Completion :- The entire work covered under this contract is completed for a period of ELEVEN MONTHS from the date of commencement of work as mentioned in work order No-1.

8. GE reserves the right to fore-close the contract due to administrative/technical reason forwhich the contractor will not have any claim whatsoever.

9. The rates quoted by the tenderer shall be deemed to include wages alongwith all taxes,statutory levies/duties such as Octroi, Sales tax, Excise, Labour welfare tax, Govt Service Tax (GST),Seignirage fee/mining tax, entry tax, service tax, EPF etc as applicable on date and levied by the stateGovt. payable under respective statutes as applicable from time to time. It may be noted thatconditional tender regarding sales tax on works contracts or any other taxes/duties “WILL NOT BECONSIDERED” and shall be liable to be rejected.

10. The unit rate quoted shall also be inclusive of minimum fair wages and other allowances i.ebonus, 3 days salary for three gazzetted holidays (26 Jan , 15 Aug, 2nd Oct) as per GOI norms and allworks as specified in schedule ‘A’. Before quoting unit rate the contractor shall read the completetender document, sch ‘A’ Notes, Particular specification etc and no further claim will be admissiblebeyond the quoted rates under normal circumstances. Any dispute in this regard his to be decided byGE whose decision shall be final and binding.

11. The contractor has to provide welfare measures to the workers engaged in the construction ofbuildings and other projects as per the Act, Building and other construction workers (RECS) Act 1996and building and other construction workers welfare cess Act 1996. The contractor shall be bound bythe above act rules framed there under.

12. Eligibility and qualification criteria to be met by the contractor for performing the requiredwork/service.

13. Hard copies of GST No, EPF No shall be submitted to this office within 05 days of bid submissionend date.

14. The statutory and contractual obligations to be complied with by the contractor.

15. The works under this contract lies in both RESTRICTED and UNRESTRICTED area.

16. It is an express condition of contracts that bidders shall keep in mind before quoting their unitrate against individual item of various Sch ‘A’ Parts in BOQ that same unit rate shall be quoted againstsimilar items of various Sch ‘A’ parts in BOQ. In case of difference in rates against similar item whichever is minimum of the various rates quoted against the item shall be considered at all the places forthe specified items.

17. The scope of work is consisting under AGE E/M-I Chandipur. As per procedure MB and theabstract of quantities and prices shall be prepared by AGE E/M-I and duly signed by JE, Engr-in-Charge,GE & contractor. Further RAR/FB to be prepared and submitted by the contractor for giving bill Vr No anddate.

Signature of Contractor AGE (Contracts)For Accepting officer

Dated :

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

NAME OF WORK : OUTSOURCING SERVICES FOR PUMP HOUSE NO.6 &11, CAPTIVE POWERHOUSE-OLD POWER HOUSE, BALLASTIC DG SET OF PXE CHANDIPUR

SCHEDULE ‘B’

LIST OF MATERIALS TO BE ISSUED TO THE CONTRACTORSEE CONDITION 10 OF IAFW-2249)

Sl No Particulars Rate at whichmaterials will besupplied to thecontractor

Place of issue(by Name)

Remarks

Unit Rate (Rs)1 2 3 4 5 6

1. DHPP Litre Free forfilling

Store yard ofGE (I) R&DChandipur

(i) Empty drum for collectionand storage of DHPP shall bearranged by contractor.(ii) See notes hereinafter.

(Item One only)

NOTES;-

1. This Schedule consists of One (01) item only.

2. Contractor shall take all precautionary measures for the schedule ‘B’ stores while under theircustody to prevent loss from any source.

3. Quantity of DHPP shall be recorded in Log sheet.

4. All stores shall be issued through USRs.

5. It shall be the responsibility of the contractor to submit his demand in writing for materials atleast seven days in advance of his requirement or else his demand is liable to be rejected.

6. If, above items are lost/damaged while under the custody of the contractor, the recovery forsuch materials shall be at the following rates which will be final and binding.

(a) DHPP at the rate : Rs 175.00/Litre

Signature of Contractor AGE (Contracts) For Accepting Officer

DATED :

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

NAME OF WORK : OUTSOURCING SERVICES FOR PUMP HOUSE NO.6 &11, CAPTIVE POWERHOUSE-OLD POWER HOUSE, BALLASTIC DG SET OF PXE CHANDIPUR

SCHEDULE ‘C’

LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WILL BE HIRED TO THECONTRACTOR (CONDITION-15, 34 AND 35 OF IAFW-2249 (1989 PRINT)

SlNo

Quantity Particulars Details ofMES crewsupplied

Highercharge perunit forworking

Sand bychargesper unitper off day

Place ofissue byname

Remarks

1 2 3 4 5 6 7 8

……….NIL……….

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR(See condition 16 and 35 of IAFW-2249) (1989 Print)

SlNo

Quantity Particulars Rate per day Per unitworking

Place of issueby name

Remarks

1 2 3 4 5 6 7

……….NIL……….

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

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

NAME OF WORK : OUTSOURCING SERVICES FOR PUMP HOUSE NO.6 &11, CAPTIVE POWERHOUSE-OLD POWER HOUSE, BALLASTIC DG SET OF PXE CHANDIPUR

TENDERTo,

The President of India

Having examined and perused the following documents:-

1. Specification prepared by AGE CONTRACTS.

2. Drawings as detailed in the specifications.

3. Schedule ‘A’, ‘B’, ‘C’, ‘D’ and specifications.

4. MES Standard Schedule of rates Part-I (specifications) of 2009 including amendments 1 to 3and Part-II (Rates) of 2010 (hereinafter and in IAFW-2249 referred to as the MES Schedule) togetherwith amendment No 1 to 59 for Part-II, as applicable to the above said schedule.

5. General conditions of Contracts, IAFW-2249 (1989 print) together with errata 1 to 20 andamendments 1 to 40.

6. Water condition 31 of IAFW-2249, General Conditions of contracts. Water will be supplied byMES at the point marked in site plan and shall be paid by the contractor at Rs 3.75 per every Rs 1000/-worth of work done, priced at contract rates.

7. Should this tender be accepted * I/we agree :-

*(a) That a sum of Rs. 77,500.00 (Rupees Sixty six thousand only) forwarded as Earnest Moneyshall either to be retained as part of security deposit or be refunded by the Government onreceipt of an appropriate amount of security deposit within the time specified in condition 22 ofIAFW-2249(1989 Print).

(b) To execute all the works referred to in the said documents upon the terms andconditions contained or referred to there in and as detailed in the Schedule ‘A’ and to carry outsuch deviations as may be ordered vide condition No-7 of IAFW-2249 upto a maximum of (+/-)10% and further agreed to refer all disputes as required, vide condition 70 of IAFW-2249 to theSole Arbitrator of an serving officer, having degree in Engineering or equivalent or havingpassed Final/Direct Final examination of Sub Division-II of Institution of Surveyor (India),recognized by the Govt. of India, to be appointed by Chief Engineer (R&D), Probyn Road, Delhi-54 or in his absence the officer officiating as Chief Engineer R&D Probyn Road, Delhi-110 054or the person specifically delegated in writing by Chief Engineer R&D Probyn Road, Delhi-110054, whose decision shall be final, conclusive and binding.

*To be deleted where not applicable.

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

Signature ________________________________________________________________ in

the capacity of ____________________________________ duly authorised to sign the TENDER FOR

AND ON BEHALF OF ________________________________ (IN BLOCK CAPITAL LETTERS)

date ____________________

Postal Address:-________________________________________________________________________________________________________________________

Telegraphic address ________________________________________________________________________________

WITNESS :______________________________________________________________

ADDRESS :____________________________________Telephone No ________________________________________________________________

ACCEPTANCE

…………………………………………… Alterations have been made in these documents and asevidence that these alterations were made before the execution of the Contract Agreement, they havebeen initialed by the contractor and AGE (Contracts)

The said officer (s) is/are hereby authorised to sign and initial on my behalf, the documents formingpart of the contract.

The above tender was accepted by me on__________ day of ______________on behalf of the

President of India for the contract sum of Rs.________________________

(Rupees________________________________________________________________________)

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

APPOINTMENT :- GARRISON ENGINEER (I) R&D CHANDIPURCHANDIPUR POSTBALASORE-DIST, ODISHA-756 025(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

IN LIEU PAGE

GENERAL CONDITIONS OF CONTRACT (IAFW-2249, 1989)

MEASUREMENT CONTRACTS (IAFW-1779A)

A copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249, 1989 print) with Errata 1

to 20 and amendments No 1 to 40 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.

It is hereby further agreed and declared by me/us, that the GENERAL CONDITIONS OF

CONTRACTS (IAFW-2249, 1989 Print) including condition 70 thereof pertaining to settlement of

disputes by Arbitration containing 33 pages including Errata 01 to 20 and amendments No 01 to 40

forming part of these tender documents.

It is also agreed by me/us that in case of discrepancy in the interpretation of the contents

between English and Hindi version, English version shall take precedence over Hindi version.

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

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

SCHEDULE OF MINIMUM FAIR WAGES

1. It is hereby agreed that the ‘Schedule of Minimum Fair Wages’ as published vide Government of

India/ State Government /Govt. local authorities which is highest and which specifies minimum rates of

wages for various categories or work as applicable on the last due date of receipt of this tender shall

from part of these tender documents.

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

contained therein and I/we shall agree that I/we shall abide by the same and that aforesaid document

from part of this tender.

Note: “Schedule of Minimum Fair Wages” referred to above is available for reference in the

Office of the Accepting Officer.

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

:

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

SPECIAL CONDITIONS1. GENERAL. The following special conditions shall be read in conjunction with GeneralConditions of Contracts IAFW-2249 and IAFW-2159 and/or IAFW-1779A including errata/ amendmentsthereto. 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. INSPECTION OF SITE. For the purpose of inspection of site the tenderer is advised to contactGarrison Engineer who will give reasonable facilities therefore. The tenderer shall also make himselffamiliar with the working conditions accessibility to site of works, availability of labour and materials andsuch other relevant conditions which affect the execution and the entire completion of works. Thetenderer shall be deemed to have inspected the site and made himself familiar with various factorswhich may affect his quotation, irrespective of whether he actually inspected the site or not.

3. SECURITY AND PASSES.

3.1. Contractor’s attention is invited to Condition –25 of IAFW-2249. He shall employ onlyIndian Nationals after verifying their antecedent and loyalty. The Contractor shall ondemand by the Engineer-in-Charge, submit list of his agents, employees and workpeople concerned and shall satisfy the Engineer-in-Charge as to the bonafides of suchpeople.

3.2. The Engineer-in-Charge shall at his discretion, have the right to issue/ recommendedpasses as per rules and regulations of the installation/area in force to control theadmission of the Contractor, his agents, employees and work people to the site of thework or any part thereof. Passes should be returned at any time on demand by theEngineer-in-Charge or the authorities concerned and in any case on completion of work.

3.3. The contractor and agents, employees and work people shall observe all the rulespromulgated by the authority controlling the installation/area in which the work is to bedetailed, prohibition of smoking and light, fire precautions, search of persons on entryand exit, keeping to specific routes, observing specified timing etc. Nothing extra shallbe admissible for any man hours, etc lost on this account.

4. IDENTITY CARDS OF PASSES:-

4.1 The Contractor’s is agents and representatives are required individually to be inpossession of an identity card or pass duly verified by the Police Department. Theidentity card or pass will be examined by the security staff at the time of entry into orexit from the restricted area and also at any time or number of times inside therestricted area.

4.2 The contractor shall submit a Master list of their employees and labours to the SecurityOfficer through office of GE giving full details of their antecedents as per Proformaapproved by the Security Officer of the factory/Department. Casual labours will besubjected to routine security check at gate procedure. The contractor shall be requiredto comply department requirement listed there-in-after.

4.3 PVR (POLICE VERIFICATION REPORT) DOCUMENTS. The contractor shall fill upattestation forms and forward the same to the Security Officer of the factory through GEfor intimation of PVR documents to the concerned police authorities. A period of 21days shall be allowed to the contractor for receipts of the completion of PVR documentsfrom the police authorities by which time the contractor should get the PVR or disengagethe casual labours.

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

SPECIAL CONDITIONS (CONTD…)

4.4 IDENTITY DOCUMENTS. The contractor shall produce identity and character certificatefrom the gazetted officer/police verification report in respect of each labours employed.Any workman having record of indiscipline/complaint will be disqualified for employment.

4.5 LABOUR SUPERVISION. For every 30 labours or part thereof employed by thecontractor the contractor shall employ a supervisor to ensure and guarantee the identifyand conduct of the labour while inside the factory/Depot/Installation/Lab.

4.6 SURPRISE CHECK. The security staff of the factory/Depot/ Installation/Lab will carry outsurprise checks at the work site to ensure that the Contractor’s supervisors are presentand adhere to the security restriction imposed by the Security Officer.

5. IDENTITY OF WORKMAN.

5.1 Every workman shall be in possession of an identity card. The identity card will beissued after thorough investigation of the antecedents of the labours by the contractorsand attested by the Officer-in-Charge of the unit concerned in accordance with thestanding rules and regulations of the unit.

5.2 Contractor shall be responsible for the conduct and action of his workmen, agents orrepresentatives.

5.3 SEARCH. Thorough search of all persons and transport shall be carried out at each gateand for as many times as gate is used for entry or exist and may also be carried out atany time or any number of times at the work site within the restricted area.

5.4 FEMALE SEARCHER. If the contractor desires to employ female labour on works to becarried out inside the area of a factory, Depot, Park, lab, installation etc and a femalesearcher is not borne on the authorised strength of the Factory, Depot, Park, lab,installation etc, at the time of submission of the tender, he shall be deemed to haveallowed in his tender for pay and allowances etc for a female searcher (Class-IVServant/Gp ‘D’ Servant) calculated for the period, female labour is employed by himinside that area. If more than one contractor employ female labour during any monthand female searcher(s) has/have to be employed in addition to the authorised strengthof the Factory, Depot, Park etc, the salary and allowances paid to the additional femalesearcher (s) shall be distributed on an acquirable basis between the contractorsemploying female labour taking into consideration the valid and period of completion oftheir contracts. The GE’s decision in regard to the amount recoverable on this accountfrom any contractor shall be final and binding.

6. WORKING HOURS

6.1 The units controlling restricted area, usually work during Seven days in the week. Thework is to be carried out for no of shifts as per BOQ that a shifts is considered usually of8 hours duration.

6.2 The exact working hours, days and non-working days observed for the restricted area,where works are to be a carried out shall be deemed to have ascertained by thecontractor before submitting his tender. The tenderers attention is invited to the fact thatthe total number of working hours for a unit area prescribed in regulations and theycannot be increased by the Garrison Engineer.

6.3 Contractor’s materials, transport etc shall normally be permitted to go out of the areabetween 9 AM to 5 PM only or as per instruction of Engr-in-Charge.

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

SPECIAL CONDITIONS (CONTD…)

6.4 Contractor may also be allowed to carry out the work beyond 6PM and upto 6AM (dayand Night) but however, no movement of materials and transport out of site of worksshall be permitted during night unless special permission is obtained from theLab/Factory/Unit authorities.

7. ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORKS. After the works are completed and surplus stores etc removed the contractor, his agents, representatives or workman etc may not be allowed to have access to the restricted area except for attending any rectification of defects pointed out to his by the GE.

8. FIRE PRECAUTIONS.

8.1 The contractor, his agents, representatives, workman etc shall strictly observe the orderpertaining to fire precautions prevailing within the restricted area.

8.2 Motor transport vehicles, if any allowed by authorities to enter the restricted area, mustbe fitted with serviceable fire extinguishers.

9. NET WORK ANALYSIS.9.1 The time and progress chart to be prepared as per condition 11 of General Conditions of

Contracts (IAFW-2249) shall consist of detailed net work analysis and time Schedule.The critical path method net work will be drawn jointly by the GE and contractor soonafter acceptance of tender. The time scheduling of the activities will be done by thecontractor so as to finish the work within the stipulated time. Completion of the timeschedule a firm calendar date schedule will be prepared and submitted by the contractorto the GE who will approved it after due scrutiny. The schedule will be submitted in fourcopies within two weeks from the date of handing over the site.

9.2 During the currency of the works, the contractor is expected to adhere to the timeschedule and this adherence will be a part of the contractor’s performance under thecontract. During the execution of the work, the contractor is expected to participate inthe reviews and updating of the net work under taken by the GE. These reviews may beundertaken at the discretion of the GE or either as periodical appraisal measure or whenthe quantum of work ordered on the contractor is substantially changed through ordersor amendments. Any revision by the contractor shall be informed to the GE within aweek for his approval after due scrutiny.

9.3 The contractor shall adhere to the revised time schedule thereafter. In case of acontractor disagreeing with the revised schedule, the same will be referred to theAccepting Officer, whose decision shall be final , conclusive and binding. GE’s approvalto the revised schedule resulting in a completion date beyond the stipulated date ofcompletion shall not automatically amount to a grant of extension of time. Extension oftime shall be considered and decided by the appropriate authority mentioned in condition11 of IAFW-2249 and separately regulated.

9.4 Contractor shall mobilize employment of sufficient resources to achieve the detailedschedule within the broad frame work of the accepted method of working and safety. Noadditional payment will be made to the contractor for any multiple shift work or otherincentive method contemplated by him in his work schedule, even though the timeschedule is approved by the Department.

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

SPECIAL CONDITIONS (CONTD…)10. SITE CLEARANCE

10.1 Refer Condition 49 of IAFW-2249, General Conditions of Contracts.

10.2 The Contractor shall remove from the site all unused stores and huts and the like belonging tothe Contractor provided for the execution of work under this contract and the site of works shallbe cleared off all rubbish and waste materials by the Contractor and the site works delivered inclean and tidy manner to the satisfaction of the Engineer-in-Charge on or before the date ofcompletion. Nothing extra whatsoever shall be paid to the Contractor for such clearance of site.

10.3 The Contractor shall clean all floors, remove cement/lime/paint drops etc., clean the joinery, glass panes, etc, touchup all painting work in connection herewith and leave the whole premisesclean and tidy to the entire satisfaction of the Engineer-in-Charge before handling over the work.

11. OUT OF POCKET EXPENSES . Out of pocket expenses incurred by the tenderer in submittingthis tender shall not be reimbursed whether tender is accepted or not.

12. WORKING HOURS/DAYS . The Contractor or his workmen shall not be permitted to work onSundays & holidays or after normal working hours without prior written permission of the GE (I).

13. SECURITY OF CLASSIFIED DOCUMENTS. Contractor’s special attention is drawn toconditions 2A and 3 of IAFW-2249 General Conditions of contracts. The contractor shall notcommunicate any classified information regarding works either to such contractors or others withoutprior approval of the Engineer-in-Charge. The contractor shall also not make copied of the designdrawings and other documents furnished to him in respect of works and he shall return all documentson completion of the works and or on earlier determination of the contract. The contractor shallalongwith final bill attach a certificate from the Engineer-in-Charge in respect of his having returned theclassified documents as per condition of General Conditions of contracts.

14. CONTRACTOR’S REPRESENTATIVE AND WORKMEN. The contractor shall employ onlyIndian National as representative agents and workman after clarifying their antecedents and loyalty. Heshall ensure that no person of doubtful and amendments rationality, is in any way associated with theworks. Any work man having any record of indiscipline will be rejected. In case of any dispute in thisregard decision of GE shall be final and binding. If for reasons technical collaboration consideration, theemployment of any foreigner National is unavoidable, the contractor shall furnish full particulars to thiseffect to the Accepting Officer at the time of submission of the tender. The GE shall order thecontractor to cease to employ in connection with the contract any representative agents and workmanor employees whose continued employment in his opinion is undesirable. The contractor shall not beentitled for any compensation in this account.

15. ROYALTIES. Reference Condition 14 of General Conditions of contract IAFW-2249, No quarryon Defence land are available.

16. LAND FOR TEMPORARY WORKSHOP STORES ETC. Delete the following from lines 5 to 9 ofSub Para 1 condition 24 of IAFW-2249 reading. In the event of areas of land …………………………Land allotted to him and insert as under :-

“The contractor shall be allotted free charge, the area as marked on the layout plan(s) for thepurpose of erection of temporary workshop stores etc. plot of land so allotted shall not be usedfor accommodation of labour and canteen for which the contractor shall make his ownarrangements at his own expense. The space available is limited and the contractor shall nothave any claim whatsoever on this account.

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

SPECIAL CONDITIONS (CONTD…)17. CO-OPERATION WITH OTHER AGENCIES. The contractor shall permit free access andgenerally afford reasonable facilities to other agencies of departmental workmen engaged by theGovernment to carry out their part work, if any, under separate arrangements. The contractor shall notbe entitled for any extra payment in this account.

18. GENERAL NOTES :-

(i) Proof of any payment made to by the contract to the workers in intermediate period should be properly supported by documentary proof and duly signed by Engr-in-Charge, contractors & the concerned workers.

(ii) Contractor have to submit the details of workers including name with specimen signature/ thumb impression, Aadhar No Aadhar linked bank account number & other relevant details of each worker employed in the contract within 7 days of commencement of contract to the Engr-in-Charge which shall be kept on record by him. The Engr-in-Charge should ensure that the details have been submitted to him in due time, failing which, necessary instruction should be issued to the contractor by the Engr-in-Charge.

(iii) The contractor may asked to produce proof of purchases of deem materials, uniforms, shoes etc invariably as permissible for the workers.

(iv) In case of any Discrepancy/ confusion/dispute in attendance of workers the decision of the GE shall be final and binding.

(v) In case of strike, lock out, any other nuisances created by contractor/workers without any documentary proof/ evidences suitable action may be taken by GE whose decision will be final and binding.

19. WATER: Refer condition 31 of General Conditions of Contracts IAFW-2249.

19.1 Water will be supplied by MES at the point(s) marked on site plan. As the water supply by MESis likely to be intermittent the contractor shall make his own arrangements for storing the water requiredfor the works, labour and workmen etc at his own expenses. MES does not guarantee for the quantumof water being supplied, and shall not be responsible for any break down in the water supply system. Incase any augmentations of water is required during execution, the contractor shall make his ownarrangements in this respect, without any extra cost. The Contractor shall be charged for the watersupplied by MES for use in the work and by his workmen/employees @Rs.3.75 per Rs1000/- worth ofwork done at contract rates.

19.2 The Contractor may be allowed to dig bore well(s) in the Defence land at site of work withoutany extra cost to Govt. The pump and connected items such as pipes, etc required for the same shallbe procured by the Contractor under his own arrangement. No charges for this purpose will be leviedfor digging tube well(s) in defence land. The Contractor shall ensure that the water is fit for use as perI.S. Water shall be tested under Contractors arrangement from approved testing Laboratories as maybe order by GE and test results shall be kept on GE’s record. In the event of water being unfit forconstruction the contractor shall made adequate arrangements either by bringing required quantity ofwater for construction from outside or by purifying the bore well water to the extent that it becomes fitfor construction. On completion of work, the contractor shall remove the pump and fittings installed,and either leave the bore well(s) only at site as directed by GE or fill up the hole(s) and make good thesite when specifically ordered.

19.3 Water used for drinking by the workmen shall comply with the requirement of relevant IS. Theexpenditure incurred in complying with the requirements above shall be deemed to be included in therates quoted the Contractor.

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

19.4 However, if the contractor, if he so desires will be permitted to drill bore well (s) in the area at hisown cost. Water shall be tested for portability and potable water only be used in the work. The well(s)so drilled by the contractor shall become properly of Government without any extra payment.

20. ELECTRIC SUPPLY.

Electricity will be supplied by MES if required. The contractor will be charged for electric energyconsumed at the following rates, if contractor desire to take electric form department:-

(i) At ‘Rs.6.30’ per unit for lighting.

(ii) At “Rupees Six and paisa Thirty” per unit for power. Electric supply required for worksshall be made available by the MES at the incoming terminal of the main switch markedon the layout plan. The main switch and KWH meter to register the electricity suppliedshall be provided and installed by MES. The contractor shall provide all necessaryconnection, cable, fittings etc and main switch in order to ensure proper and suitablesupply of electricity. Government will not guarantee continuity of supply and nocompensation whatsoever shall be allowed for supply becoming intermittent or for breakdown in the system or any reason whatsoever.

21. OFFICIAL SECRET ACT Refer condition 2A of General Conditions of Contracts IAFW-2249.The Contractor's attention is invited to the Indian Official Secret Act 1923 (XIX of 1923), particularlySection 5 thereof. The contractor shall be bound by the provisions of this Act.

22. CONDITIONS OF WORKING IN UN-RESTRICTED AREA:-.

22.1 Work for Un-restricted area.

22.2 However, the Contractor, his agents, servants, work people and vehicle may pass through the unit lines in which case the Engineer-in-Charge shall at his discretion, has right to issue passesto control their admission to the site works or any part thereof. The Contractor shall on demandby the Engineer-in-Charge submit a list of personnel etc, concerned and shall satisfy theEngineer-in- Charge as to the bonafides of such people. Passes shall be returned at any timeon demand by the Engineer-in-Charge and in any case on completion of work.

22.3 The Contractor and his work people shall observe all the rules promulgated from the authoritycontrolling the area in which the work is to be carried out viz. prohibition of smoking, lightingand fire precaution, restricted house of working etc if any. Any person found violating thesecurity rules laid down by the authority, shall be immediately expelled from the area withoutassigning any reasons whatsoever and the Contractor shall have no claim on this account.Nothing shall be admissible any man-hour lost on this account.

22.4 The Contractor, his agents and representative are required individually to be in possession onan Identity Card or pass duly verified by the police Department. The Identity cards or pass willbe examined by the security staff at the time of entry into or exist from the areas and also at anytime or number of times inside the area.

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

SPECIAL CONDITIONS (CONTD…)

23. CONDITIONS OF WORKING IN RESTRICTED AREA.

23.1 Works for Restricted Areas.

23.2 Visit to site within the Restricted Areas. Permission to enter the restricted area at the time ofsubmission of tenders can be obtained through the Garrison Engineer. Tenderers are advised to sendprior intimation or their agents, representatives etc. for any date and time of their proposed visit so thatnecessary arrangement may be made by GE to secure permission. Whether a tenderer visits the site ornot he shall be deemed to have full knowledge of the restriction of entering into/exit from and workingwithin the restricted area.

23.3 Entry/Exit. The contractor, his agent(s) representatives, workmen etc and his materials, cars,trucks or other means of transports etc will be allowed to enter through and leave for, only from suchgate or gates and at such time as the GE or authorities in charge of the Restricted Area may at theirsole discretion permit to be used. The Contractor’s authorised representative is required to be presentat the place of entry and exit for the purpose of identifying his cars, trucks etc to the personnel in-charge of the security of Restricted Areas.

23.4 Access to Restricted area after completion of works. After the works are completed and surplusstores etc. returned, the contractor, his agents/representatives or workmen etc. may not be allowed tohave access to the restricted area expect for attending any rectification of defects pointed out to him bythe GE(I).

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

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

PARTICULAR SPECIFICATIONS

NAME OF WORK : OUTSOURCING SERVICES FOR PUMP HOUSE NO.6 &11, CAPTIVE POWERHOUSE-OLD POWER HOUSE, BALLASTIC DG SET OF PXE CHANDIPUR

1. GENERAL.

1.1 All operation and maintenance works shall be carried out, by skilled technicians,electricians/mechanics under the supervision of suitable qualified Supervisor/Engineer. The contractor,shall produce such evidence of qualification of his workmen/supervisors either at commencement of thework or at any time thereafter to the Engineer-in-Charge as detailed here-in-after.

1.2 The maintenance of electrical installations shall comply with the provisions contained in thelatest edition of the “Regulations for the Electrical Equipment of Buildings” issued by the Institution ofElectrical Engineers (Hereinafter referred to as the IEE Regulations) and the Indian Electricity Rules asapplicable to those works except where such regulations and rules are modified by the specifications.However, the tenderers shall also ensure that the requirement of the supplying agency/State ElectricityBoard are also complied while executing the work.

2. SCOPE OF WORK : The works to be carried out under this contract comprises of operation andcertain routine maintenance of installations as catered in Schedule ‘A’/BOQ, upto the entiresatisfaction of Engineer-in-Charge.

3. TOOLS FOR MAINTENANCE: Proper and adequate tools shall be arranged by the Contractorfor day to day maintenance. Suitable penalty may be levied in case of non possession of thesame as per instructions of Engr-in-Charge in concurrence with GE.

4. SAFETY PRECAUTIONS: All necessary safety precautions as per IE Rules/IE Act/Factory Actshall be taken by the contractor and his work people, during execution of work and Govt. will notheld responsible for any accident due to negligence on the part of the contractor and his workpeople in this respect. All workmen shall be covered under accidental Insurance.

5. CUSTODY OF INSTALLATION

5.1 All the materials brought to site/dismantled materials/tools shall be under the custody ofthe contractor. The contractor shall be responsible for any loss or damage.

5.2 The contractor shall render a receipt to the Engineer-in-Charge before taking over of anyequipment/ spares for carrying out repairs and delivery challan on completion of repairs andreturns of equipments. Receipt and delivery challan shall be in triplicate with all details,nomenclature, date etc and shall be enclosed with the bill.

5.3 The work shall be carried out with least inconvenience to the users and the program ofroutine maintenance shall be planned accordingly.

Contd……

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

PARTICULAR SPECIFICATIONS (Contd)

6. GENERAL INSTRUCTIONS

6.1 For efficient operation of installations mentioned in Sch ‘A’/BOQ the contractor isrequired to ensure the following :-

(a) The work will be supervised by the contractor himself or his authorized representativewho will visit the installations under operation at least once a day and will exercisefrequent checks on proper functioning and maintenance of equipments in the installationin Sch ‘A’ by properly organizing and deploying his staff.

(b) Skilled Operator/ skilled Electrician/ FGM shall be well qualified and experienced asunder :-

“Certificate from a recognized ITI/NCT/VT in the trade with minimum 5 years experiencein the trade”

OR“Ex-Servicemen, Ex-Central/ State Govt. Employees with equivalent Army/ Civilqualification in the appropriate trade with minimum 3 years experience.

(c) Production of certificate :-(i) Before commencement of work and taking over any installation for operation thecontractor shall produce such evidence of qualification/ experience of his worker to theEngineer-in-Charge for his approval in original with two Xerox copies. Departmentreserves the right to ask for such certificates for verification during the progress of work.

(ii) In case of change of operator, the process of approval as brought out here inbefore, in para (i), shall be followed.

(d) IDENTITY CARD : After the approval of operator the contractor is required to submit athis own cost cloth bound Identity Card duly fixed with a passport size photograph andone spare photograph (both attested by a Gazetted Officer) to the Engineer-in-Charge,for his counter signature. One copy of the photograph shall be retained by theDepartment. Any operator not in possession of requisite identity card shall not beallowed to handle the installation.

(e) The job of Operation & routine maintenances of installations shall include the following ineach shift:-

(i) Reading, recording of various log sheets and registers shall be done by the contractorand signature of operating FGM/Electrician must be on the log sheet for every day entry/record which will be checked and initialled by concerned JE E/M, daily and by Engineer-in-Charge at least once in a week.

(ii) Any other job which can be reasonably expected to be performed by the operatorof the installation in the opinion of Engineer-in-Charge. In case of any dispute thedecision of the GE shall be final and binding, as to whether the job can be expected tobe performed by the contractor or not.

(iii) Repair and rectification of installation, necessitated due to negligence of wrongoperation of the installation on the part of the operator shall be carried out by thecontractor at his own expense or to be carried out at contractor’s risk and cost. Thedecision of the GE or his deputed Board of Officers as to whether the repair/ rectificationnecessitated due to negligence or wrong operation on the part of the operator or notshall be final and binding. Major repairs/ overhauling and renewal due to fair, wear andtear is not in the scope of work.

Contd……

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

PARTICULAR SPECIFICATIONS (Contd)

(iv) In case of breakdown of installation for more than 24hrs, no payment shall bemade to the operator employed on the installation.

(iv) The contractor shall provide uniform to the operator for easy identification and tomaintain discipline. The cost of uniform is inclusive in the unit rate and no extra shall beadmissible on this account. If any operator, attended for duty without uniform, a recoveryof Rs.200.00 per shift shall be levied.

(f) Surprise checks shall be carried out by the departmental rep separately and also jointly with the contractor of the Installations and If, any Installation is found without operator, it shall betreated as absent for the entire shift of 8 hours and no payment shall be made for that shift, further more a penalty shall be charged as recommended by Engr-in-Charge in concurrence with GE.

(g) The installation shall not be kept non operational for want of the operator. In such an event the department will have the right to operate the Installation at contractor’s risk and cost.

(h) Installation operator on duty shall be courteous and shall behave properly with the users as well as MES authorities. The workmen employed shall not consume liquor while on duty hours or be intoxicated condition while on duty. Failure in this respect shall entail dismissal of such employee from service forthwith. The decision of the GE shall be final and binding in this respect.

(j) Contractor shall be in possession of License issued by the Labour Commissioner for engaging workmen under the contract.

7. POSSIBLE COMMON CAUSES FOR INTERRUPTIONS OF MACHINE : The contractor shouldbe well conversant with the remedial measures to be adopted to overcome the very common causeswhich can become an obstruction in continuous running of installation. In turn the operator on dutyshould be apprised, to achieve continuous running of the machine.

8. SHUT DOWN : The contractor shall apply well in advance for shut down for carrying out routinemaintenance work as required and as instructed by Engineer-in-Charge.

9. Shift duty roster will be prepared monthly basis in advance by the contractor for each installationand will be produced for the approval of Engineer-in-Charge before it is implemented. Three copies ofapproved duty roster will be submitted in the office of Engineer-in-Charge and will be displayed at theinstallations. Any change in duty roster thereafter will only be permissible in consultation with theEngineer-in-Charge.

10. The contractor will be liable to shift the staff deployed on one installation to another on writteninstruction from the Engineer-in-Charge. However, No additional payment on this account will be madeto the contractor.

11. The installation in operational state shall be properly handed over to the contractor by theEngineer-in-Charge in writing giving all the details of installation and the same process shall befollowed while taking over the installation from the contractor. Contractor shall be fully responsible forany damage done to the installation while in his custody. For any damage done to the installation, thecontractor shall be responsible for making good these installations to the satisfaction of Engr-in-Chargeat no extra cost to the Govt. In case the contractor fails to rectify the defects the same shall be rectifiedat his risk and cost while giving prior notice to him and he shall have no further claims in this regardclaim.

12. Minor repairs shall be deemed to be inclusive in the item rate quoted in Schedule ‘A’ and in thisrespect no extra payment is admissible. Whether a repair is to be considered as Minor or not thedecision of GE should be final and binding.

Contd……

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

PARTICULAR SPECIFICATIONS (Contd)13. WAGE PAYMENT

(a) The payment of wages to tradesman or employee engaged by the contractor for the subject work shall not be less than the minimum wages as circulated from time to time . All payment of wages/Bonus/Incentives/Three days wages for gazette holidays shall be made in the Aadahar linked bank account of the tradesman/Employees engaged and the contractor as tosubmit transaction reference/ Bank statements duly authenticated by the respective bank beforeclaiming any payments to the worker to be transferred monthly, preferably 10th of every month. All the employees will also have to sign the pay roll/wages register in presence of Engr-in-Charge or his rep stating that no due his left. Such documents are require to be attached with RARs/FBs. (b) The date of payment of labour wages shall be informed by the contractor to the Engineer-in-Charge in writing, seven days in advance, from actual date of payment.

(c) OVER TIME ALLOWANCES AND RATES(i) upto 2 Hours : 0.25 X Rate of Each shift of 08 Hours (ii) For 2 to 4 Hours : 0.50 X Rate of Each shift of 08 Hours(iii) For 4 to 6 Hours : 0.75 X Rate of Each shift of 08 Hours(iv) For 6 to 8 Hours : 1.00 X Rate of Each shift of 08 Hours

14. PENAL RECOVERY RATE IN CASE OF ABSENCE FROM DUTY:

14.1. If any tradesman/workmen is found absent from duty penal recovery at the followingrates will be made from the contractor’s bill in addition to nonpayment of shift for absence:-

(i) Skilled : Rs.750.00 per head per shift(ii) Semi-Skilled : Rs.620.00 Per head per shift.(iii) Un-skilled : Rs.530.00 per head per shift.

15. VISIT TO WORK SITE.

15.1 Tenderer is advised to visit the work site with prior appointment on any working dayduring working hours to ascertain the nature of work and site conditions including condition of allPlants/equipments before submitting his tender and it will be deemed that the tenderer hasinspected the work site irrespective of actually he has inspected the work site, or not and noclaim in this respect by the contractor will be entertained at a later date.

16. OPERATION OF DG SETS:-

16.1 The contractor shall be responsible for following, in connection with operation of DGSets:-

(a) Checking of fuel in the tank and topping up as and when required. This drill shallinvariably be done before Generator is switched on.

(b) Checking of water in the Radiator and topping up.(c) Checking of tightness of bolts, nuts etc of coupling and other accessories.(d) Checking of fuel pipe line leaking.(e) Checking of grease in the grease cup.(f) Checking of oil tank leaking wherever necessary.(g) Checking of undue noise in the equipment during running and to intimate

Engineer-in-Charge immediately.(h) Checking of battery set for its specific gravity and replacing distilled water as and

when required.

Contd……

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

PARTICULAR SPECIFICATIONS (Contd)(j) General cleanliness of Generator, Panel, Battery and Generator room, fuel tank

etc.(k) Maintaining of printed log sheet month wise in the form of soft bound books

showing hours of operation, voltage current, frequency etc and same shall dulysigned by contractor/accredited representative as and when directed. Thecontractor shall employ experienced tradesmen so as to ensure trouble freeoperation of plant.

(l) Any other related work as directed by Engr-in-Charge.

17. FUEL.17.1 Fuel: Only Diesel high potential pressure will be supplied to the contractor forincorporation in Generator. Proper accounting shall be done by the contractor. Contractor shallmake arrangement for adequate storage of FOL, its protection from theft, fire etc.

18. MAINTENANCE MATERIALS:

18.1. The contractor shall arrange the materials for carrying out Maintenance of plants asmentioned here in before in Sch ‘A’ (BOQ).

19. MAINTENANCE OF DG SETS/EOT CRANE/ELECTRIC EQUIPMENT/AC PLANT:-

19.1. Daily Maintenance:

(a) Check level in oil through and top up if required.(b) Check temperature rise of Oil and Water.(c) Check Oil pressure.(d) Drain sediments from fuel tank.(e) Check the belt tension. Adjust with the help of tension adjusting lever, if

required.(f) Check for unusual vibrations and rectify defects, if noticed.(g) Check for leakages and tighten the nut, bolts of pipe lines of fuel, Oil and water.

19.2 Weekly Maintenance:

(a) Check and adjust valve tappet clearance.(b) Check specific gravity of electrolyte in the battery.(c) Check all foundation nuts-bolts and tighten.

19.3 Monthly Maintenance:

(a) Wash felt pads of fuel filter and drain sediments and water accumulated at the bottom of fuel filter bowls.

(b) Check and clean/loop oil filters.(c) Clean air filters.(d) Blow or dust from inside the alternator.(e) Take insulation and earth tests on the alternator and exciter and maintain

the records.(f) Check the cable connections at the starters, battery, dynamo/alternator, Control

panel and rectify defects.(g) Clean radiator externally.

Contd……

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

PARTICULAR SPECIFICATIONS (Contd)

19.4 OTHER MAINTENANCE TASKS:

(a) Clean the fuel tank thoroughly as and when directed.

(b) Checking the level of Engine oil as directed,

(c) Checking the serviceability of Lub oil filter, fuel filter and air filter as directed.

(d) Checking serviceability of thermostat element.

(e) Check the air gaps between starters and rotors and clean off any projections on the rotor arising due to mica coming out or otherwise.

19.5 Any other related maintenance as directed by Engr-in-Charge. The frequency at which such maintenance should be carried out shall also be intimated by Engr-in-Charge.

20. OPERATING INSTRUCTIONS FOR PUMPS

(a) Daily routine measures to be followed :-

(i) Daily cleaning of all pumps sets, exposed pipe lines, control valves.(ii) Daily cleaning of all valve chambers water drain footpath and roof/ top surface of underground reservoirs.(iii) Daily cleaning of all three rooms viz floor walls and ceiling of valve control room, pump room No 1 and 2 including internal electrical fixtures.(iv) Removing of vegetation growth, cleaning/ brooming of open areas inside main pump house complex time to time. (v) For entry into main pump house complex, main gate shall always be kept closed and looked and opened only when required due to any specific reason.(vi) For normal coming and going only wicket gate shall be used and this also to be always kept closed.(vii) No unauthorized person shall be allowed to enter main pump house complex. (viii) Open space up to 6 meter in front of main pump house complex boundary wall/ main gate shall be kept clean and free from any vegetation growth garbage etc.

(b) Before starting the Pump: The pump attendant shall check the following beforeintending to starting the pump :-

(i) Voltage of panel in voltmeter is within 380 to 440 Volt.(ii) Lubrication of pumps and motors(iii) Cranking the pump and motor by hand to see that nothing is binding and units

move freely.(iv) Check up to gland leakage.(v) Open the suction valve.(vi) Priming the pump and remove the air if any.(vii) Press the starter and got the machine run.

Contd……

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

PARTICULAR SPECIFICATIONS (Contd)

(c) Running Pumps :-

(i) Open the delivery valve slowly.(ii) Check the ammeter and voltmeter reading at panel and ensure that the motor is

not running over loaded.(iii) Check delivery head pressure gauge and throttle the valve to regulate the

constant discharge of water.(iv) Watch for any unusual sound from machine such as knocking of bearing or

grinding of any part in the running machine.(v) Occasionally feel (Touch) the body of motor, motor bearing and will ensure that

these are not hot.

(d) Stopping the Pump :- The Pump attendant shall proceed with the following action whenhe is intending to stop the machine :-

(i) Take off the load gradually and not suddenly.(ii) When the load has been removed, machine is not to be stopped immediately but

allowed to run for a while before stopping..

(e) Electrical/Diesel driven pumps : -

(i) The bearing grease cup shall be checked once every week and refilled with freshgrease if necessary.(ii) Starter contracts shall be cleaned once every week.(iii) Insulation resistance of pump motor circuit shall be examined once every month

and record of results shall be maintained.

(f) Measures to be taken where the installation is in-operative for any reason :-

(i) Where the installation is expected to remain inoperative for carrying out maintenance/repairs for a period exceeding 24 hours, prior sanction shall be

obtained.

(g) Measures to be taken where the installation is in-operative for any reason :-

(i) Where the installation is expected to remain inoperative for carrying out maintenance/repairs for a period exceeding 24 hours, prior sanction shall be

obtained.

21. STARTING AND STOPPING OF PLANTS

Starting and stopping of the installation shall be done as per the norms of installationstandard practice and as per the manufacturer’s recommendations.

22. PLANT PERFORMANCE REPORT

Plant performance report shall be submitted by the contractor monthly. When the plantperformance is not up to the mark, a written special report duly signed by the contractor shall besubmitted to the Engineer-in-Charge indicating the reasons for its low performance.

23. LIST OF DOCUMENTS TO BE MAINTAINED.

(i) Daily log sheet(ii) Attendance Register(iii) Register of instructions by Engineer-in-Charge.(iv) Wage Register(v) Record of maintenance carried out.(vi) Record of materials replaced.

Contd……

CA NO: GE(I)/R&D/ BLS/ OF 2018-19 SERIAL PAGE NO:

PARTICULAR SPECIFICATIONS (Contd)

24. LIST OF DOCUMENTS TO BE PRODUCED WITH RAR/FB DULY SIGNED BYCONTRACTOR, JE AND ENGR-IN-CHARGE.

(i) Attendance Register(ii) Wage Register(iii) Proof of wages paid to employee through bank account i.e either cheque/NEFT dulyvetted by the authorized bank authority.(iv) EPF Statement(v) ESIC Statement(vi) Statement wrt payment of bonus as per GOI norms, salary of three gazzetted holidays.

No payment shall be made what so even in case of non production of concerned documents asper Para 24 or else as instructed by Engr-in-Charge.

25. SITE CLEANING: Site shall be thoroughly cleaned after completion of work as directed by theEngineer-in-Charge. On completion of work all the equipments/plants/ Installations are to behanded over to MES upto the satisfaction of Engr-in-Charge and in case of any dispute GE’sdecision will be final and binding. If any discrepancy or damage is caused due to negligence ofcontractor or his worker, the contractor will remain liable to rectify the same at his own risk andcost and GE decision will be final on this account.

Signature of Contractor AGE (Contracts) For Accepting Officer

Dated :