You are on page 1of 35

CA NO GE (D)

OF 2016-17

Serial Page No 1

MILITARY ENGINEER SERVICES

NAME OF WORK: PERIODICAL SERVICES TO CERTAIN BLDGS AT GARDEN CITY , COD


ROAD , AREA CQA(SV) ALKAPURI AND EME Wksp UNDER AGE B/R (EAST) AT DEHU
ROAD.
CONTENTS

Sl
No
1
1.

Contents

2.

Forwarding letter

2 to 3

3.

Instructions for filling and submission of tenders

4 to 7

4.

Declaration certificate (to be given by a tenderer/bidder)

5.

Notice of e-tender IAFW-2162 (Revised 1960) including Appendix A to


Notice of Tender and Errata to Appendix A

09 to 13

6.

Item rate tender and contract for works [comprising Schedule A


(Microsoft Office Excel format), B, C&D- IAFW 1779-A (Revised 1955]

14 to 21

7.

General Conditions of contract IAFW-2249 (1989 Print) including


amendments/errata thereto

22 to 73

Schedule of Minimum Wages

74 to 82

9.

Special Conditions

83 to 89

10.

Particular Specifications, list of drawings, list of manufacturers, etc.

90 to 97

11.

Amendments/errata to tender documents

12.

Relevant correspondence

13.

Acceptance letter

8.

Description

Serial Page
No.
3
1

Total Pages:
Drawings:Nil

Signature of Contractor
Date:

off AGE (Contracts)


for Accepting Officer

CA NO GE (D)

OF 2016-17

Serial Page No 2

Tele 020-27673300

Garrison Engineer
Dehu Road - 412101

8998/3/E8

02 May 2016

M/s__________________________________
____________________________________
____________________________________
PERIODICAL SERVICES TO CERTAIN BLDGS AT GARDEN CITY , COD ROAD ,
AREA CQA(SV) ALKAPURI AND EME WKSP UNDER AGE B/R (EAST) AT DEHU
ROAD.
Dear Sir(s),

1. Tender documents (in pdf format) including schedule A (in Microsoft Office Excel format) for
the works mentioned above is published on 02 May 2016 on the MES website
portal(www.eprocuremes.gov.in).

2. A tender/ bid will be received in two covers. The first cover i.e. cover-1 is related to
prequalification parts of the tender/ bid and the second cover i.e. cover-2 is related to financial
parts of the tender/ bid.
3. The last date of submission/ uploading online the tender/ bid(both cover-1 & cover-2)will
be 16 May 2016 up to 1800 Hrs.

4. Cover-I of the tender/ bid connected to prequalification shall contain the following
documents: (i) As per Para 8 of Instructions for Filling and Submission of Tender. Single pdf file
shall be made for all documents prior to online submission/ uploading. This shall be
called prequalification details.
(ii) Scanned copy of demand draft towards cost of e-tender processing fee having worth
500/- in favour of GE Dehu Road and scanned copy earnest money deposit wherever
applicable. Single pdf file shall be made for all documents prior to online submission/
uploading. This shall be called fee details.
(iii) Declaration certificate (to be given by the tenderers/bidders).
(iv) Scanned copy of Provident Fund code number

5. Cover-2 of the tender/ bid connected to financial parts of the tender/ bid shall contain all
the documents forwarded along with tender documents including any errata/ amendment
thereto.
6. Physical copies of demand draft towards cost of tender, earnest money deposit wherever
applicable and declaration certificate shall be forwarded by post within three days from the
date of submission/uploading of the tender/bid so that they will be received latest by 23 May
2016.

7. The complete tender/bids shall be up uploaded by tenderers on the MES portal


(www.eprocuremes.gov.in) before 1800 hours on 16 May 2016. The cover-1 shall be opened
online on 17 May 2015 at 1000 Hrs in the office of Garrison Engineer Dehu Road Pune.
Tenderers/ bidders may watch the process online or at the office of Garrison Engineer Dehu
Road Pune.
8. Financial parts of the tender/ bid i.e. cover-2 shall be opened only for those tenderer/ bidder
who will qualify as per eligibility criteria as per the tender/ bid and interalia past track record
as decided by the Accepting Officer.

9. The cover-2 shall be opened online on a subsequent date intimated separately in the office of
Garrison Engineer Dehu Road Pune. The tenderers/ bidders may watch the process online or
at the office of Garrison Engineer Dehu Road Pune.
10. The e-tender processing fee shall not be refunded even if a bidder/ tenderer is found
ineligible for financial parts of the tender/ bid as per the prequalification criteria and interalia
past track record as decided by the Accepting Officer.

CA NO GE (D)

OF 2016-17

Serial Page No 3

11. Information/documents (forming part of this contract) mentioned here in below are not
enclosed with these documents. These are available for perusal in the offices of the Garrison
Engineer Dehu Road.
(a) IAFW-2249 (1989 Print) General Conditions of contracts including errata and amendments.
(b) Schedule of Minimum Fair Wages As per Government of India Notification dated 10 Mar 92.
(c) Military Engineer Services Standard Schedule of Rates 2009 (Part-I-Specifications) including
amendments and errata issued up the last date of online submission/ uploading of the tender/
bid.
(d) Military Engineer Services Standard Schedule of Rate 2010 (Part-II-Rates) including
amendments and errata issued up the last date of online submission/ uploading of the tender/
bid.
12. Whether documents mentioned in Para 11 above are actually seen or not, if you submit a
valid tender, you are deemed to have been taken into account the contents thereof.
13. Water will be supplied by MES.

14. Sales tax/turn over tax on works contract, workers welfare fund tax, cess value added
tax(VAT) levied by state Government, service tax shall not be reimbursed to the contractor and
the contractors quoted rates shall deemed to include all taxes and duties including recovery of
income tax and sales tax /turn over tax on works contract which is deductible at source.
15. Conditional tender is not acceptable to the Government.

(a) The tenderer is not permitted to make any condition or alteration or insertion in the tender
documents other than the amendments issued by the Department if he does so his tender will
be treated as Non-Bonafide. The applicability of amendment issued by the Department shall
only remain hold good irrespective of the amendment carried out by the tenderer in their offer.
(b) You are requested to ensure that all errata/amendments issued prior to the due date of
submission/ uploading of the tender/ bid are accounted in your offer.

16. Instructions for filling and submission of tenders are also enclosed herewith for strict
compliance. This letter and the instructions shall form part of the contract and shall be
uploaded duly signed along with the tender documents.
17. CPM: The tender is based on CPM.

(a) Tenderer is expected to be fully conversant with the CPM technique and employ technical
staff who can use the technique in sufficient details. Sufficient books and other literature on
the subject are widely available which the tenderer may make use of.

(b) The tenderer's attention is drawn to Special Conditions of the tender documents regarding
preparation of the detailed network and time Schedule for the work and his liability for
employing sufficient resources to adhere to this Schedule. Any inability on the part of the
tenderer in using the technique will be taken as his technical inefficiency and will affect his
class of enlistment and future prospects of receiving invitations to tender for works.
18. A contractor, who is not enlisted with the MES/who is enlisted but has not executed the
bond to secure performance of agreement, while submitting/ uploading the tender/ bid shall
be required to furnish earnest money along with the tender/ bid.

19. The Word tender/ bid wherever appearing in the tender documents means e-Tender cum ebid.
20. This letter shall form part of the tender/ bid and shall be returned by the tenderer duly
digitally signed alongwith the tender/ bid.
Yours faithfully

SIGNATURE OF CONTRACTOR
DATED

(S S Bahursettiwar)
JE (QS&C)
off AGE (Contracts)
For Accepting officer
(Signature of Officer issuing the documents)

CA NO GE (D)

OF 2016-17

Serial Page No 4

INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER

1. GENERAL INSTRUCTIONS FOR COMPLIANCE:

1.1. The tender will only be accepted in the electronic form. All bids to be submitted/uploaded
online on the MES website portal (www.eprocuremes.gov.in). Documents should be scanned
and forwarded in pdf format or xls format as applicable.
1.2. The tenderer shall quote his unit rates on the Microsoft excel file for schedule A only. No
alteration to the format will be accepted or the bid will be disqualified.
1.3. In case the tenderer has to revise /modify the rates quoted in the Schedule A and/or
General Summary, he may do so only in the Schedule A and/or General Summary through
the MES website portal (www.eprocuremes.gov.in) only.
1.4. Any additional document forwarded through post, which is not uploaded online on the
MES website portal (www.eprocuremes.gov.in) shall not be taken into account and shall not
form part of the tender documents. However, any subsequent postal correspondence including
letter of revocation, which will modify a condition of the tender documents, will be treated as
revocation of the tender/ bid.
1.5. The tender for the work shall remain open for acceptance for a period of 60 (sixty) days
from the date of opening of the tender/ bid (cover-I). If any bonafide tenderer/ bidder
withdraws his tender/ bid after opening of the tender/ bid (cover-I) or make any modifications
in the terms and conditions, the Earnest Money deposited by him shall be forfeited. In case of
MES enlisted contractors, the amount equal to the earnest money stipulated in the notice
inviting tender, shall be notified to the tenderer for depositing the amount through MRO
(Military Receivable Order). Such contractor shall remain disqualified for any other tender/ bid
till the aforesaid amount equal to the earnest money is deposited in government treasury. In
addition, such tenderer and his related firm shall not participate in the subsequent calls and
shall remain disqualified for the tender/ bid in the subsequent calls. Reduction offered by the
tenderer on freak high rates referred to the tenderer for review shall not be treated as voluntary
reduction.
1.6. All bids will be digitally signed by the tenderer/ bidder.
2. A security deposit for individual works (i.e. Individual Security Deposit) shall be 25% more
than the amount of earnest money calculated as under with respect to tendered cost:
Serial
No.
(i)

Cost at contract rates

Amount of earnest money

Upto

50 lakhs

2% of the
maximum of

(ii)

Over

50 lakhs and upto

(iii)

Over

100 lakhs and upto

(iv)

Over
lakhs

(v)

Over

100 lakhs
500 lakhs

500 lakhs and upto


1500 lakhs

1500

amount subject
50,000/-

1,00,000/- + 1.5%
exceeding 50 lakhs

of

to

amount

1,75,000/- + 1% of amount exceeding


100 lakhs
5,75,000/- + 0.5%
exceeding 500 lakhs

of

amount

10,75,000/- + 0.5% of amount


exceeding
1500 lakhs subject to
maximum of 15,00,000/-

3. If a tender is submitted on behalf of a firm/ a company, it must be signed either by a


proprietor or all the partners or some person holding valid power of attorney from all the
partners constituting the firm/ executed in accordance with the constitution of the company.
The tender shall be accompanied by valid power of attorney duly executed in his favour by
such other person/or by all the partners stating specifically that he has the authority to bind
such other person(s) or the firm as the case may be in all matters pertaining to the contract
including the arbitration clause. The power of attorney shall be executed as indicated below:
3.1. In case of proprietorship concern, an affidavit shall be submitted by the signatory to the
tender document that he is the sole proprietor of the firm.
3.2. In case of a partnership concern, the power of attorney shall be executed by all the
partners.
3.3. In case of a company, the power of attorney shall be executed in accordance with the
constitution of the company.

CA NO GE (D)

OF 2016-17

Serial Page No 5

INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER

3.4. Power of attorney shall be executed on stamp paper of adequate value as applicable.
Scanned copy of the same will be forwarded along with the bid submission.
4. If you are un-enlisted contractor or if you are enlisted contractor but have not lodged
standing security deposit with MES and has not executed the Bond to Secure Performance of
Agreement, you will deposit earnest money along-with the tender. The tender unaccompanied
by earnest money is liable to be rejected.
5. Facilities for execution of bank guarantee for following purposes are available to the
contractors as detailed below: -

5.1. Security Deposit/additional security deposit for individual works covering contract period
and defects liability period of one year thereafter from a date of completion of works.
5.2. Retention money for payment of advances on account of work done and of materials
delivered in connection with Measurement and Lump Sum Contracts
6. These instructions shall form part of the tender/ bid.
7. Eligibility criteria of the tender/ bidder: -

(a) For MES enlisted contractor of appropriate class: (i) Class E contractor.

(b) For unenlisted contractor: -

(i) Completed three works costing not less than 7.50 lakh or two similar works of costing
not less than 10 lakhs or one similar works of costing not less than 20 lakhs or average
annual turnover during the last two consecutive years ending 31 Mar of the previous
financial year should be at least 25 lakhs.
(ii) Solvent upto

10 lakhs or financially sound for engagement upto

(iii) Working capital not less than

5.00 lakhs.

25 lakhs.

(iv) One graduate engineer (for similar work) from a government recognized institution or one
diploma engineer (for similar work) from government recognized institution with minimum 2
years experience.

(v) Limit of minimum reserves/total of movable or immovable property or fixed assets (in
case of companies) shall be 8.00 lakhs. 80% of minimum reserve/assets shall be in the
shape of immovable property.
(vi) The contractor shall have the following tools and plant:-

Note: -

(a) One bag capacity concrete mixer (diesel)


(b) Vibrator (needle and plate type)
(c) Steel shuttering with span, props etc.

- 1 No (one bag capacity)


- 2 Nos
- 200 sqm

(i) Similar works shall mean civil works e.g. building works, drainage works, boundary wall
works etc.
(ii) Costing of similar works shall mean the completion cost of entire works.

8. Document required to be submitted/uploaded by the tenderer/ bidder along with


tender documents for certifying his eligibility for the works: -

(a) For MES enlisted contractor of appropriate class: (i)

(ii)

Scanned copy of enlistment letter along with all enclosures.

Scanned copy of power of attorney if applicable as per Para 2 mentioned here-in-before.

(b) For unenlisted contractor: (i)

Affidavit for constitution of the firm.

(iii)

Annual turnover certificate from CA/Income-tax deduction at source (TDS) certificates


from GEs/Executive Engineers etc. in supports of annual turnover during the last 5
consecutive financial years.

(ii)

List of works executed during the last 5 consecutive financial years indicating name
and address of the department, date of commencement and completion, extended date
of completion.

CA NO GE (D)

OF 2016-17

Serial Page No 6

INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER

(iv)

Balance sheet of last 5 years in case of limited companies.

(vi)

(I) That the immovable property is free from mortgages hypothecation or any other
disputes and encumbrances and clearly belongs to the Contractor.
or
That the immovable property is free from any disputes and encumbrances and clearly
belongs to the Contractor. The immovable property has been mortgaged/hypothecated
for ... . Market value of immovable property as per valuation report
No... given by the registered valuer is
.. . Therefore balance market value of property
i.e. . (Market value minus mortgaged value) is free from any
mortgage/ hypothecation.

(v)

Affidavit for immovable properties indicating present market value and containing
following endorsements

(II) That the said immovable property has not been shown for seeking enlistment of a
sister concern in MES.
(III) That the said immovable property will not be sold transferred, gifted or otherwise
disposed off without prior intimation to the Accepting Officer in MES while giving such
prior intimation, new affidavit for alternate immovable property of value at least equal
to minimum requirement as per scales alongwith valuation report from registered
valuer shall also be submitted failing which the Accepting Officer may take action as
deemed fit till acquiring alternate immovable property by the contractor.
Note : In case of partnership firm, the partner having immovable property in his name,
shall also endorse the following in addition to above :

Irrespective of my share in partnership firm, my whole property may be utilized by the


Government for realising their dues/recovery, if the firm fails to deposit the same.
(vii)

Valuation report from Registered (with any Government body) valuer for immovable
property clearly indicating ownership details. Alternatively, the Contractor may submit
certificate from the Deputy commissioner/Collector/First calls Magistrate or
assessment of wealth tax authorities.

(viii)

Affidavit for movable property (T & P machinery transport etc.) : If certain movable
property is being considered towards requirements of minimum reserve, endorsements
as required for immovable property shall also be given on affidavit for movable property
and valuation report from Registered (with any Government body) valuer for movable
property clearly indicating ownership details shall also be submitted.

(ix)

Solvency certificate from the scheduled bank as per specimen given as under: -

(x)

FORM OF SOLVENCY CERTIFICATE FROM NATIONALISED/ SCHEDULED BANK

This is certified that 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
. (Rupees)/ financially sound for
engagement upto . (Rupees.).
This certificate is issued without any guarantee or responsibility on the bank or any of
the officers.
(Signature)
Name, Designation and Personal Code No. of signatory

Note: In case of partnership firm, certificate to include names of all partners as


recorded with the bank.
(xi)
(xii)

Working capital certificate from the scheduled Bank as per specimen given as under.
Alternatively, contractor may submit bank statement for the last 6 months/ attested
copies of fixed deposit receipts/ balance sheet in support of Working Capital.
FORM OF WORKING CAPITAL FROM NATIONALISED/ SCHEDULED BANK

This 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 and/ or the firm is enjoying overdraft/credit
facilities upto limit of This certificate is issued without any

CA NO GE (D)

OF 2016-17

Serial Page No 7

INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER

guarantee or responsibility on the bank or any of the officers.


(Signature)
Name, Designation and Personal Code No. of signatory

Note: In case of partnership firm, certificate to include names of all partners as


recorded with the bank.
(xiii)

Affidavit from contractor for employment of Engineers

(xiv)

Affidavit from Engineers for employment with the Contractor.

(xv)

Experience and Degree/Diploma certificates of Engineers

(xvi)

Affidavit from contractor that there is not government dues/recovery outstanding


against him. If there is any government dues/recovery outstanding from the
contractor/ the firm, he will not qualify for the tender documents.

(xvii)

Affidavit from contractor that he is not involved in any arbitration/litigation cases. If he


is involved, he will give brief details of such cases on affidavit.

(xviii)

Two photographs of proprietor/partners/directors of firm for verification of character


and antecedents from the police authorities.

(xix)

Copy of partnership deed in case of partnership firm

(xx)

Memorandum and Articles of Association in case of Limited Companies.

(xxi)

Copy of Registration Certificate of firm/company with Registrar of Companies.

(xxii)

Affidavit that no near relative (s) of the contractor or their employees/agents is/are
working as gazetted/commissioned officer in MES/corps of engineers/ministry of
defence.If his/their near relative (s) is/are working in such capacity, he/they shall
furnish details. The contractor shall not be entitled to tender for the works in entire
area of CE Zone/Project under whose control his/their near relatives are working as
Gazetted/Commissioned Officers.

(xxiii)

Affidavit that no near relative (s) of the contractor is/are working as junior engineer in
MES/corps of engineers. If his near relative (s) is/are working in such capacity, the
contractor shall furnish details. The contractor shall not be entitled to tender for the
works in entire area of GE (I)/GE in which his near relative (s) is/are working as Junior
Engineer.

(xxiv)

Copy of power of attorney given to any person/partner/director by the Contractor.

(xxv)

Copy of PAN card of the firm.

(xxvi)

A separate sheet containing specimen signatures (signed in black ink) and affixed with
photographs of proprietor/partners/directors.

(xxvii)

Scanned copy of power of attorney if applicable as per Para 2 mentioned hereinbefore.

Notes: -

(i) All the documents submitted by the contractor shall be signed by him.
(ii) Photocopies of documents shall be attested by the Gazetted Officer/Notary Public.
(iii) All the affidavits shall be given on non-judicial stamp paper of appropriate value duly
signed by the contractor and attested by the Magistrate/notary public

CA NO GE (D)

OF 2016-17

Serial Page No 8

DECLARATION CERTIFICATE (TO BE GIVEN BY THE TENDERER/BIDDER)

It is to certify that: 1. I/ we have submitted the tenders in the Performa as downloaded directly from the website.
2. I/ we have submitted tender documents, which are same/ identical as available on the
website.
3. I/we have not made any modification/ corrections/ additions etc. in the tender documents
downloaded from web by me / us.
4. I / we have checked that no page is missing and all pages as per the index are available and
that all pages of tender document submitted by us are clear & legible.
5. I / we have digitally signed all the pages of the tender document before uploading/
submitting the same.
6. I/ we have submitted the cost of tender along with the eligibility documents as detailed in
Para 5 of INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER and as per NIT.
7. In case at any stage later, it is found there is difference in our downloaded tender documents
from the original, Department shall have the absolute right to take any action as deemed fit
without any prior intimation to me / us. The department shall not pay any damages to me / us
on this account.
8. I/ we have uploaded/ submitted the scanned copies of documents keeping original copies
with me/us and I/ we shall produce the original copies as and when asked by the department.
In case at any stage later, it is found there is difference in downloaded copies from the original,
Department shall have the absolute right to take any action as deemed fit without any prior
intimation to me / us. The department shall not pay any damages to me / us on this account.
9. I/ we will submit original copies of documents as and when asked by the department.
10. I/we have read all the contentions mentioned in forwarding letters and as per instructions
for filling and submission of tenders and all documents required as stated have been uploaded
and scanned copies for the same in original will be forwarded to GE Dehu office during working
hours. If I fail to do so I will have no claim on the department for not consideration of the bid
for which I shall be solely held responsible for the cause.
I/We (__________________________________________) hereby declare that the above information/
documents provided by me/us are true and accurate including the information
provided/attached. In case any information/ document at any stage found fake / incorrect,
my/ our earnest money deposit shall be forfeited & action as deemed fit by GE Dehu Road may
be taken against me/ us.
Dated
Place...
(CONTRACTOR)
(SIGN WITH SEAL)

CA NO GE (D)

OF 2016-17

NOTICE OF E-TENDER

Serial Page No 9

(IN LIEU OF IAFW-2162 (REVISED 1960)

1. A tender is invited for the works (see Appendix-A).

2. The tender shall be based as mentioned in Appendix 'A'.


3. The work is estimated to cost (see Appendix-A).This estimates however, is not a guarantee
and is merely given as a rough guide. If the work costs more or less, the tenderer will have no
claim on this account.
4. The work is to be completed as per the period (See Appendix 'A' in accordance with phasing
if any indicated in the tender) from the date of handing over the site which will be on or after as
mentioned in Appendix 'A'.
5. Normally contractors whose names are on the MES approved list for the command/ area in
which the work lies and within whose financial category the estimated amount would fall may
tender. However, in case of term contracts, contractors in category SS to E may tender. In
case where the tendered amount is in excess of the financial category of the contractor, the
accepting officer reserves the right to accept the tender, in which event the tenderer would be
required to lodge additional security deposit as notified by the accepting officer in terms of
conditions of contract.
5.1. Contractors whose names are on the MES approved list of any MES formation and who
have deposited standing security deposit and have executed standing security bond may also
tender without depositing earnest money along with the tender and if the Accepting Officer
proposes to accept the tender, such tenderer would be required to deposit security deposit as
notified by the Accepting Officer before acceptance of tender. In case, however, the Accepting
Officer subsequent to deposition of security deposit decides not to accept the tender for any
reason whatsoever the amount deposited will be refunded to the Contractor.
5.2. Not more than one tender shall be submitted by one contractor or one firm of contractor.
Under no circumstances will a father and his son (s) or other close relations who have business
dealing with one another be allowed to tender for the same contract as separate competitors.
Breach of this condition will render the tenders of both parties liable to rejection.
5.3. Submission of the tender/ bid by the tenderer/ bidder does not constitute any guarantee
for his eligibility for financial parts of the tender/bid, even of enlisted contractors of
appropriate class. The tenderer/ bidder shall not become automatically entitled for his
eligibility for financial parts of the tender/ bid by virtue of enclosing copy of demand draft
along with the tender/ bid. The Accepting officer shall reserve the right to deny eligibility of any
tenderer/ bidder for financial part of the tender/ bid. Firms to be considered eligible for the
financial parts of the tender/ bid will be decided by the Accepting officer based on interalia
past track record, financial position and experience of similar works executed by the tenderer/
bidder and eligibility criteria as mentioned in the tender/ bid. The Accepting officer shall
consider tender/bids received up to date of submission/ uploading or extended date of
submission/ uploading of the tender/bids. The tenderer/ bidder, if so desires, may appeal to
the next higher engineer authority (CWE/CE Pune Zone) with copy to the Accepting officer
prior to the date of opening of cover-2 of the tender/ bid. The decision of the next higher
engineer authority shall be final and binding. No tenderer/ bidder shall be entitled for any
compensation whatsoever or rejection of his financial bid.
6. The Garrison Engineer Dehu Road will be the Accepting Officer here-in-after referred to as
such for the purpose of this contract.
7. The e-tender processing fee (see Appendix-A) shall be in the form of Demand Draft from
any nationalised/scheduled bank in favour of the Garrison Engineer (see Appendix-A) shall be
attached to the tender/bid to be published on the MES website portal
(www.eprocuremes.gov.in)(see Appendix-A).
8. The appropriate standing security deposit amount for this work shall be as deposited by
contractors enlisted in the command/area in which work lies (see Appendix-A).

CA NO GE (D)

OF 2016-17

NOTICE OF E-TENDER

Serial Page No 10

8.1. A contractor, who is not enlisted with the MES/who is enlisted but has not executed the
Bond to Secure Performance of Agreement, while submitting a tender shall be required to
furnish Earnest Money alongwith the tender (see Appendix-A) in the form of deposit at Call
receipt issued in favour of GE concerned from a scheduled bank or in the form of receipted
treasury challan, the amount being credited to the revenue deposit of the Garrison Engineer
(see Appendix-A). However, if the tender submitted by such a contractor is accepted, he will be
required to lodge with the Controller of Defence Accounts concerned, Security
Deposit(Individual Security Deposit for the specific work) within thirty days of the receipt by
the contractor of notification of acceptance of his tender, failing which this sum shall be
recovered from the first RAR payment or from the final bill. In the case of Term/Running
Contracts, remaining sum shall be recovered from the subsequent bill(s) of the contractor.
However, in cases, where any payment is made to the contractor within thirty days of the
receipt by him of notification of acceptance of tender, the amount of Security Deposit shall be
recovered from such payments. The Earnest Money will be refunded to the contractor after the
Security Deposit is lodged by the contractor or recovered from payments due to him.
8.2. A Contractor who is not enlisted for the command/ area in which the work lies, but whose
name is in the MES approved list of any MES formation and who has deposited standing
security and executed standing security bond may tender without depositing earnest money
along-with the tender. However, if the tender submitted by such a contractor is accepted, he
will be required to lodge with the Controller of Defence Accounts concerned, Security
Deposit(Individual Security Deposit for the specific work) within thirty days of the receipt by
the contractor of notification of acceptance of his tender, failing which this sum shall be
recovered from the first RAR payment or from the final bill. In the case of Term/Running
Contracts, remaining sum shall be recovered from the subsequent bill(s) of the contractor.
However, in cases, where any payment is made to the contractor within thirty days of the
receipt by him of notification of acceptance of tender, the amount of Security Deposit shall be
recovered from such payments.
8.3. In case of a contractor who is enlisted and who has lodged the Standing Security Deposit
and executed a Standing Security Bond, if the tendered cost of work exceeds the financial
limits of the contractor (i.e. his class of enlistment) and the Accepting Officer decides to accept
his tender, such a contractor shall be required to lodge with the Accepting Officer concerned,
Additional Security Deposit, equal to the difference between the Individual Security Deposit
and the Standing Security Deposit already lodged by him, within thirty days of the receipt by
him of notification of acceptance of his tender, failing which this sum will be recovered in the
same manner as stipulated in Para 8.1 hereinbefore.
8.4. The GE will return the earnest Money wherever applicable to all unsuccessful tenderers by
endorsing authority and deposit receipt for its refund on production by the tenderer a
certificate of the Accepting Officer that a bonafide tender (vide condition 15 hereinafter) was
received and all documents were returned. The GE will either return the earnest Money to the
successful tenderer by endorsing on the deposit receipt for its refund on receipt of an
appropriate amount of security deposit or will retain the same on account of part of security
deposit if such a transaction is feasible.
9. Copies of the drawings and the documents pertaining to the work signed for the purpose of
identification by the Accepting Officer or his accredited representative and sample of materials
and stores to be supplied by the Contractor will be opened for the inspection at the concerned
GE office (See Appendix-A) during office working hours.
10. The tenderers are advised to visit site by making prior appointment with GE by giving
sufficient time. Tenderer shall be deemed to have full knowledge of all relevant document
samples, site, etc. whether he has inspected these or not.
11. Tenders will be submitted/uploaded on the MES website portal (www.eprocuremes.gov.in)
by due date & time (see Appendix A).
12. Tender of any tenderer who proposes any alternation to any of the conditions laid down or
who proposes any other condition of any description whatsoever is liable to be rejected.

CA NO GE (D)

OF 2016-17

NOTICE OF E-TENDER

Serial Page No 11

13. The Submission of tender by the tenderer/ bidder implies that he has read this notice and
the condition of contract and has made himself aware of the scope and specifications of work to
be done and of the conditions and the rates at which stores, tools and plants etc will be issued
to him and local conditions and other factors having bearing on the execution of the work.
14. Tenderers must be in possession of a copy of the MES standard schedule of rates (as
applicable) and specifications including errata and amendments there to.
15. Tenderer must be very careful to submit a bonafide tender and must satisfy each and every
condition laid down in this notice and must be submitted in the required format online.
16. The Accepting Officer does not bind himself to accept the lowest or any tender to give any
reasons for not doing so.
17. This notice of tender along with Appendix A shall form part of the contract.

Signature of Contractor
Date:

off AGE (Contracts)


for Accepting Officer

CA NO GE (D)

OF 2016-17

APPENDIX A TO NOTICE INVITING E-TENDER

Para
of NIT
Para 1

Brief of Para

Para 2

Tender shall be based


on

Para 3

Estimated cost

Para 4

(a) Period of
completion

Name of Work

Contents to be filled in
:

Class of contractor

PERIODICAL SERVICES TO CERTAIN BLDGS AT GARDEN CITY


, COD ROAD , AREA CQA(SV) ALKAPURI AND EME WKSP
UNDER AGE B/R (EAST) AT DEHU ROAD.

IAFW-1779 (A), specification and IAFW-2249 General


Conditions of Contracts.

(b) Date of handing


over the site
Para 5

Serial Page No 12

25.00 lakhs
270 Days
To be mentioned in work order No 1 to be placed by GE
after acceptance of tender.

(a) For MES enlisted contractor : Class E category a (i)


(b)For other contractor:
(i) Meeting enlistment criteria of MES with regard to
having satisfactorily completed requisite value of work,
annual turnover, financial soundness (solvency and
working capital), engineering establishment, limit of
minimum reserves (total of movable/ immovable
property), having possessed required tools & plant/
machinery.
(ii) No recovery outstanding in Govt. Department.
For more details, referwww.eprocuremes.gov.in.

Para 7

E-tender processing
fee

500/-

Para 7
&9

Name of Garrison
Engineer

GE Dehu Road

Para 7

Date of publishing of
tender/ bid

02 May 2016

Para 8

Standing security
deposit amount

50,000/-

Para
8.1

Earnest money
amount

50,000/-

Para
8.1&
8.2
Para
8.3

Individual security
deposit amount

Will be intimated by the Accepting Officer

Additional security
deposit amount

Will be intimated by the Accepting Officer

Para9

Date of submission /
uploading of tender/
bid (both covers-1& 2)

By 1800 hours on 16 May 2016

NOTE :-Special attention of applicant is drawn to the followings :(A)

E-tender processing fee shall be mandatory for submission/ uploading of the tender/ bid.
Also the following instructions shall be noted by the bidder while the bid submission
process:
i)

ii)

In case of MES enlisted tenderers, if original DD is not received within five days from
the date of submission/uploading of the tender/bid, subject to satisfying other
prequalification criteria, the financial bid shall be opened. The amount of cost of tender
shall be recovered from any amount due to the MES enlisted contractor. Failure of non
submission of hard copy of DD tantamount to willful negligence with ulterior motive
and therefore the tenderer shall be banned to tender during the period of 6 months
commencing from the date of opening of financial bid.
In case of an un-enlisted tenderers ,if original DD is not received within the time

CA NO GE (D)

OF 2016-17

APPENDIX A TO NOTICE INVITING E-TENDER

Serial Page No 13

stipulated, the cover 1 (T bid) shall not be validated for opening of financial bid. Name
of such contractors along with complete address shall be circulated for not opening of
bids for the period of six months commencing from date of opening of financial bid.
Tenderers who have failed to submit orginal DD pertaining to Earnest Money deposit (whether unenlisted or enlisted who has not lodged standing security deposit) by stipulated date, shall be
ineligible for opening of financial bid.

(B)

Submission of the e-tender/ e-bid by the tenderer/ bidder does not constitute any
guarantee for his eligibility for financial parts of the e-tender/e-bid, even of enlisted
contractors of appropriate class. The tenderer/ bidder shall not become automatically
entitled for his eligibility for financial parts of the e-tender/ e-bid by virtue of enclosing
copy of demand draft along with the e-tender/ e-bid. The Accepting officer shall reserve
the right to deny eligibility of any tenderer/ bidder for financial part of the e-tender/ ebid. Firms to be considered eligible for the financial parts of the e-tender/ e-bid will be
decided by the Accepting officer based on interalia past track record, financial position
and experience of similar works executed by the tenderer/ bidder and eligibility criteria
as mentioned in the e-tender/ e-bid. The Accepting officer shall consider e-tender/e-bid
received up to date of submission/ uploading or extended date of submission/ uploading
of the e-tender/e-bid. The tenderer/ bidder, if so desires, may appeal to the next higher
engineer authority (CWE/CE Pune Zone) with copy to the Accepting officer prior to the
date of opening of cover-2 of the tender/ bid. The decision of the next higher engineer
authority shall be final and binding. No tenderer/ bidder shall be entitled for any
compensation whatsoever or rejection of his financial bid.

(C)

The e-tender processing fee shall not be refunded even if a bidder/ tenderer is found
ineligible for financial parts of the e-tender/ e-bid as per the prequalification criteria and
interalia past track record as decided by the Accepting Officer.

(D)

The bidder shall note that during evaluation of T bid (cover-1) of e-tendering, uploading
a copy of Provident Fund Code number in addition to other document required shall be
mandatory, failing which the firm shall be disqualified in T bid evaluation and his
financial bid shall not be opened.

(Signature of Contractor)

(S S Bahursettiwar)
JE (QS & C)
off AGE (Contracts)

File No: 8998/2/E8


Dated: 02 May 2016
Garrison Engineer, Dehu Road
Pune-412 101

Distribution:1
2
3
4
5
6
7
8
9
10
11
12

Chief Engineer, Southern Command, Pune-01


Chief Engineer, Pune Zone, Pune-01
CWE (A) Pune-01
CWE (A) Mumbai-05
CWE (AF) Lohogaon, Pune-32
CWE Kirkee, Pune-03
GE (I) R & D Girinagar, Pune-25
CESC, Builder Association, Pune-01
MES Builders of India, Gen Bhagat Marg, Pune-40,
CIDC, 801 (8TH FLOOR) Hemkunt Chambers, 89
Nehru Place, New Delhi-110019
Association of MES Contractors (Regd), 111/1/4 Gopi
Nath Bazar, Delhi
GE (Central) Kirkee, Pune-03

13
14
15
16
17
18
19
20
21
22

GE (P) FY Kirkee, Pune-03


GE (I) R & D Pashan
GE (North), Pune- 01
GE Khadakwasla, Pune-23
GE (AF) Lohogaon, Pune-32
GE (South), Pune-40
GE (CME) Kirkee, Pune-31
AGE B/R (East), Dehu Road
AGE B/R (West), Dehu Road
AGE E/M, Dehu Road

23

BSO Dehu Road

CA NO GE (D)

OF 2016-17

Serial Page No 14
In lieu of IAFW-1779 (Revised)

(To be used in conjunction with General Conditions of Contracts IAFW-2249) (1989 Print)
MILITARY ENGINEER SERVICES

Tele 020-27673300

Garrison Engineer
Dehu Road - 412101

8998/3/E8

02 May 2016

ITEM RATE TENDER AND CONTRACT FOR WORKS REQUIRED IN THE EXECUTION OF
PERIODICAL SERVICES TO CERTAIN BLDGS AT GARDEN CITY , COD ROAD , AREA
CQA(SV) ALKAPURI AND EME WKSP UNDER AGE B/R (EAST) AT DEHU ROAD.
A tender/ bidder who is qualified as per the eligibility criteria mentioned in the tender
documents and has interalia sound past record is hereby authorised to tender for the above
work.The e-tender/ e-bid(both cover-1 & and cover-2) shall be submitted/ uploaded on the
MES website portal(www.eprocuremes.gov.in) by 1800 hours on 16 May 2016.

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT THE LOWEST OR
ANYTENDER.

(S S Bahursettiwar)
JE (QS & C)
off AGE (Contracts)
For Accepting officer
(Signature of Officer issuing the documents)

APPOINTMENT:

CA NO GE (D)

OF 2016-17

Serial Page No 15

SCHEDULE A NOTE

In lieu of IAFW-1779A(Revised)

NAME OF WORK: PERIODICAL SERVICES TO CERTAIN BLDGS AT GARDEN CITY , COD


ROAD , AREA CQA(SV) ALKAPURI AND EME WKSP UNDER AGE B/R (EAST) AT DEHU
ROAD.
NOTES: -

1. The tenderer shall fill his unit rate under column 6 in figures. The rate will automatically
inserted under column 7 in words and the amount will automatically be extended under
column 8. In case of any discrepancy, rate filled by the tenderer/ bidder in figure shall only
prevail and all other entries (i.e. rates automatically inserted in words and amount
automatically extended) shall accordingly be amended.
2. The total amount under column 7 is not firm but will be treated as Contract Sum referred
to the General Condition of the Contract IAFW-2249.
3. The unit rates quoted by the tenderer in column 6 shall be inclusive of all taxes and levies
prevailed including sales tax on works contract imposed by any Govt. and nothing extra shall
be paid on this account.
4. The unit rates quoted shall be deemed to include supply of all new materials and labour as
required to complete the work except where specifically mentioned otherwise in the description
in item. The rates quoted against each item of the schedule shall include of the full and entire
completion of work all as specified.
5. The quantities shown under column 3 Schedule A are provisional (refer condition 6 of
IAFW-2249).
6. The contractor are advised to visit the site prior to submission of their tender and on
submission of tender he shall be deemed to have satisfied himself as to the nature of site, local
facilities access and all matters affecting the execution and completion of work. No extra
charges consequent on misunderstanding or otherwise shall be allowed.
7. The entire work under this contract shall be completed within a period of 270 days form to
date of handing over of site as mentioned in work order No 1 issued by the Garrison Engineer.

8. Item rates quoted by the tenderer shall be deemed to include for any minor details
construction which are obviously and fairly intended, which may not have been included in
documents but which are essential for the execution and entire completion of works. The
decision the Accepting Officer whether or not any minor details of construction are obviously
and in intended to be included in the rates quoted for the items shall be final and binding.
9. If there is any error pertaining to unit in Sch A the same shall be corrected as per latest
engineering practice or as mentioned in SSR Part II for which contractor will have no claim to
this effect.
10 APPLICABLITY OF SERVICE TAX ON WORKS CONTRACTS 10.1 The rates quoted by
tenderer shall be inclusive of all taxes including service tax promulgated vide GOI, Ministry of
Finance (Department of Revenue) notification No 6/2015 dated 01 Mar 2015 service tax has
become leviable on all the works contracts wef 01 April 2015. The liability of paying the service
tax is on service provider ie Contractor.
10.2 The rate of service tax at present is 14% inclusive of applicable cess. If the rate of service
tax revised at later dates by Govt shall also be applicable after issuing the notification by the
Govt . Service Tax shall not be applicable on supply of new furniture. However it is applicable
on repair of furniture. The work of pipeline, conduit or plant for the following works shall fall
under exemption of the list of Service tax :(i) Water Supply (ii) Water Treatment (iii) Sewarage Treatment or Disposal 10.3 Tenderers
quoted rates shall deem to be inclusive of the above said service tax. 11 Tenderers quoted rate
shall include all statutory levies / duties, labour welfare tax, sales tax, service tax on works
contracts as applicable. It may be noted that conditional tender regarding this will not be
considered and shall liable to be rejected.
SIGNATURE OF CONTRACTOR
Dated:

off AGE (Contracts)


FOR ACCEPTING OFFICER

CA NO GE (D)

OF 2016-17

Serial Page No 19
SCHEDULE - `B

(ISSUE OF MATERIAL TO CONTRACTOR)


Sl
No

Particulars

(See condition 10 of IAFW-2249)


Unit

Rate at which
material shall be
issued to the
Contractor

Place of issue
of material

Remarks

NIL

Signature of Contractor

off AGE (Contracts)


FOR ACCEPTING OFFICER

Dated:

S C H E D U L E - `C'

{LIST OF TOOLS AND PLANT (OTHER THAN TRANSPORT) WHICH WILL BE HIRED TO
THE CONTRACTOR}
(See conditions 15, 34 and 35 of IAFW 2249)

Sl
no

Quantity

Particulars

Details
of MES
crew
supplied
4

Hire charges
per unit per
working day

Standby
charges per
unit per off day

Place of
issue (by
name)

Remarks

----------------------------- Nil ---------------------------------

Signature of Contractor
Dated:

S C H E D U L E - `D'

off AGE (Contracts)


FOR ACCEPTING OFFICER

(TRANSPORT TO BE HIRED TO THE CONTRACTOR)


(See conditions 16 and 35 of IAFW 2249)

Sl
no
1

Quantity

Particulars

Rate per unit per


working day
4

Place of issue
(by name)
7

NIL

Signature of Contractor
Dated:

off AGE (Contracts)


FOR ACCEPTING OFFICER

Remarks
8

CA NO GE (D)

OF 2016-17

Serial Page No 20
TENDER

To,
The President of India,
Having examined and perused the following documents:1. Specifications signed by the off AGE (Contracts)
2. Particular specifications and list of drawings attached.
3. Schedule 'A', 'B', 'C', D attached hereto.
4. MES Standard Schedule of rates 2009 Part I-specifications and MES standard Schedule of
Rates 2010 Part II-rates, together with amendments 1 to 3 for Part I and amendments 1 to
59 for Part-II. (Hereinafter and in IAFW-2249 referred to as MES Schedule).
5. General Conditions of contracts IAFW-2249 (1989 Print) together with Errata Nos. 01 to 20
and Amendments Nos. 01 to 40 and schedule of Minimum wages.
6. WATER: Refer Condition 31 of IAFW-2249 (General Conditions of Contracts 1989 Print.
Water will be supplied by the MES and will be recovered at the rate of 3.75 per Rs. 1000.00
worth of work done priced at contract rates.
7. Should this tender be accepted I / We agree:-

*** a)That a sum of 50, 000/-(Rupees Fifty Thousand only ) forwarded as Earnest
Money shall either be retained on account of Security Deposit or be refunded by the
Government on receipt of an appropriate amount of Security Deposit within the time
specified in Condition 22 of IAFW-2249.
b)To execute all the works referred to in the said documents upon the terms and
conditions contained or referred to therein and as detailed in General Summary
hereinafter and to carry out such deviations as may be ordered vide Condition 7 of
IAFW-2249 upto a maximum of 09% (Nine PERCENT) and further agree to refer all
disputes as required by Condition 70 and 71 to the sole conciliator of a serving officer
having degree in Engineering or equivalent or having passed final/direct final
examination of sub division II of Institution of Surveyors (India) recognized by Govt of
India, to be appointed by Chief Engineer Pune Zone Pune-01 or in his absence the
officer officiating as Chief Engineer Pune Zone Pune-01.

***TO BE DELETED WHERE NOT APPLICABLE.

Signature of Contractor
Dated:

off AGE (Contracts)


for Accepting Officer

CA NO GE (D)

2016-17

Serial Page No 21
In lieu of IAFW-1779(A) (Revised 1947)

Signature___________in the capacity of _______________________ duly authorized to sign the


tender for and on behalf of M/s ________________________________________________________
(BLOCK CAPITALS)

Name of the Signatory:


(IN BLOCK CAPITALS)
Date:
Postal Address:

Witness

Address

Telegraphic Address:

Telephone:
ACCEPTANCE
_________ alterations have been made in these documents and as evidence that these
alterations were made before the execution of the Contract Agreement these have been initialed
by the contractor and S S Bahursettiwar, JE (QS&C), off AGE (Contracts).The said officer is
hereby authorised to sign and initial on my behalf the documents forming part of this contract.
The above tender was accepted by me on behalf of the President of India for the contract sum
of Rs_________________________ (Rupees_______________________________________________________
___________________________________________________________only) on the day of __________2016.
Signature _____________________________ dated this_____________ day of ________________ 2016.

(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

Appointment: GARRISON ENGINEER


DEHU ROAD 412 101
ACCEPTING OFFICER

CA NO GE (D)

OF 2016-17

Serial Page No 22 to 73

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


ITEM RATE CONTRACTS- IAFW 1779 A(REVISED 1955)

LUMP SUM CONTRACTS- (IAFW-2159)

TERM CONTRACTS & ARTIFICERS


o WORKS(IAFW-1821)

MEASUREMENT CONTRACTS
(IAFW-1779 & 1779-A)

A copy of the GENERAL CONDITIONS OF CONTRACTS - IAFW 2249 (1989 Print) with

errata1 to 20 and amendment Nos 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 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 (serial page Nos. 23 to 55) with errata 1 to 20
and amendment Nos. 1 to 40 (serial page Nos. 56 to 73) form part of these tender documents.

NOTE: In case of difference in interpretation due to wordings of English and Hindi versions of
the General Conditions of Contracts (IAFW-2249) (1989 Print), the English version will prevail.

SIGNATURE OF CONTRACTOR
Dated:

off AGE (Contracts)


FOR ACCEPTING OFFICER

CA NO GE (D)

OF 2016-17

Serial Page No 74 to 82

SCHEDULE OF MINIMUM FAIR WAGES


1
It is hereby agreed by me/us that the schedule of Minimum Fair Wages' as published
vide Government Of India Ministry of Labour order No 1 (2) 92 IS-II dated 10 Mar 1992
applicable to Area B containing 08 (Eight) pages (Serial Page No 75 to 82) shall form Part of
these tender documents state Govt / Union territory Notification forms part of these tender
documents.
2.
It is also agreed by me/us that although latest notification, as available with the
Accepting Officer, has been formed part of the contract, in case the Government has further
revised the wages, the latest revised wages of labours shall only be applicable.
3.
My/our signature (s) hereunder is deemed to my/our having read and understood the
provisions contained therein and having signed the aforesaid Schedule of Minimum Wages
forming part of this tender and in agreement of provisions of para 2 above * I/we agree that
*I/we shall abide by the same and that aforesaid documents form part of the tender.
NOTE: Schedule of Minimum fair wages is available for reference in the office of the Garrison
Engineer Dehu Road, Pune-412101.

SIGNATURE OF CONTRACTOR
Dated:

off AGE (Contracts)


FOR ACCEPTING OFFICER

CA NO GE (D)
1. GENERAL

OF 2016-17

SPECIAL CONDITION

Serial Page No 83

1.1. The following Special conditions shall be read in conjunction with the General Conditions
of Contracts IAFW-2249 including errata / amendments there to. If any provision in these
special conditions is at variance with the aforesaid documents, these special conditions shall
be deemed to take precedence there over.
1.2. The work under this Contract shall be carried out in accordance with Schedule `A,
Particular Specifications, drawings and other provisions made in MES Schedule.

1.3. The term General Specifications referred to hereinbefore/ hereinafter as well as referred
to in IAFW- 2249. (General Conditions of Contracts), shall mean the Specifications contained in
MES Schedule.
1.4. General rules, specifications, special conditions and all preambles in MES Schedule shall
be deemed to apply to the works under this Contract unless specified otherwise in these tender
documents, in which case the provisions in these tender documents shall be deemed to take
precedence over the provisions made in MES Schedule.

2. SECURITY OF CLASSIFIED DOCUMENTS: The Contractors special attention is drawn to


Condition 2-A and 3 of IAFW-2249 (General Conditions of Contracts). The contractor shall not
communicate any classified information regarding the works either to subcontractor or others,
without the prior approval of the Engineer-in-Charge. The contractor shall also not make
copies of the design/drawings and other documents furnished to him in respect of the work
and he shall return all documents on completion of work or earlier on determination of the
contract. The contractor shall along with the final bill attach a receipt from the Engineer-incharge in respect of his having returned the classified documents as per Condition 3 of IAFW2249 (General Conditions of Contracts).
3. PERIOD FOR KEEPING THE TENDER OPEN: The tender shall remain open for acceptance
for a period of 60 (sixty) days from the date specified for its submission/ uploading on the MES
website portal (www.eprocuremes.gov.in).
4. TIME AND PROGRESS CHART USING CRITICAL PATH METHOD

4.1. The time and progress chart to be prepared as per Condition 11 of IAFW-2249 (General
Condition of Contracts) shall consist of detailed net work analysis and a time schedule. The
critical path network will be drawn jointly by the GE and contractor soon after acceptance of
tender. The time scheduling of the activities will be done by the contractor so as to finish the
work within the stipulated time. On completion of the time schedule a firm calendar date
schedule will be prepared and submitted by the contractor to the GE who will approve it after
due scrutiny. The schedule will be submitted in four copies within two weeks from date of
handing over the site.

4.2. During the currency of the work the contractor is expected to adhere to the time schedule
and this adherence will be a part of the contractors performance under the contract. During
the execution of the work the contractor is expected to participate in the reviews and updating
of the network undertaken by the GE. These reviews may be undertaken at the discretion of
the GE either as a periodical appraisal measure or when the quantum of work ordered on the
contractor is substantially changed through deviation orders or amendments. Any revision of
the schedule as a result of the review will be submitted by the contractor to the GE within a
week who will approve it after due scrutiny. The contractor shall adhere to the revised schedule
thereafter. In case of contractor disagreeing with the revised schedule, the same will be referred
to the Accepting Officer whose decision shall be final, conclusive and binding. GEs approval to
the revised schedule resulting in a completion date beyond the stipulated date of completion
shall not automatically amount to a grant of extension of time. Extension of time shall be
considered and decided by the appropriate authority mentioned in Condition 11 of IAFW-2249
and separately regulated.
4.3. The contractor shall mobilise and employ sufficient resources to achieve the detailed
schedule within the broad framework of the accepted method of working and safety.
4.4. No additional payment will be made to the contractor for any multiple shift work or other
incentive methods contemplated by him in his work schedule even though the time schedule is
approved by the department.
5. ELECTRIC SUPPLY: In case the contractor desires to buy electricity from the MES, he shall
be charged for the electric energy consumed at the following rates:
(i) At
(ii) At

6.70 per unit for lighting purpose


6.70 per unit for power purpose

CA NO GE (D)

OF 2016-17

Serial Page No 84

SPECIAL CONDITION
Electric supply required for works upto maximum of 10 KVA shall be made available by the
MES at the incoming terminal of the main switch on the site plan/ decided by the GE. The
main switch and KWH meters to register to electric energy supplied shall be provided and
installed by the MES. The contractor shall provide all necessary cables, fittings, etc. from the
main switch in order to ensure a proper and suitable supply of electricity for the execution of
work.
The MES does not guarantee for continuity of supply and no compensation what so ever shall
be allowed for supply becoming intermittent or for breakdown in the system.

GE or his representative shall be free to inspect all the power consuming devices or any electric
line provided by the contractor. Any device or electric line provided by the contractor, which is
not to the satisfaction of the GE shall be discontinued from the supply if so desired by him.
6. FACILITIES TO CONTRACTORS:

6.1. QUARRIES ON DEFENCE LAND: Reference Condition 14 of IAFW-2249. No quarries on


defence land are available.

6.2. SPECIAL CONDITION FOR ALLOTMENT OF LAND FOR STORAGE OF MATERIALS


(INCLUDING TEMPORARY SHEDS): Reference condition 24 of IAFW-2249. The contractor
shall be permitted to store his materials including erecting temporary sheds therefore at the
areas of land marked on the site plan/ as decided by the GE and he shall pay a licence fee of
Rs 1/- per year or part thereof in respect of each and every separate area of land allotted to
him.

6.3. SPECIAL CONDITION FOR ALLOTMENT OF LAND FOR ACCOMMODATION OF


LABOUR, CANTEEN, FABRICATING WORKSHOP ETC.: Reference condition 24 of IAFW2249. The contractor shall be permitted to erect his labour camp, temporary workshops, and
the like at the area of land marked for this purpose on the site plan/ as decided by the GE and
he shall pay a licence fee Rs 1/- per year of part thereof in respect of each and every separate
area of land allotted to him.
7. FEMALE LABOUR: If the contractor desires to employ female labour on works be carried out
inside the area of a Factory, Depot, Park etc, and a female searcher is not borne on the
authorized strength of the Factory, Depot, Park etc, at the time of submission of the tender, he
shall be deemed to have allowed in his tender for pay and allowances etc. for a Female
Searcher (Class IV servant) calculated for the period female labour is employed by inside the
area. If more than one contractor employs female labour during any month and female
searcher(s) has/ have to be employed in addition to the authorised strength ofFactory, Depot,
Park etc, the salary and allowances paid to the additional female searcher(s) shall be
distributed on an equitable basis between the contractors employing female labour taking into
consideration the value and period of completion of their contracts. The GEs decision in regard
to the amount recoverable on this account from contractor shall be final and binding.
8. WORKS INSIDE MILITARY FARMS: The contractor will not make use of bullock/ animal
transport for the transport of building materials, etc. and shall employ solely mechanical
transport for this purpose.
9. CONDITION 64 OF IAFW-2249-ADVANCE ON ACCOUNT: This clause is applicable if the
contract sum is more than 50 lakhs.

9.1. Add the following in continuation ofPara 8: provided further, the contractor may be paid advance on account to the full value of the under
mentioned materials only, brought on the site on his furnishing guarantee bond(s) from a
scheduled bank for the amount of the retention money which should otherwise be recoverable
from him under contract: (a)
(b)
(c)
(d)
(e)

(f)
(g)
(h)
(i)
(j)
(k)

Factory made paneled shutter


Steel windows/ ventilators
PVC soil/waste/ vent pipes, nahani traps/ gully traps
Builders hardware (iron mongery)
Cement tiles, terrazzo tiles, Shahabad stone tiles, Kota stone tiles, granitestone,
marble stone, non skid ceramic tile and other floor tiles
Water supply pipes and fittings/fixtures
Electric tools/wire/fittings/fixtures
Pressed steel door frame
Sanitary fittings
Steel
Any other nonperishable materials as decided by GE.

9.2. The bank guarantee bond(s) shall be executed for a period and on a form as directed by
the Accepting Officer. The contractor shall further arrange to extend the period of guarantee

CA NO GE (D)

OF 2016-17

Serial Page No 85

SPECIAL CONDITION
bond(s) if and when necessary, as directed by the Accepting Officer or shall furnish fresh
guarantee bond(s) of similar value in lieu.

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


CONTRACT VALUE

10.1. The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including
sales tax/AAT on materials, sales tax /VAT on works contracts, turnover tax, service tax,
labour welfare cess/tax etc) duties, royalties, octroi & other levies payable under the respective
statutes. No reimbursement/refund for variation in rates of taxes, duties, royalties, octroi &
other levies, and/or imposition/abolition of any new/existing taxes, duties, royalties, octroi &
other levies shall be made except as provided in sub Para here-in-below.

10.1.1. The taxes which are levied by Govt at certain percentage rates of contract sum/amount
shall be termed as taxes directly related to contract value such as sales tax/VAT on works
contracts, turnover tax, labour welfare cess/tax and like but excluding income tax. The
tendered rates shall be deemed to be inclusive of all taxes directly related to Contract value
with existing percentage rates as prevailing on last due date for submission/uploading of
tenders. Any increase in percentage rates of taxes directly related to contract value with
reference to prevailing rates on last due date for submission/ uploading of tenders shall be
reimbursed to the contractor and any decrease in percentage rates of taxes directly related to
Contract value with reference to prevailing rates on last due date for receipt of tenders shall be
refunded by the contractor to the Govt/deducted by the Govt from any payments due to the
contractor. Similarly imposition of any new taxes directly related to Contract value after the
last due date for submission/ uploading of tenders shall be reimbursed to the contractor and
abolition of any taxes directly related to contract value prevailing on last due date for
submission/ uploading of tenders shall be refunded by the contractor to the Govt/deducted by
the Govt from the payments due to the contractor.
10.1.2. The contractor shall, within a reasonable time of his becoming aware of variation in
percentage rates and/or imposition of any further taxes directly related to contract value, give
written notice thereof to the GE stating that the same is given pursuant to this special
condition, together with all information relating thereto which he may be in a position to
supply. The contractors shall also submit the other documentary proof/information as the GE
may require.

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

10.1.4. Reimbursement for increase in percentage rates/imposition of taxes directly related to


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

11.1. The contractor shall employ only Indian nationals as his representative, servants and
workmen after verifying their antecedents and loyalty. He shall ensure that no person of
doubtful antecedent and nationality is in any way, associated with the work. If for the reasons
of technical collaboration or other considerations the employment of foreign national (s) is
unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer
at the time of submission of the tender. As a proof that the contractor has employed only
Indian nationals, he shall render a certificate to the GE within one month from the date of
acceptance of the tender to this effect. In case the GE desires, the contractor will have the
police verification done of personnel employed by him.
11.2. The GE shall have full powers and without giving any reason to order the contractor
immediately to cease to employ, in connection with his contract, any agent, servant or employ
to continue employment is, in his opinion, undesirable. The contractor shall not be allowed any
compensation on this account.
11.3. The contractors attention is also drawn to condition 25 of IAFW-2249 in this connection.
12. SUPPLY OF WATER

12.1. Refer Condition 31 of IAFW-2249. Water will be supplied by MES.

12.2. Water will be supplied by MES to the contractor at points shown on the site plans from
piped system and shall be paid by the contractor @ 3.75 per 1000/- worth of work done

CA NO GE (D)

OF 2016-17

Serial Page No 86

SPECIAL CONDITION
priced at contract rates. The contractor shall arrange at his own expense for storage of water
and lifting, pumping, carrying or conveying water to the site of work as required. In case water
points are not marked on the site plan, the water shall be supplied at one point as decided by
the GE.

12.3. The supply of water may not be continuous. The contractor shall be deemed to have
ascertained the hours of availability of water before submitting his tender. The MES do not
guarantee the continuity of water supply and no compensation shall be allowed for intermittent
or inadequate water supply and break down in the system. If the supply is not sufficient the
contractor shall make his own arrangement to supplement the water supply at his own cost.
For this purpose the contractor shall be allowed to install hand pumps at the site of works at
places as directed by the Engineer-in-Charge without any charges from the contractor on this
account. The contractor shall remove the hand pumps as and when asked to do so by the
Engineer-in-Charge or the GE and in any case on completion of the works. No compensation
whatsoever shall be admissible to the contractor if the GE requires him to remove the pumps
before completion of the work.
13. INSPECTION OF SITE BY THE TENDERER

13.1. The tenderer advised to contact the Garrison Engineer for the purpose of inspections of
site (s) and examination of relevant document other than those sent herewith, who will extend
reasonable facilities for the purpose. The tenderers shall also make themselves familiar with
working conditions, accessibility of site (s), availability of materials and other cogent
conditions, which may affect the entire completion of work under this contract.
13.2. The tenderer shall be deemed to have inspected the site (s) and made themselves familiar
with the working conditions etc. whether they actually inspect the site(s) or not.

14. CONDITION FOR WORKING IN RESTRICTED AREA: all works under the contract lie in
restricted area. The restrictions for entry to work site and conditions of working in restricted
area shall be as under.

14.1. ENTRY /EXIT: The contractor, his agent(s), representatives, workmen etc and his
materials, carts, truck or other means of transports etc will be allowed to enter through and
leave from only such gate or gates and at such times as the GE or authorities in charge of the
restricted area may at their sole discretion permit to be used. The contractors authorized
representative is required to be present at the place of entry and exit for purpose of identifying
his workmen, carts, trucks etc to the personnel in charge of the security of the restricted area
and shall stick to the specific route directed for them to follow.
14.2. IDENTITY OF WORKMEN

14.2.1. Every workman shall be in possession of an identity card. The identity card shall be
issued after a thorough investigation of antecedents of the labourers by the contractor and
attested by officer-in-charge of a unit concerned in accordance with the standing rules and
regulations of the unit. The contractor shall be responsible for conduct of his workmen, agents
or representatives.
14.2.2. IDENTITY CARD OR PASSES: The contractor, his agents and representatives are
required individually to be in possession of an identity card or pass which will be examined by
a security staff at the time of entry into or exit from the restricted area at any time or number
of time inside restricted area.
14.3. SEARCH:Through search of all persons and transport shall be carried out at each gate
and for as many times the gate is used for entry or exit and may also be carried out at any
number of times at the site within the restricted area.

14.4. WORKING HOURS:The units controlling restricted area, usually work during six days in
a week and remain closed on the seventh day. The working hours available to contractors
labour and staff are however, appreciably reduced because of the time of entry and exit during
working hours. The exact working hours, working days and number of working days observed
for the restricted area, where works are to be carried out, shall be deemed to have been
ascertained by the contractor before submitting his tender. The tenderer attention is invited to
the fact that number of working hours for a unit are prescribed in regulations and they cannot
be increased by the Garrison Engineer of an author controlling the restricted area. The
definition of working days as given under condition 1(t) of IAFW-2249 does not apply in case
where the works area carried out in the restricted area.
14.5. WORKING ON HOLIDAYS:The contractor shall not carry out any work on gazetted
holidays, weekly holidays and other non-working days except when he is specially authorised
in writing to do so by the Garrison Engineer. The GE may at his sole discretion declare any day
as holiday or non-working day without assigning any reason for such declaration.

CA NO GE (D)

OF 2016-17

14.6. FIRE PRECAUTIONS:

SPECIAL CONDITION

Serial Page No 87

14.6.1. The contractor, his agents, representatives, workers etc. shall strictly observe the order
pertaining to fire precautions prevailing within the restricted area.

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

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

15. DAMAGE TO EXISTING STRUCTURES: Any damage to any existing structures, any
existing road etc. during the execution of works shall be made good by the contractor at his
own expense. Rectification, replacement, making good, touching up, etc. shall be carried out
conforming to the materials and workmanship originally provided and to the satisfaction of the
Engineer-in-Charge. In case of any dispute on this account, the decision of the GE shall be
final, binding and conclusive.
16. APPROACHES: The contractor shall make arrangement s for and provide at his own cost
all temporary approaches, if required to the site(s), after obtaining approval in writing of the GE
to the layout of such approaches.

17. COORDINATION WITH OTHER AGENCIES: Refer Condition 24 of IAFW-2249. The


contractor shall permit free access and afford normal facilities and usual convenience to other
agencies or departmental workmen to carry out connected works or services under separate
arrangements. The contractor will not be allowed any extra payment on this account.
18. RECORD OF MATERIALS AND PURCHASE VOUCHERS:

18.1. The quantity of materials such as cement, steel, paint, water proofing compound,
chemicals for anti-termite treatment, and the like ( as applicable ) and directed by the Engineer
- in - charge , (the quantity of which cannot be checked after incorporation in the works), shall
be recorded in the Measurement Book as NOT TO BE ABSTRACTED and signed by the
contractor and the Engineer-in-charge as a check to ensure that the required quantity had
been brought to site for incorporation in the work.
18.2. The materials brought to site shall be stored as directed by the Engineer-in-charge and
those already recorded in the Measurement Book shall be suitably marked for identification.

18.3. The contractor shall produce original receipted purchase vouchers/ invoices form the
manufacturers and/or their authorised agents for the full quantity of the following materials,
as applicable as a advances on account of the work done and/or materials collected in
accordance with Condition 64 of General Conditions of Contracts IAFW-2249bills along with
Test Certificates wherever applicable in respect of supplies for the following items ( as
applicable ) to the Engineer-in-charge in addition to any other items as directed by Engineerin-charge before payment is made in RARs, against material lying as site:(a) Water proofing compound
(b) Chemicals for Anti-termite treatment
(c) Paint, Distempers and cement base paints & like
(d) Cast iron pipes and fitting
(e) Sanitary fittings
(f) All grades of bitumen
(g) Steel windows / ventilators
(h) Factory made door shutters
(i) Floor/Wall tiles
(j) Builders Hardware
(k) Tarfelt/bituminous products
(l) Salt glazed stone ware pipe
(m) Electrical
and
water
supply
fittings/fixtures
where
names
of
manufacturers/brands are specified or approved
(n) Cables
(o) Steel reinforcing bars and structural steel which are not issued under Schedule
`B
(p) Cement
(q) Steel
(r) PVC pipes
(s) Any other proprietary articles.

CA NO GE (D)

OF 2016-17

SPECIAL CONDITION

Serial Page No 88

18.4. The contractor shall, on demand, produce to the GE, original receipted vouchers/invoices
in respect of the materials other than as stated in sub-Para just hereinbefore.
Vouchers/invoices so produced and verified shall be shall be stamped by Engineer-in-Charge
indicting contract number. The contractor shall ensure that the materials are brought to site,
in original sealed containers/packing, bearing manufacturer marking except in the case of the
requirement of materials (s) being less than smallest packing.
18.5. Bitumen shall be purchased directly from manufacturers stockiest or their authorised
dealers only. These vouchers/ invoices shall be defaced by the GE/Engineer-in-Charge,
indicating reference to the contract number, under his dated signature, and CTC thereof shall
be kept on record sp as to avoid their being used again.
18.6. The vouchers/ invoices will clearly indicate the contract No. and IS No., specific
alternative to which the material conforms in case of various alternative in IS.

19. WATCH/ LIGHTING: The contractor shall at his own cost take possible precautions to
ensure safety of life and property by providing necessary fencing, barrier, light, watchman, etc.,
during the progress of work and as directed by the Engineer-in-Charge.

20. CLEANING DOWN: Refer condition 49 of IAFW-2249.The contractor shall clean all floors,
remove cement, lime or paint drops, clean joinery, glass panes, etc., touch up all paint works
and carry out all necessary items of works in connection with therewith and have the whole
premises clean and tidy to the entire satisfaction of the Engineer-in-Charge before handing
over the items / works. No extra payment shall be admissible to the contactor for this
operation.
21. MINIMUM WAGES PAYABLE

21.1. Refer Condition 58 of IAFW-2249. The contractor shall not pay wages lower than
minimum wages for labour as fixed by the Govt. of India/ state Govt. / Union Territory/ local
authority, whichever is higher.
21.2. The contractors attention is also drawn, amongst other things to the exploitations to the
schedule of minimum wages referred to above.
21.3. The fair wages referred to in Condition 58 of IAFW-2249 will be deemed to be the same
as the minimum wages referred to above as upto date from time to time.

21.4. Schedule of minimum wages are not enclosed along with tender documents. However the
contractor shall be deemed to have verified the minimum fair wages payable as on the last due
date of uploading/ submission of tender.
21.5. The contractor shall have no claim whatsoever, if on account of local factors and or
regulations, he is required to pay the wages in excess of minimum wages as described above
during the execution of work.
22. MATERIALS AND SAMPLES:

22.1. Refer Condition 10 of IAFW-2249.

22.2. The
materials
and
articles,
which
have
been
specified
from
certain
makers/manufacturers, shall be of make/manufactures as specified. If the manufacturers
specified in the tender documents make both ISI marked and conforming to ISI, the materials/
articles shall be ISI marked.
22.3. The materials and articles , which have not been specified in the tender documents by
makes/ manufacturers, shall be as under: (i) If ISI marked materials are being manufactured the same shall be ISI marked.
For list of ISI marked manufacturers refer website of BIS i.e. www.bis.org.in.

(ii) If materials are not being manufactured with ISI marked, the same shall be
conforming to IS specifications.

22.4. Materials of local origin shall be as specified and conforming to samples kept in GEs
office. The tenderer is advised to inspect sample of materials which are displayed in the office of
GE, before submitting his tender. The tenderer shall be deemed to have inspected the samples
and satisfied himself as to the nature and quality of materials, is required to incorporate in the
work irrespective of whether he has actually inspected them or not.
22.5. The contractor shall not procure materials and articles unless the samples are first got
approved by the GE.

CA NO GE (D)

OF 2016-17

SPECIAL CONDITION

Serial Page No 89

22.6. HANDING OVER OF SITE: Site for the execution of the work will be available as soon as
the work is awarded. In case it is not possible to make the entire site available on the award of
the work, the contractor will have to arrange his working programme accordingly. No claim
whatsoever, for not giving entire site on award of work and for giving site gradually, will be
tenable.
___________________________
(SIGNATURE OF CONTRACTOR)

off AGE (CONTRACTS)


FOR ACCEPTING OFFICER

CA NO GE (D)

OF 2016-17

PARTICULAR SPECIFICATIONS

Serial Page No 90

1)
SCOPE OF WORK:- The work under this contract includes for the fully, final and
entire completion of all works described in Schedule A as specified in particular specifications
and as directed by Engineer-in-Charge.
List of Bldgs

Garden
city

T-48 to T-51,601,602,603,619,620,622,645,646,
647,648,649,650,651,594,593

Alkapuri

301,302,303,311,312,313,314,315,381,382,383,
321,322,323,351 to 352,P-1 tp P-8, T-1 to T-28

2.

MES SCHEDULE:General
Rules,
specifications
for
materials
and
workmanship, preambles and special conditions contained in the MES schedule shall apply to
the works under this contract. Where the provision in the particular specifications are at
variance with aforesaid provisions of the MES schedule, the former shall take precedence. The
term General specification references in the tender documents shall mean the specification
contained in the MES Standard Schedule of Rate (SSR) 2009 Part I and 2010 (Part-II)
3.1
WORKMANSHIP:Generally the finish to be provided white washing colour washing
distempering or painting etc, the number or coats to be applied and any special process of
treatment shall be included.
3.2
No finish shall be executed until a sample of the finish to the required colour and
shade has been approved by the Engineer in Charge before the subsequent coat is applied.
3.3
The colour shall be of even shade over the whole surface. If it is patchy or otherwise
badly applied the work has to be redone by the contractor at his own expense to the
satisfaction of the Engineer in Charge.
3.4
PROTECTIVE MEASURES : Surfaces of doors, window/floors articles of furniture etc
and such other parts of the buildings not to be treated shall be protected from being splashed
upon. Such surfaces shall be cleaned off splashes of white, colour wash, distempering etc. The
contractor shall be responsible for any damage to the fittings, fixture and furniture due to his
negligence or his work men. Decision of Garrison Engineer shall be final and bonding on this
aspect.

4.

SCAFFOLDING:Wherever scaffolding is necessary, it shall be erected in


such a way that as far as possible, no part of the scaffolding shall rest against the surface to be
treated. A properly secured and well tied suspended platform(JHULA) may also be used, where
ladders are used pieces of old gunny bag shall be tied at top and bottom to prevent scratches to
the walled and floor. For work in ceiling proper stage scaffolding may be erected where
necessary.

4.1.

PLASTERING

4.1.1 Preparation of mortar for plastering/polishing of mixes indicated hereinafter shall be as


per clause 14.13 of SSR part-I .
4.1.2 The mortar for dubbing coat and rendering coat shall be of the same type and mix. The
thickness of plaster indicated shall be exclusive of thickness of key.
Thickness of plaster
shall mean the minimum thickness at the point on a surface and does not include thickness of
dubbing coat.
4.1.3 The preparation of surfaces and application of plaster shall be as per clause 14.14 and
14.15 of SSR part-I as applicable.
4.1.4

5.1

Thickness and mix of plaster shall be as indicated in schedule A.

WHITE WASHING AND COLOUR WASHING:Materials like lime used for white
washing, yellow and red ochre, and blue vitriol used for colour washing shall be all as specified
under clause 15.2,15.3 and 15.4 respectively on page No 321 of SSR 2009 Part-I.

5.3

WHITE WASHING AND COLOUR WASHING:wash / colour wash surfaces.

Preparation of old decorated/white

5.3.1 Old decorated surfaces white washed or colour washed shall be broomed to remove all
dust, dirt and loose scales of lime wash or colour wash and other spoiled by where heavy
scaling has taken place, the entire surfaces shall be scraped clean.

CA NO GE (D)

OF 2016-17

PARTICULAR SPECIFICATIONS

Serial Page No 91

5.3.2 Preparation of old surfaces/smoke soot, oil and grease spots, moulds moss etc unsound
portions and nails holes etc shall be all as in clauses of SSR Part-I, 2009.

5.4

PREPARATION OF WHITE WASH:- The lime shall be slaked at site and shall be mixed
and stirred with about 5 Litres of water for 1 Kg of unslaked lime to make a thin cream
solution. This shall be allowed to stand for a period of 24 hours and then screened through
coarse clean cloth. One Kg of gum for every CUM of lime cream and about 1.3 Kg of Sodium
Chloride for every 10 Kgs of lime cream dissolved in the hot water shall be added for making
the coating hard rub resistant. Ultra marine blue upto 3 gms per Kg of lime shall also be
added to the white wash solution and whole solution shall be thoroughly stirred before use.
6.
MATERIALS PAINTING:6.1
All paints and allied materials shall be on quality not inferior to that required by the
relevant IS Specifications paint etc shall be ready mixed. The colour and tint of paint etc shall
be unless indicated shall be as approved by the Garrison Engineer.
6.2
The contractor shall inform the GE well before he places order for bulk procurement of
the materials, the names of brands and manufactures of paints be proposes to use in the works
and submit samples thereof and obtain prior written approval of the GE
6.3
The whole of the quantity of the materials required for the painting work shall be
obtained direct from approved manufacturer or their authorized agents and shall be brought to
the site of work in makers sealed containers.
6.4
The containers of paint and allied materials shall be stored in well ventilated rooms and
protected from excessive heat, sparks or flames or direct sunrays. The lids of the containers
shall not be kept open except while using paints. Paints which have been stale or fat due to
improper use and longer period of storage shall not be incorporated in the works or mixed with
un-usable stuff.

7.1

WORKMANSHIP:-

7.1.1 The type of paint and number of coats to be applied shall be all as described in
respective items of schedule A.
7.1.2 No painting work shall be carried out in wet and verve humid and wind weather which
may damage the quality of work.
7.1.3 The paint in the drum shall be thoroughly mixed prior to application. The materials
shall be mixed prepared and applied strictly in accordance with manufacturers instructions or
recommendations unless otherwise directed by GE/ Engineer-in-Charge. The paint shall be
mixed periodically during application/ brushing.
7.1.4 Preparation of Old painted surfaces of wood and steel and applications of one
finishing coat shall be all as specified in relevant clause of SSR Part I (2009) and as directed by
GE/Engineer-in-Charge.

8.

CEMENT PAINTING:-

8.1

Cement paint shall be all as specified in clause 15.7 on page No 321 of SSR 2009 Pt-I.

8.2

Preparation of cement paint Refer clause No 15.15.1 on page No 326 of SSR 2009 Pt-I.

8.3
Preparation of surfaces. Surfaces decorated with cement paint shall be prepared as
specified for white washing or colour washing herein before.
8.4

Wetting of surface : Refer clause 15.1 on page No 321 of SSR 2009 Part-I.

8.5
Preparation of surfaces and application of cement paint shall be all as specified in
clause 15.15.4 to 15.15.6 & 15.15.8 to 15.15.12 on page No 326 of SSR 2009 Part I.

9.

10.

10.1

BLANK

DISTEMPERING OIL EMULSION:-

Material Distemper of required colour and shade shall be obtained ready mixed
conforming to IS-428-1969. Specification for distempering oil emulsion. The material shall be
in the form of homogeneous paste free from, odors of putrefaction as such and when mixed
with water.

10.2

Distempering - Distempering oil emulsion shall be done as per clause No 15.14.1,


15.14.2,15.14.3, 15.14.4 & 15.14.5 on page No 325 of SSR 2009 Part-I.

CA NO GE (D)

OF 2016-17

PARTICULAR SPECIFICATIONS

Serial Page No 92

11.

MEASUREMENT:For measurement purposes in respect of those buildings for which


audited periodical services measurement books are available, quantities shall be taken from
PSMBs direct and entered in measurement book/IAFW 2261 & Quantities of those buildings
for which audited PSMBs are not available, Details of measurement of work shall be taken and
entered in measurement book(IAFW-2261)to the usual manner. It shall therefore be ensured
that periodical services are carried out to the entire bldgs and not in piece meal.

12.

DRAWING:- Site Plan


- The site plan indicating the bldgs involved has not been
made part of tender documents due to restriction. However tenderer may refer the site plan
available in the GEs office and acquaint himself about the situation/location of buildings and
inspect the bldg with prior permission of the GE before submission of his tender and shall be
deemed to have visited the site and no claim or whatsoever shall be admissible on the account.

13.

APPLICATION OF PRIMER COAT :Immediately after the preparation of surfaces


priming coat of red Oxide/zink chrome shall be applied by brush, working in the paint into the
fine dents and ensuring continuous film without runs & holidays

14.

CEMENT
Appx A enclosed.

Cement shall be ordinary Portland cement or pozzolana cement as per

14.1 GENERAL

:
Cement required for the work under the contract shall be procured,
supplied and incorporated in the works by the contractor under his own arrangement. Cement
shall be of tested quality and shall comply with the requirements mentioned in the drawings,
SSR, IS Specifications as amended and particular specifications given hereinafter.
A.
Type of cement for the subject work to be procured and incorporated in work shall be
ordinary Portland cement grade 43 in accordance with IS- 8112 of 1989 unless otherwise
mentioned of higher grade in structural drawings forming part of the tender documents.

14.1.1.2
A.

SOURCE OF PROCUREMENT

Cement will be procured by the contractor from any one of following main
producers or from supplier of cement :-

(a)
(c)
(e)
(g)
(j)

ACC
Gujrat Ambuja Cement
Rassi Cements Ltd
Century Cement
Birla Corp Ltd (Cement Division)

(k)

M/S Shiva Industries (Sumo Brand)

(n)

M/S Parasakti Cements Ltd

(b)
L & T Ltd
(d)
Rajashri Cements
(f)
J K Cement
(h)
Raymond Ltd (Cement Division)
(k)
The India Cement Ltd
(Coromandel)
(m)
M/S J & K Cement Corporation
(Jymbo Brand)

B.

The Contractor shall furnish, the particulars of the manufacturer/supplier of cement


alongwith the date of manufacture to the Garrison Engineer for every lot of cement separately.
The cement so brought shall be fresh and in no case older than 60 days from the date of
manufacture. The document in support of the purchase of cement shall be verified by the
Garrison Engineer. Before placing the order for supply of cement by the contractor, he shall
obtain written approval from the GE regarding name of manufacturer, quantity of cement etc.
Cement shall be procured for minimum requirement of one month and not exceeding the
requirement of the same for more than two months at a time. The cement shall be consumed
in the work within three months after receipt. Cement shall conform to the requirement of
Indian Standard specification and each bag of cement shall bear relevant ISI certification mark.
The weight of each consignment shall be verified by the GE and recorded. The content of
cement shall be checked at random to verify the actual weight of cement per bag. However the
content of cement per bag shall be 50 Kg only subject to tolerance given in clause 9.2.2.1 and
Annexure B of IS -8112 of 89.
15.

APPROVED MAKE OF PRODUCTS : PAINT/DISTEMPER:(a)

Synthetic Enamel Paints


(i)
(ii)
(iii)
(iv)

(b)

Jenson Nicholson
Asian Paints Ltd
Bergar Paints Ltd
Nerolac Paints -

Cement Base Paints

Brolac (Ist Quality)


Apcolite (-do-)
Luxol
(-do-)
Nerolac (-do-)

CA NO GE (D)

OF 2016-17

(i)
(iii)
(c)

PARTICULAR SPECIFICATIONS

Super Snowcem
Aquacem

(ii)
(iv)

Serial Page No 93

Duro Cem
M/S Nitco Paints Pvt Ltd, Mumbai

Dry/Oil bound distemper and emulsion(1st Quality)


(i)
(ii)

Asian
Berger

(iv)

(ii)
Nerolac
Jenson & Nicholson

16. BLANK
17.
Preparation of surfaces of means cleaning of surfaces spoiled by smoke / soot by
scraping and washing with water or cleaning with soap / caustic soda and water or removing
grease / oil spots with chemicals.

18. Water proofing compound :- It shall be of approved make and adding of compound with
the cement shall be as per manufacturer instructions.

19.

CONCRETE

19.1

CEMENT : - Cement shall be ordinary Portland cement or pozzolana cement as per


Appx A enclosed.

19.2

Aggregate :(a)
Coarse aggregate for all cement concrete work shall be broken trap stone
conforming to clause 4.1 of SSR part-I.

shall

(b)
Fine aggregate for all concrete work shall be naturally occurring river sand
conforming to clause 4.4 of SSR part-I. Sand conforming to grading zone IV of IS 383
not be used for RCC work.
(c)
Fine aggregate shall be stored at site in bins or in humps with brick platform or
by using other approved method so as to avoid contamination or risk of shoveling earth
or other impurities.

19.3

Cement concrete mix : - As specified , types of cement concrete mix required shall be
as specified in various items of schedule A.

19.4

Strength of concrete:Sampling and testing of concrete cubes shall be carried out


in a laboratory approved by GE as laid down in IS 155.
Contractor shall supply free of cost
concrete cubes for testing as per IS 455 to GE.
The cost of testing charges including
transportation of cubes shall be borne by the contractor.
The contractor shall supply
minimum six cubes per samples of 15cm x 15cmx15cm each for the purpose of test as
demanded by GE. The GE may demand test cubes any number of times during the execution
of work for the purpose of test.

19.5

Centering and form work :- Provide steel spans, props, bracing of sufficient strength
such as Acro Spans from ACRO INDIA LIMITED, MUMBAI or similar as approved by GE. Use
of conventional wooden ballies and struts is not acceptable. Formwork shall be steel or ply
wood of timber of adequate strength. Where the concrete surface is to be finished fair, timber
formwork shall be lined with ply wood/steel plates. Contractor may make use of steel forms
without extra cost goes Govt. For other concrete surfaces formwork shall be clean sawn.

19.6

Holes/chases in concrete :- Leave or form holes/chases in concrete and RCC where


and as directed by the Engineer-in-Charge and make good in cement mortar (1:3).
Where
holes , pipes , conduits, wooden, plug etc shown on drawings/directed are to be embedded in
concrete or RCC for fixing joinery frames, fitting etc , the same shall be embedded and left in
positions while casting concrete as directed by the Engineer-in-Charge and specified in clause
4.15 of SSR part-I.

19.7

Finish to concrete surface :- Finish to exposed surfaces of all concrete work shall be
as specified in SSR part-I clause 4.11.16.2(b).
Transporting, depositing & compacting
generally shall be carried out as specified in clause 4.11.9 to 4.11.11 of SSR part-I.

6.

DEMOLITION
i)
Demolition of cement concrete and drain pipes shall be carried out only at
location and to the extent as directed by Engineer-in-Charge.
ii)
Any demolition work carried out without the prior approval of the Engineer-inCharge and any damage caused to the existing drains or manholes gully traps septic
tanks etc shall be made good by the contractor at his own risk and expenses. Decision
of the GE in this regard shall be final and binding.
iii)
Demolished unserviceable material shall be disposed off to a distance n. exc 100
meters as directed and the rate quoted shall be deemed to include for this element also.

CA NO GE (D)

OF 2016-17

PARTICULAR SPECIFICATIONS

Serial Page No 94

7.
CLEANING OF DRAIN
Sewage line shall be removed of blockage by rodding and
watering if the contract has to break any portion of the line. The same shall be made good by
the contractor and the cost there of shall be deemed to have been included in the rates quoted
against respective items.

8.

CLEANING OF GULLY TRAPS, MANHOLES & SEPTIC TANK


Cleaning shall be
including removal of silt, blockage, stone solid particles, sludge to make smooth flow &
removing waste material away where directed by Engineer-in-Charge complete.
9.
SALT GLAZED STONEWARE PIPES Salt glazed stoneware pipes of grade a shall comply
with the requirement of IS-651-1980. All pipes shall be sound free from visible defects which
may effect their strength durability and serviceability. The glaze shall be free from erasing.
The pipes shall glove a sharp, clear note when struck with a light hammer laying and joining of
SGSW pipes shall be all as specified in clause 18.69 of SSR-2009 Part-I.

10

RCC PIPES : Reinforced concrete pipes for drains shall be non pressure type class NP-2
conforming to IS 458 of 1971. The ends of concrete pipe shall be suitable for butt end joints.
The butt ends shall be prepared for collar joints with grooves. Laying and jointing of pipes
shall be as per clause 18.74 of SSR2009.
RCC pipes shall be procured from any of the
following approved manufacturers :-

11.

(a) Indian Hume Pipe

(b) Himalaya

(c) Devi Industries (d) Dhere & Sons

PRECAST RCC MANHOLE :- Precast reinforcement cement concrete slabs for manholes
cover shall be casted as per clause No 4.20 of SSR Part-I 2009.

12.

WORK IN FOUL CONDITIONS:The contractor shall make himself acquainted


with hazardous nature of working in foul condition and shall adopt all safety
measures/precautions to his work force Govt shall not entertain any extra claim on this
account.

13.

CLEANING SEWAGE LINE:- The rate quoted for cleaning of sewer line shall include the
cost of pumping manholes. The contractor may use sectional sewer rods flexible sewer rod,
sewer cleaning by bucket machine or rodding machine with flexible sewer rods or any other
method approved by Engineer-in-Charge to achieve the desired results.
14.

STEEL AND IRON WORKS: -

14.1 STEEL REINFORCEMENT: - The steel reinforcement bars, mild steel and deformed as
described in sch A shall be arranged by the contractor. MS bas shall be conforming to IS-432
(Part-I) 1982 and deformed bars shall conform to ISI 786-1979.
The bending hooking binding and placing shall be all as specified under clauses 10.18
to 10.20.3 of SSR Part-I

15.

WORKMANSHIP: - Refer clause 14.13 to 11.16 of MES sch Part I for workmanship.
Refer clauses 14.17 & 14.18 of MES Sch Pt-I for one coat plaster work and two coat plaster
work respectively.
Turing of works shall be carried out as specified in clause 14.24 of MES Sch Pt-I. The
mis and thickness of plastering shall be as described in Sch A.

16.
17.

FINISH: - Finish of plaster shall be as indicated in relevant items of Sch A

HUME PIPE SEPTIC TANK:- Rates quoted in Schedule A item No 44 to 46 include the
following specification :(a)

Excavation and earth work in any type of strata.

(b)
PCC 150mm thick (1:4:8) type D2 using 20mm graded stone aggregate for lean
concrete.
(c)
bedding

PCC (1:3:6) type C 1 using 20mm graded stone aggregate for haunching and
of 150mm thick.

(d)
manhole

Inlet pipe, outlet pipe, cast iron vent pipe 100mm dia upto 1.0m above G.L,
cover slab.

18

STORAGE.
Steel supplied by the contractor shall be stored in accordance with the
requirement of ISS. Each grade and quality of steel shall be stored separately and have
identification tacks indicating the source, quality and grade.

CA NO GE (D)

OF 2016-17

PARTICULAR SPECIFICATIONS

Serial Page No 95

19
PRESERVATION AND MAINTENANCE OF STEEL. The steel brought by the contractor
shall be preserved to ensure that no rusting takes places till it is incorporated in the work.

20.

SCHEDULE OF SUPPLY
The contractor shall procure the steel sections, timely as
required in accordance CPM chart, agreed between GE and the contractor. The contractor will
have no right to with demand extension of time if the supply of steel gets delayed due to his
failure in placing order in time to the manufacturer/supplier.

21.

PAYMENT
Receiving payment of steel shall be governed by in accordance with
condition 64 of IAFW-2249. Payment shall be allowed after production of test certificate and
proof of purchase by the contractor.

22.

MEASUREMENT
The entire quantity of steel brought to site shall be recorded in
Measurement book as NOT TO BE ABSTRACTED indicating the reference to manufacturer,
source of supply, voucher number, and test certificates before incorporation in the work and
shall be signed both by the Engineer-in-Charge and the contractor.
Proper
documentation/record shall be maintained as per the instructions on the subject.
23.

WEIGHT CONVERSION
a) Weight of steel supplied by the contractor shall be calculated at unit weights
given in Appendix A of MES schedule Part II Vol II. For section not listed in
MES Schedule, the ISI conversion table shall be followed or manufactures
certificate if the weights are not available in MES Schedule/ISI tables.
b) Normal waste and off cuts shall be stacked neatly which shall be the property
of the contractor. Contractor shall be allowed to remove such cut pieces after
inspection and certification by the Engineer-in-Charge.
c) Advance on account of payment made towards these cut pieces shall be
recovered from advance on account of payment immediately falling due and
before removal of such cut pieces from site.
d) Bending and fixing of bars for concret reinforcement including mild steel wire
for binding shall be carried out all as specified in MES Schedule.
e) Hooks shall be provided only for mild steel bars.
In case of cold
twisted/deformed steel bars ends shall be bent instead of hooks as shown on
drawings/specified in relevant I.S.
f) Binding wire for reinforcement shall be mild steel wire (annealed) of size not
less than 0.9 mm.
g) Steel supply acceptance : form for each consignment of steel supply/
acceptance form will be filled in and jointly signed by dept rep (AGE/JE) and
contractor and accepted/rejected by GE before incorporation in the works.

24.

WORKMANSHIP
applicable.
25.

WELDING

Workman ship shall be as specified in MES

schedule as

Welding shall be in accordance with clause 10.15 of SSR Part I.

26.
HOLD FAST & BOLTS
Provide hold fast as indicated on drg. Hold fast shall be
tarred and sanded before fixing where hold fast are required to be promised through concrete
columns etc., same shall be bolt type as shown on drg.
27.

27.1

PLASTERING
GENERAL

(a)
Plastering/rendering shall be carried out as specified in section 14 of MES
Schedule Part I to the extent applicable to the relevant items of Schedule A,.
Thickness of cement plaster mentioned in schedule A items shall be finished thickness
exclusive of dubbing. Dubbing may however be done in one operation with plaster if so
ordered.
(c)
Particular attention of the contractor is invited to take note of local practices and
local availability of materials like bricks/stones, form work etc for any extra quantity of
mortar required for rendering smooth, extra dubbing required to level the surfaces etc,
touching up properly and achieving smooth and even surfaces which shall be carried
out by the tenderer & no separate payment will be admissible on this account.
28.

PAINTING TO WOODEN & STEEL SURFACES:-

CA NO GE (D)

OF 2016-17

PARTICULAR SPECIFICATIONS

Serial Page No 96

28.1 All paints and allied materials shall be on quality not inferior to that required by the
relevant IS Specifications paint etc shall be ready mixed. The colour and tint of paint etc shall
be unless indicated shall be as approved by the Garrison Engineer.
28.2 The contractor shall inform the GE well before he places order for bulk procurement of
the materials, the names of brands and manufactures of paints be proposes to use in the works
and submit samples thereof and obtain prior written approval of the GE
28.3 The whole of the quantity of the materials required for the painting work shall be
obtained direct from approved manufacturer or their authorized agents and shall be brought to
the site of work in makers sealed containers.
28.4 The containers of paint and allied materials shall be stored in well ventilated rooms and
protected from excessive heat, sparks or flames or direct sunrays. The lids of the containers
shall not be kept open except while using paints. Paints which have been stale or fat due to
improper use and longer period of storage shall not be incorporated in the works or mixed with
un-usable stuff.
29.

WORKMANSHIP

(a)
All wood work required to be painted shall be smoothened, sized and knotted
and then
applied with priming coat. Stopping and filling(filler coat) shall be done after
priming coat and
surface rubbed down it to a level of smooth surface and thereafter under
coat and finishing
coat applied, all as specified in clause 17.6 of MES schedule.
MES

(b)
Steel and iron work shall be painted in the manner as specified in Clause 17.8 of
Schedule Part I.

30.

BARBED WIRE
Galvanized steel barbed wire shall conform to the
specification mentioned in clause No 10.32 of SSR Part I. The barbed wire shall be fixed all as
specified under clause No 10.32 of SSR Part I and all as directed.

31.

CHAIN LINK FENCING


Chain link fencing of wire mesh 100mmx100mm
with 3.15 mm dia of GI wire and shall be in confirmation with SSR Part I-2009, clause No
10.34.
32.
The rates quoted by tenderer includes cost for working in unhygienic conditions,
bushes, removal of cable, W/S line which are obstructing existing sewage line, cleaning of foul
area by spraying Anti Bacteria Powder, giving all safety measures required by a scavenger, if
any mishap (accident) happens at site the Department shall not be held responsible for the said
cause, as it will be deemed that before quoting rates contractor was fully aware of site
conditions but he failed to provide safety precautions at site.

33.0

STEEL AND IRON WORK

33.1

GENERAL
All steel required for the work under the contract shall be procured,
supplied and incorporated in the works by the contractor under his own arrangement.

33.1.1 Grade and Quality Steel supplied by the contractor shall conform to the following
grades and quality:-

a)
Steel for concrete reinforcement Irrespective of what is indicated/shown on
drawing
reinforcement bars shall be High Strength deformed Steel Bars produced by
Thermo Mechanical Treatment process (TMT steel bars of grade Fe 500) meeting all the
requirements of IS 1786.
b)

Structural Steel
i)
Structural Steel of Standard Quality shall conform to IS-2062 and Grade E
250 (Fe 410 W quality A). This type of steel shall be provided for all structural
steel works in the locations mentioned in drawings and in clause 10.4.1 of MES
Schedule Part I.
ii)
Structural Steel Ordinary Quality shall be used in guard bars, grills
and like and shall conform to E 165 (Fe 290). This type of steel shall be provided
in the locations specified in drawing and in clause 10.4.2 of MES Schedule PartI.

c)

Hard drawn steel wire fabric for concrete reinforcement / Fabric reinforcement
shall conform to IS-1566.

d)

Galvanised steel sheets (Plain and Corrugated), shall conform to IS-277 and
having minimum zinc coating of 120 gm per Sqm, Gde B corrugation.

CA NO GE (D)

OF 2016-17

PARTICULAR SPECIFICATIONS

Serial Page No 97

Note. : Any items of steel specified in clause No. 8.1.1 (a) to (d) above not
conforming to grade and quality shall be rejected and the rejected steel items
under the particular consignment shall be removed from the site by the
Contractor at his own cost within 7 (Seven) days. The contractor will have no
claim whatsoever on this account.

34

SCREWING ETC : Use of nails to joinery is prohibited, all planks/shelves, fillets,


moulding and the like shall be fixed with screws. The minimum length of screws etc and their
intervals shall be as per Clause 7.21 of SSR Part I. Wood screws shall be bright finished. The
size and designations shall be as directed by Engineer-in-Charge.
35.
Subject work is to be got executed in fool condition and in scattered places where there
will be no approachable road, moreover in no circumstance contractor will allow his labour
/scavenger to enter inside manhole, septic tank and alike, if any mishaps happens at site
contractor will be held responsible for the cause since he not followed safety rules. All the
process for taking out affluent / sludge and alike will be done mechanical means, the area
which have been got affected by sludge /affluent will be sprinkled by antibiotic powder. All
safety precaution to the scavenger/labours will be provided by the contractor. Moreover while
taking out and fixing of MH cover shall be taken that MH cover do not get damaged.
No work i.e cleaning of MH, septic tank and alike will be done without the written orders
of Engr-in-charge, and the subject small-small Job will be got completed in the time frame limit
given by
Engr-in-charge.
In view of the above, it is deemed net rate quoted by the tenderer was well acquainted
with the site and type of working conditions. Thereafter any contractors claim to this effect will
not be entertained.

___________________________
(SIGNATURE OF CONTRACTOR)

off AGE (CONTRACTS)


FOR ACCEPTING OFFICER

You might also like