You are on page 1of 55

CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No.

:02
Telephone: 04635-254751 MILITARY ENGINEER SERVICES
Garrison Engineer
Naval Base (P O )
Vijayanarayanam
Tirunelveli – 627 119.

No.8759/03/ E8 23 Apr 2018

M/s ___________________
______________________
______________________
______________________

NAME OF WORK: PROVN OF ARBORICULTURE AROUND INLIVING BLOCK BUILDING NO P-


23 AT 7 DET RAMNAD AND OFFICERS MESS AT INS PARUNDU RAMNAD

Dear Sir(s),

1. Tender documents in respect of above work are uploaded on the site www.defproc.gov.in.
The tender is on single stage two cover/ two stage two cover e-tendering system. The contents of
Cover I & Cover II are specified in NOTICE OF TENDER.

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

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

4. Your attention is also drawn to instruction on filling and submission of tender attached
herewith. You may forward your points on tender documents and/ or depute your technical
representative for discussion on tender/ drawings and to clarify doubts, it any, on or before 27 APR
2018. You are requested not to write piece meal points and forward your points duly consolidated
before due date viz 27 APR 2018.

5. Un-enlisted contractors are required to submit the scanned copies (in pdf file) of documents
required as per eligibility criteria mentioned in instructions for filling the tender documents and
Appendix ‘A’ to NIT along with EARNEST MONEY DEPOSIT (EMD) and tender fee on e-procurement
portal and submit the physical documents in the office of GE Tirunelveli within time limit specified in
NIT. Inadequacy/ deficiency of documents shall make the bid liable for rejection resulting in
disqualification for opening of finance bid.

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

(b) Contractor having not executed standing security bond and standing security deposit in
any MES formation would be required to deposit individual security deposit on acceptance of tender
which will be calculated with reference to the tendered cost as per scales laid down by MES for
calculation of “EARNEST MONEY” enhanced by 25% subject to maximum of Rs. 18,75,000/- (Rupees
Eighteen lakhs seventy five thousand only).

Contd....P/3
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. :03

7. Enlisted contractors of MES shall submit the scanned copies (pdf files) of enlistment letter,
tender fee and such other documents as mentioned in Appx ’A’ to NIT on e-procurement portal and
submit physical documents in the office of Garrison Engineer Tirunelveli before date & time fixed for
this purpose.

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

9. In view of delays due to system failure or other communication related failures, it is


suggested that the tender/ bid be uploaded, if necessary, sufficiently in advance of the last due date
and time fixed.

10. General Conditions of Contracts (IAFW-2249) (1989 Print) and errata and amendments
thereto. Schedule of minimum fair wages and MES SSR (Part-I and Part-II) are not enclosed with
these documents. These are available for perusal in the Office of GE concerned and this office.

11. ANY TENDERER, WHICH PROPOSES ALTERATIONS TO ANY OF THE CONDITION,


SPECIFICATIONS LAID DOWN IN THE TENDER DOCUMENTS OR ANY NEW CONDITION,
WHATSOEVER, IS LIABLE TO BE REJECTED.

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

(b) Contractor having not executed standing security bond and standing security deposit in
any MES formation would be required to deposit individual security deposit on acceptance of tender
which will be calculated with reference to the tendered cost as per scales laid down by MES for
calculation of “EARNEST MONEY” enhanced by 25% subject to maximum of Rs. 18,75,000/- (Rupees
Eighteen lakhs seventy five thousand only).

13. GST is applicable for this work. This aspect shall be considered by the bidder while quoting
the tender.

14. Bidders(both enlisted and un-enlisted) shall mandatorily upload scanned copy of GST
registration Number in addition to other documents in Technical bid stipulated in tender documents.
Bidders not in possession of GST registration Number shall be disqualified in T-Bid evaluation (Tech
bid evaluation) and their financial bid will not be opened.

15. The bidders shall check and confirm Revised BOQ if any has been uploaded and shall quote in
revised BOQ only. Thus uploading tender in pre-revised BOQ shall be considered as wilful negligence
by bidder and tender submitted will be considered as non-bonafide.

Yours faithfully

Enclosure: (As above)

SIGNATURE OF CONTRACTOR AGE (Contracts)


for ACCEPTING OFFICER
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. :01

MILITARY ENGINEER SERVICES


GARRISON ENGINEER TIRUNELVELI
NAME OF WORK: PROVN OF ARBORICULTURE AROUND INLIVING BLOCK
BUILDING NO P-23 AT 7 DET RAMNAD AND OFFICERS MESS AT
INS PARUNDU RAMNAD

Sl Particulars Page Nos.


No.
From To
1. Contents 01

2. Forwarding letter 02 03

3. Instructions for filling and submission of tender 04 10

4. Notice of tender IAFW-2162 (Rev 1960) and 11 16


Appendix ‘A’ to Notice of Tender

5. Tender & Item rate contract for works required 17


IAFW-1821 (Revised 1960)

6. General Conditions of Contracts IAFW-2249 (1989


Print) together with amendments and errata
thereto and schedule of minimum fair wages

7. Special Conditions

8. Particular Specifications including list of drawing

9. Errata and Amendments to Tender documents

10. Relevant Correspondence

11. Acceptance letter

Total Pages

Number of drawings: NIL Sheets

SIGNATURE OF CONTRACTOR AGE (Contracts)


for ACCEPTING OFFICER
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. :04

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER DOCUMENTS TO BE


COMPLIED WITH BY THE CONTRACTOR

1. EARNEST MONEY

Contractor(s) who are not enlisted with MES/ who are enlisted but have not executed the
standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender in one
of the following forms, along with their tender/bid:-

(a) Deposit at Call Receipt from a Scheduled Bank in favour of GE Tirunelveli.

(b) Receipted Treasury challan, the amount being credited to the Revenue Deposit of GE
Tirunelveli.

It is advisable that Earnest Money is deposited in the form of deposit call receipt from and
approved Schedule Bank for easy refund. In case the tenderer/ bidder wants to lodge
‘EARNEST MONEY DEPOSIT’ in any other form allowed by MES, a confirmation about its
acceptability will be obtained from the Accepting Officer well in advance of the bid
submission end date and time. Earnest Money Deposit shall be submitted in the
name of concerned GE.

NOTES : Earnest Money Deposit (EMD) in the form of cheque/ Bank Guarantee etc will not be
accepted. NON-SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (scanned copy along with
Technical Bid & hard copy before the date & time fixed for opening of BOQ) WILL RENDER THE BID
DISQUALIFIED FOR OPENING OF COVER II (FINANCE BID).

2. SECURITY DEPOSIT.
In case the tender/bid submitted by such contractor who is not enlisted with MES is accepted, the
contractor will be required to lodge with the Controller of Defence Accounts INDIVIDUAL SECURITY
DEPOSIT calculated with reference to TENDERED COST as notified by the Accepting Officer subject
to maximum of Rs. 18,75,000/-. The amount is required to be lodged within 30 (Thirty) days of the
receipt by the contractor of notification of acceptance of tender/ bid, failing which the sum shall be
recovered from the 1st RAR payment or from the Final Bill (See condition 22 of GCC (IAFW-2249).

3. CONTRACTORS ENLISTED WITH CHIEF ENGINEER EASTERN COMMND AN WHO


HAVE EXECUTED STANDING SECURITY BOND AND DEPOSITED STANDING SECURITY
DEPOSIT BUT OF LOWER CLASS
In case the tender/ bid is accepted, the amount of Additional Security Deposit will be as
notified by the Accepting Officer. The amount will be the difference between the “Individual
Security Deposit” calculated with reference to the “TENDERED COST” and ‘Standing Security
Deposit’ lodged. The amount is required to be lodged within 30 (Thirty) days of the receipt by the
contractor of notification of acceptance of tender/ bid, failing which the sum shall be recovered from
the 1st RAR payment or from the Final bill (Refer Condition 22 of GCC (IAFW-2249).
4. CONTRACTORS ENLISTD IN MES FORMATIONS OTHER THAN CE EASTERN
COMMAND
Contractors whose names are on the approved list of any MES formation i.e, other than CE
EASTERN COMMAND and who have deposited Standing Security and have executed Standing
Security Bond may tender/ bid without depositing Earnest Money with the bid and if the Accepting
Officer decided to accept the tender/ bid, such tenderers will be required to lodge Security Deposit
as notified by the Accepting Officer. The amount is required to b lodged within 30 (Thirty) days of
the receipt by the contractor of notification of acceptance of tender/ bid, failing which the sum shall
be recovered from the 1st RAR payment or from the Final Bill.
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. :05

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER DOCUMENTS TO BE


COMPLIED WITH BY THE CONTRACTOR(CONTD....)

5. GENERAL INSTRUCTIONS FOR COMPLIANCE

5.1 The bids received only in the electronic form will be considered. All bids shall be submitted
on ‘eprocuremes.gov.in’ portal. Documents should be scanned and forwarded in ‘pdf’ form and
‘xls’ form as indicated.

5.2 Bids shall be uploaded on ‘eprocuremes.gov.in’ portal on or before the bid closing date
mentioned in the tender. No tender/ bid in any other electronic or physical form like email/ fax/ by
hand/ through post will be considered.

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

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

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

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

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

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

5.9 Bid (Cover 1 & 2) shall be uploaded online well in time.


CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. :06

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER DOCUMENTS TO BE


COMPLIED WITH BY THE CONTRACTOR(CONTD....)

5.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to special condition 3 referred hereinafter and also conditions 24 & 25 of
IAFW-2249 (General Conditions of Contract).

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

5.12 The tenderer/ bidder shall quote his rate on the BOQ files only. No alteration to the format
will be accepted, else the bid will be disqualified and summarily rejected.

5.13 In case the tenderer/ bidder has to revise/ modify the rates quoted in the BOQ (excel sheet)
he can do so only in the BOQ, through eprocuremes.gov.in site only before the bid closing time and
date.

6. REVOKATION/ REVISION OF OFFER UPWARD/ OFFERING VOLUNTARY REDUCTION,


AFTER OPENING OF FINANCIAL BIDS BY LOWEST BIDDER

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

7. CPM (CRITICAL PATH METHOD)


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

7.2 The tenderer/ bidder is expected to be fully conversant with the CPM technique and employ
technical staff who can use the technique in sufficient details. Sufficient books and other literature
on the subject are widely available in the market which the tenderer/ bidder may make use of.

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

7.4 Department may issue amendments/ errata in form of CORRIGENDUM to tender/ revised
BOQ to the tender documents. The tenderer/ bidder is requested to read the tender documents in
conjunction with all the errata/ amendments/ corrigendum, if any issued by the department.

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


CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. :07

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER DOCUMENTS TO BE


COMPLIED WITH BY THE CONTRACTOR(CONTD....)

9. The details of documents which are to be uploaded by un-enlisted bidders/firms are listed
below. All the documents stated below shall be uploaded in one folder in sequence as above. In case
of non uploading of above by due date or submission of incomplete documents/information, same
will be construed as your disinterestedness and your application for above tender shall be rejected
without any further reference. Any deficiency in documentation in physical form if found, such
Bidder’s BOQ will not be considered for opening. The documents uploaded shall be fresh
documents for the present cyclic period of enlistment 2015 and valid till cyclic period
ending on 2020.

LIST OF DOCUMENTS REQUIRED TO BE UPLOADED BY UN-ENLISTED BIDDERS

Sl No Eligibility Criteria as per E-in-C’s Branch for unenlisted contractors

1. Works carried out in MES/ other Central/ State Govt/ PSU.

(a) Two works costing not less than Rs.25.00 Lakhs OR


(b) One work costing not less than Rs.40.00 Lakhs OR
(c) Average annual turn over for last two consecutive financial years shall not be
less than Rs 50.00 Lakh as certified by approved chartered accountant.

2 Solvent upto Rs 20.00.00 lakhs or Financially sound for engagement up to


Rs. 50.00 Lakhs obtained from Nationalized Bank.

3. Working Capital not less than Rs 7.50 lakhs obtained from Nationalized Bank.
4. Engineering Establishment.
Affidavit on Non Judicial stamp paper Rs 100 duly Notarised for:-
(i) One graduate Engineers from a Government recognized institution with
minimum experience of 2 years
OR
(ii) One diploma Engineers from Government recognized institution
with minimum experience of 4 years.
5. Immovable property.
(a) Affidavit on Non Judicial stamp paper Rs 100 duly Notarised for limit of
minimum reserves/total of movable or immovable property shall be uploaded
for limit of minimum reserves/total of movable or immovable property -
Rs 12.50 lakhs
Immovable property – Rs. 10.00 Lakhs (Minimum)
(b) Valuation report of immovable property from approved valuer. Valuation
Certificate shall be on format FORM 0 – 1(See Rule 8D) Report of valuation of
immovable property (Other than agricultural lands, plantations, forests, mines
and quarries).
(c) Non encumbrance certificate from competent authority. It should also
indicate that immovable property is free from mortgages, hypothecation or any
other disputes and encumbrances and clearly belongs to your firm and it should
indicate that immovable property will not be sold, transferred, gifted or
otherwise disposed off without prior intimation to this office.
(d) Copy of sale deed of immovable property including in English version duly
notarized.
(e) Copy of latest Land tax paid.
(f) Movable assets like Scooter/Car etc or NSCs/fixed deposits etc should be
supported by certified photocopies of updated RC books, valid current Insurance
papers, NSCs / fixed deposits.
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. :08

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER DOCUMENTS TO BE


COMPLIED WITH BY THE CONTRACTOR(CONTD....)

LIST OF DOCUMENTS REQUIRED TO BE UPLOADED BY UN-ENLISTED BIDDERS(CONTD....)

6. Affidavit on Non Judicial stamp paper Rs 100 duly Notarised for minimum
requirement of special T & P as under:-
(a) One bag capacity mixer (diesel) 01 No
(b) Vibrator needle & plate type 02 Nos
(c) Steel shuttering with spans, prop etc 500Sqm
Following shall be uploaded:-
(a) Affidavit on non Judicial stamp paper of Rs.100/- duly notarized of you of
being in possession and having ownership of above T & P with present value
of each T & P along with ownership details like make & year of manufacture,
certified copies of updated RC Books and valid current insurance papers.
7 Affidavit on non Judicial stamp paper of Rs.100/- duly notarized for Constitution
of firm indicating status of firm, i.e. whether it is proprietorship or partnership or
Limited firm.
Note:- (i)Please enclose notarised copy of partnership deed in case of
partnership firm and notarized Memorandum of Articles of constitution in case of
Limited firm.
(ii) Special power of attorney in case any person(s) have been authorised to
represent the firm including signatory of the application.
8. Affidavit on Non Judicial stamp paper Rs 200 duly Notarised containing list of
works executed in last five years in MES/ Central/ State Govt/ PSU as per
Appendix ‘A’ attached herein after.
9 Annual turnover certificate from approved Chartered Accountant /Income tax
deduction at source/Certificate from GE/AGE in support of annual turnover during
last three years
10 Balance sheet of last five years in case of companies certified by approved
chartered accountant
11. Certified copy of Certificate of registration of firm with Registrar of Firms.
12. Certified copy of PAN No. /TIN No. of proprietor / partners / firm.
13. Certified copies of enlistment letters with various Govt Departments / PSUs.
14. Affidavit on Non Judicial stamp paper of Rs.100/- duly notarized for Postal
address and Police Station Area of proprietor/partners/Directors of the firm.
Department will carry out Police Verification of Proprietor / Partners / Directors as
applicable. Contractor has to pay for fees if the rules of Police Deptt have the
provision of the same.
15. Indemnity Bond on non judicial stamp paper of value of Rs.200/- duly attested by
Notary (on format given below).
16 Certified copy of GST registration.
17 Notarized affidavit on judicial stamp paper of Rs 100/- that there are no
recoveries outstanding with any organization and there are no
arbitration/litigation cases involving recoveries known to be existing on the firm
at the time of submitting these details to our office.
18. Notarized affidavit on non judicial stamp paper of Rs 100/- that there is no
relationship with any Gazetted/Commissioned Officers and JEs in MES/Corps of
Engineers/Ministry of Defence.
19. Affidavit on Non Judicial stamp paper Rs 100 duly Notarised for not involved in
any arbitration/litigation.
20. Tenderers shall upload copy of police verification certificate from police
authorities of the area where the registered office is located. For proprietor / each
partner / each director, scanned copy of valid passport duly notarized shall also
be applicable in lieu of police verification.
*CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. :09

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER DOCUMENTS TO BE


COMPLIED WITH BY THE CONTRACTOR(CONTD....)

LIST OF DOCUMENTS REQUIRED TO BE UPLOADED BY UN-ENLISTED BIDDERS(CONTD....)

21 Memorandum of articles of association in case of Limited companies duly


notarized

22 Copy of registration certificate in case of company.

23 Affidavit on Non Judicial stamp paper Rs 200 duly Notarised for:-


(i) firm not banned/black listed/not banned from tendering in any Govt Dept
(ii) Firm will not employ directly and indirectly any Army Personnel dismissed
from service, the team Army Personnel is intended to include Govt Servants
above.
24 Copy of last income tax return
25 A separate sheet containing specimen signature and affixed with photograph of
proprietor/partner/directors

FORM OF SOLVENCY CERTIFICATE FROM A NATIONALIZED BANK

This is certified to the best of our knowledge and information


M/s/Shri/Smt._____________________________________________________ having address
__________________________________________, a customer of our bank are / is respectable
and can be considered solvent/financially sound for any engagement upto Rs._____________
(Rupees _____________). This certificate is issued without any guarantee or responsibility on the
bank or any of the officers.

Signature of Bank Manager


Place: Name, No. & Seal of Bank

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

WORKING CAPITAL CERTIFICATE

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 an amount not less
than Rs._________ (Rupees _____________) has been available to the credit in his/her/their
account Nos_____________ for the last three months. The firm is enjoying overdraft/credit facility
upto limit of Rs._________.

Signature of Bank Manager


Place: Name, No. & Seal of Bank

Date:
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. :10

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER DOCUMENTS TO BE


COMPLIED WITH BY THE CONTRACTOR(CONTD....)

LIST OF DOCUMENTS REQUIRED TO BE UPLOADED BY UN-ENLISTED BIDDERS(CONTD....)

INDEMNITY BOND

This bond of indemnity is executed on this _______________ day __________________ by M/s/


S’Shri _________________having registered office at _______________ to indemnify the
Government of India of the following:-
1. We undertake to pay the Government of India any damages that may be found to be recoverable
on order of our contracts.
2. .We undertake that in case Government is put to pay any loss or disadvantage in monetary of
contract by the firm which shall indemnify the government for each loss or disadvantage.
3. This bond of indemnity is executed by M/s_____________ and have signed before me. Whatever
stated above is true and correct to the best of my knowledge and belief.

Signature of Contractor Notary

FORMAT FOR AFFIDAVIT OF CONTAINING LIST OF WORKS(LAST FIVE YEARS) IN HAND


PERIOD OF COMPLETION, DATE OF COMMENCEMENT AND COMPLETION OF WORK AND
REMAINING WORKS TO BE COMPLETED AS ON DATE OF APPLICATION DULY SIGNED ON
AN AFFIDAVIT ON NON-JUDICIAL STAMP PAPER OF RS.100.00 DULY NOTARIZED

Sr CA No. CA Period of Value of Date of Date of Concerned


No & Amo- completion work commencem completion GE
Name unt in months completed -ent executing
of the work
work

SIGNATURE OF CONTRACTOR AGE (Contracts)


for ACCEPTING OFFICER
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. :11
MILITARY ENGINEER SERVICES

NOTICE INVITING TENDER (NIT)

1. A tender is invited for the work as mentioned in Appendix ‘A’ to this NOTICE INVITING
TENDER (NIT).

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

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

4. Normally contractors whose names are on the MES approved list for the area in which the
work lies, and within whose financial category the estimated amount would fall, may tender/ bid but
in case of term contracts, contractors of categories SS to E may tender/ bid. In case, where the
tender amount is in excess of the financial limit of the contractor and the Accepting Officer decides
to accept the tender/ bid, in which event the tenderer/ bidder would be required to lodge additional
security deposit as notified by the Accepting Officer in term of conditions of contract. Contractors
whose names are on the MES approved list of any MES formation and who have deposited standing
security and have executed standing security bond may also tender/ bid without depositing earnest
money along with contractor will be required to lodge with the Controller of Defence Accounts
concerned the amount of ‘Individual Security Deposit’ within thirty days of the receipt by him of
notification of acceptance of his tender/ bid, falling which this sum will be recovered from 1st RAR
payment or from the first final bill. In the case of term/ running contracts, remaining sum shall be
recovered from subsequent bill(s) of the contractor. Not more than one tender/ bid shall be
submitted/ uploaded by one contractor or one firm of contractors. Under no circumstances will a
father and his son(s) or other lose relations who have business dealing with one another be allowed
to tender/ bid for the same contract as separate competitors. A breach of this condition will render
the tenders/ bids of both the parties liable for rejection.

5. The Office of Garrison Engineer, Naval Base (P O), Vijayanarayanam, Tirunelveli – 627 119
will be the Accepting Officer here in after referred to as such for purpose of the contract.

6. The technical bid and financial bid (Cover-1 and Cover-2) shall be uploaded by the tenderer/
bidder on or before the date & time mentioned in NIT. A scanned copy of DD with enlistment
details/ documents shall be uploaded as packet 1/ Cover-1 (‘T’ Bid) of the tender/ bid on e-
tendering portal. DD is refundable in case T bid is not accepted resulting in non-opening of ‘Q’ bid.
The applicant contractor shall bear the cost of bank charges for procuring and encashing the DD and
shall not have any claim from Government whatsoever on this account.

6.1 Tender form and conditions of contract and other necessary documents shall be available on
eprocuremes.gov.in site for download and shall form part of contract agreement in case the
tender/ bid is accepted.
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. :12

NOTICE OF TENDER (CONTD…)

6.2 In case of contractor who has not executed the Standing Security Bond, the Cover-1 shall be
accompanied with by Earnest Money of amount as mentioned in Appendix ‘A’ in the form of deposit
at call receipt in favour of concerned CCE/ GE/ GE(I)/ AGE(I) (see Appendix ‘A’) by a scheduled
Bank or in receipted treasury challan the amount being credited to the revenue deposit of the
concerned CCE/ GE/ GE(I)/ AGE(I) (see Appendix ‘A’).

6.3 A contractor who is not enlisted for the area in which the work lies but whose name is in the
MES approved list of any MES formation and who has deposited standing security and executed
standing security bond may bid without depositing earnest money along with the tender, but if the
Accepting Officer accepts the tender/ bid, the contractor will be required to lodge with the Controller
of Defence Accounts concerned the amount of ‘Individual Security Deposit’ within thirty days of the
receipt by him of notification of acceptance of his tender/ bid, failing which this sum will be
recovered from 1st RR payment or from the first final bill. In the case of term/ running contracts,
remaining sum shall be recovered from subsequent bill(s) of the contractor.

6.4 A contractor who has executed standing security Bond but not corresponding to the
appropriate class as mentioned above, shall lodge with the Accepting Officer. Additional Security
Deposit as notified by the Accepting Officer within thirty days of the receipt of his notification of
acceptance of his tender/ bid, failing which this sum will be recovered from the first RAR payment or
from the first final bill. In the case of term/ running contracts, remaining sum shall be recovered
from subsequent bill(s) of the contractor. However, in case where any payment is made to the
contractor within thirty days of the receipt by him of notification of acceptance of tender/ bid, the
amount of additional security deposit shall be recovered from such payment.

6.5 The CCE/ GE/ GE(I)/ AGE(I) will return the Earnest Money wherever applicable to all
unsuccessful tenderes/ bidders by endorsing an authority on the deposit-at-call receipt for its
refund. On production by the tenderer/ bidder a certificate of the Accepting Officer that a bonafide
tender/ bid was received and all documents were returned.

6.6 The CCE/ GE/ GE(I)/ AGE(I) will either return the Earnest Money to the successful tenderer/
bidder by endorsing an authority on the deposit-at-call receipt for its refund on receipt of an
appropriate amount of Security Deposit or will retain the same in part or full on account of security
deposit if such a transaction is feasible.

6.7 Copies of the drawings and other document pertaining to the work signed for the purpose of
identification by the Accepting Officer or his accredited representative, sample of materials and
stores to be supplied by the contractor will also be available for inspection by the tenderer/ bidder at
the office of Accepting Officer and concerned GE/ GE(I)/ AGE(I) during working hours.

7. The tenderers/ bidders are advised to visit the site of work by making prior appointment with
GE/ GE(I)/ AGE(I)/ CCE/ Project Manager who is also the Executing Agency of the work (see
Appendix ‘A’). The tenderers/ bidders are deemed to have full knowledge of all relevant documents,
samples, site etc, whether they have inspected them or not.

8. Any tender/ bid which proposes any alteration to any of the conditions laid down or which
proposes any other condition or prescription whatsoever, is liable to be rejected.
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. :13

NOTICE OF TENDER (CONTD…)

9. The uploading of bid implies that bidder has read this notice and the Conditions of Contract
and has made himself aware of the scope and specification of work to be done and of the conditions
and rates at which stores, tools and plants etc will be issued to him and local conditions and other
factors having bearing on the execution of the work.

10. Tenderers/ bidders must be in possession of a copy of the MES Standard Schedule of Rates
(see Appendix ‘A’) including amendments and errata thereto.

11. Invitation for e-tender does not constitute any guarantee for validation of ‘T’ bid and
subsequent opening of finance bid of any applicant/ bidder, even of enlisted contractors of
appropriate class, merely by virtue of enclosing DD. Accepting Officer reserves the right to reject
the ‘T’ bid and not open the finance bid of any applicant/ bidder. ‘T’ bid validation shall be decided
by the Accepting Officer based on, inter alia, capability of the firm as per criteria given in Appendix
‘A’ to this NIT. The applicant contractor/ bidder will be informed regarding non-validation of his ‘T’
bid assigning reasons thereof through the eprocuremes website. The applicant contractor/ bidder if
he so desires may appeal to the next higher Engineer authority viz CWE(Navy) Chennai on email id
cwenavy.chn@nic.in with copy to the Accepting Officer on email before the scheduled date of
opening of Finance Bid. The decision of the Next Higher Engineer Authority (NHEA) shall be final
and binding. The contractor/ bidder shall not be entitled for any compensation whatsoever for
rejection of his bid.

12. The Accepting Officer reserves the right to accept a tender submitted by a Public
Undertaking, giving a price preference over other Tender(s)/ bids which may be lower, as are
admissible under the Government Policy. No claim for any compensation or otherwise shall be
admissible from such tenderer/ bidder whose tender/ bid is rejected.

13. Accepting Officer does not bind himself to accept the lowest or any tender/ bid or to give any
reason for not doing so.

14. This Notice Inviting Tender (NIT) including Appendix ‘A’ shall form part of the contract.

SIGNATURE OF CONTRACTOR AGE (Contracts)


for ACCEPTING OFFICER
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. : 17
In lieu of IAFW-1821 (Revised 1960)

TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACT IAFW-


2249(1989 PRINT)

MILITARY ENGINEER SERVICES

Tele: 04635-254151 Garrison Engineer


Naval Base (P O)
Vijayanarayanam
Tirunelveli – 627119.

8759/03/E8 10 Apr 2018

TENDER AND ITEM RATE CONTRACT FOR WORKS BY MEASUREMENT IN THE EXECUTION
OF “ PROVN OF ARBORICULTURE AROUND INLIVING BLOCK BUILDING NO P-23 AT 7 DET
RAMNAD AND OFFICERS MESS AT INS PARUNDU RAMNAD ”

1. M/s ___________________________________ is/are hereby authorized to e-Tender


for the above work.

2. The tender shall be published by this office on the MES portal of www.defproc.gov.in on
23 Apr 2018 and last date of submission of bid on 14 May at 1800 Hrs.

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

4. Any Correspondence concerning this tender should be addressed as indicated at the top
of this sheet, quoting the reference to the tender id mentioned in the www.eprocuremes.gov.in
portal.

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

Signature of the Officer


Issuing the documents :
AGE (Contracts)
ACCEPTING OFFICER

Appointment :

Date :
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO.18
(In lieu of IAFW 1821 revised 1960)
SCHEDULE ‘A’ NOTES
NAME OF WORK: PROVN OF ARBORICULTURE AROUND INLIVING BLOCK BUILDING
NO P-23 AT 7 DET RAMNAD AND OFFICERS MESS AT INS
PARUNDU RAMNAD

1. The entire work included under this contract shall be completed within 36 (Thirty six)
months from the date of commencement of work as per the phasing given below: -
(a) Phase I : The entire work of all Schedule ‘A’ Part –I items shall be
completed to the entire satisfaction of the GE within 06(Six) months from the date of
commencement of work as stipulated in the work order.
(b) Phase II : The works under Schedule ‘A’ Part-II shall be completed
within 30(Thirty) months all as described in Schedule ‘A’ and particular specification from
certified date of completion of item Nos.7 to 12 of Schedule ‘A’ Part-I.

2. The entire work under this contract lies in restricted area and shall be carried out between
0900 hrs to 1700 hrs as specified in special condition here-in-after.

3. Tenderers unit rate for each items of Schedule ‘A’ shall be deemed to include for the above
mentioned factors and no claims of whatsoever nature on this account shall be entertained at a
later stage.

4. The rates quoted by the contractor shall be for material and labour complete with taxes
etc., unless otherwise specifically specified.

5. Tenderer are required to insert unit rates both in figures and words under column 6 and
extend the amount under column 7 against each item of Schedule ‘A’.

6. The quantities shown under column 5 are approximate and are given as a guide only.
They shall, however, not be varied beyond the limits laid down in condition 7 of IAFW-2249.
7. The total amount under column 7 is not firm, but will be treated as the ‘Contract sum’
referred to in IAFW-2249.
8. The rates quoted by the tenderer for items under Schedule ‘A’ shall include for all necessary
works required for the entire completion as specified.

9. The description of items in Schedule ‘A’ shall be read in conjunction with relevant
specification and preambles contained in MES Schedule (unless otherwise specified in particular
specification).

10. GST is applicable for this work. This aspect shall be considered by the bidder while
quoting the tender. Bidders(both enlisted and un-enlisted) shall mandatorily upload
scanned copy of GST registration Number in addition to other documents in Technical bid
stipulated in tender documents. Bidders not in possession of GST registration Number
shall be disqualified in T-Bid evaluation(Tech bid evaluation) and their financial bid will
not be opened.

11. The bidders shall check and confirm Revised BOQ if any has been uploaded and
shall quote in revised BOQ only. Thus uploading tender in pre-revised BOQ shall be
considered as wilful negligence by bidder and tender submitted will be considered as non-
bonafide.
12. The rate quoted by the tenderer shall be inclusive of all types of taxes, Levies,
including GST, labour Welfare tax etc, as prevailing on date of submission of tender.
13. Certain taxes such as central excise duty, service tax, additional custom duty, state
level value added tax, octroi and other levies which were applicable all interstate
transportation of goods are subsumed by GST, thus special condition clause No.27 on
serial page No.for reimbursement / refund on variation in taxes directly related to
contract value shall be deemed to be amended incorporating GST.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 23

SCHEDULE ‘B’
ISSUE OF MATERIALS TO THE CONTRACTOR
SEE CONDITION 10 OF IAFW-2249

Sl Particulars Rates at which materials Place of issue Remark


No. will be issued to the by name
contractor
Unit Rate in Rs
1 2 3 4 5 6

___________________________________NIL__________________________________

ISSUE OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL


BE HIRED TO THE CONTRACTOR
(SEE CONDITION 15, 34 AND 35 OF IAFW-2249)

Sl Quantity Particulars Details of Hire charges Stand by Place of Remarks


No MES crew per unit per charges per issue by
supplied working day unit per off day name
(Rs) (Rs)

1 2 3 4 5 6 7 8

_________________________________NIL________________________________

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR


(SEE CONDITION 16 & 35 OF IAFW-2249)

Serial Quantity Particulars Rates per unit per Place of issue by Remarks
No working day name

1 2 3 4 5 6

________________________________NIL_______________________________

SIGNATURE OF CONTRACTOR AGE (Contracts)


for ACCEPTING OFFICER
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. : 24
(In lieu of IAFW-1779-A Rev 1955)

TENDER
To
President of India

Having examined and perused the following documents:-

1. Specifications signed by GARRISON ENGINEER.

2. Drawings as detailed in the specifications.

3. Schedule ‘A’, ‘B’, ‘C’ and ‘D’ attached hereto.

4. MES Standard Schedule of rates 2009 (Part - I Specifications) and 2010 (Part - II rates)
together with Amendments Nos.1 to 3 for Part-I and 1 to 59 for Part-II (here-in-after and in
IAFW-2249 referred to as the MES Schedule) as applicable to the above said Schedule.

5. General conditions of Contracts, IAFW-2249 (1989 Print) together with errata 1 to 20 and
amendment No 1 to 40.

6. WATER; CONDITION 31 OF IAFW-2249: GENERAL CONDITIONS OF CONTRACT

Water will be supplied by the MES on payment @ Rs.3.75 per every thousand rupees (1000/-) worth
of work done at contracts rates.

SHOULD THIS TENDER BE ACCEPTED


I/WE AGREE

*(a) That the sum of Rs. ________ (Rupees _________________________________only)


forwarded as Earnest Money shall either be retained as a part of Security Deposit or be refunded by
the Government on receipt of an appropriate amount of Security Deposit, as per condition 22 of
IAFW-2249.

(b) To execute all the works referred to in the said documents upon the terms and conditions
contained or referred to thereupon and as detailed in the General Summary and to carry out such
deviations as may be ordered vide condition 7 of IAFW-2249 up to a maximum of 5% ( FIVE )
percent and further agree to refer all disputes as required by the condition 70 and 71 to the sole
arbitration of serving officer having degree in Engineering or equivalent or having passed final/direct
final examination of Sub-Division II of Institution of Surveyors (India) recognised by the Govt of
India to be appointed by the Chief Engineer (Navy) Visakhapatnam, or in his absence the officer
officiating as Chief Engineer (Navy) Visakhapatnam, if specifically delegated in writing by the Chief
Engineer (Navy) Visakhapatnam whose decision shall be final conclusive and bindings.

* To be deleted where not applicable.


CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No.25

(In lieu of IAFW-1779-A (Revised 1955).

Signature:....................……………..………............................. (With Name in Block letter)

in the capacity of..…………………………………….................Duly authorised to sign the

Tender or and on behalf of…………………….………………….................(In block letter)

Witness: -
Date: -
Address Postal: Address: ______________________
______________________
____________________________
______________________

Telegraphic Address:

Telephone: Number:

ACCEPTANCE

__________ Alterations have been made in this document and as evidence that these alterations
were made before the execution of the contract agreement they have been initialled by the
contractor and Shri. K Sanjiva Reddy, AE (QS&C), 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 at the item
rates contained in Schedule ‘A’ for Rs. ____________(Rupees_________________________
_______________________________________________________________________ only)
on the _________ day of_____________2018.

Signature:
(G Raja Mahendra Reddy, IDSE)
EE
Accepting Officer
APPOINTMENT: GE TIRUNELVELI
(FOR AND ON BEHALF OF PRESIDENT OF INDIA)
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. 26

In lieu of IAFW-1779-A (R) 1955

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


FOR
MEASUREMENT CONTRACTS (IAFW-1779 AND 1779-A)

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


Errata and Amendments has been supplied to me/us and is in my/our possession. I/We have read
and understood the Provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS
before submission of this tender and I/We agree that I/We shall abide by the terms and conditions
thereof.

It is hereby further agreed and declared by me/us, that the MES General Conditions of
Contracts (IAFW-2249: Print - 1989) including Condition 70 & 71 thereof pertaining to settlement of
disputes by Arbitration containing 33 pages with errata 1 to 20 and Amendment Nos 1 to 40 form
part of these tender documents.

NOTES

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

SIGNATURE OF CONTRACTOR AGE (Contracts)


for ACCEPTING OFFICER
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No.27

SCHEDULE OF MINIMUM FAIR WAGES

1. It is hereby agreed that the "SCHEDULE OF MINIMUM FAIR WAGES" (SMFW) published vide Government

of India Notification dated 14 Oct 1988 and as amended Subsequently from time to time by the orders of the

competent Central/State Government/local authorities form part of the tender documents.

2. Schedule of Minimum Fair Wages is not enclosed along with tender but the Contractor is deemed to

have full knowledge regarding the minimum wages payable to labourers as legally effective on date of

submission of tender, and his tendered rates shall be deemed to have been based on this irrespective of the fact

that Gazette Notification may not have been published or that he was unaware of the increase in minimum

wages. For the purpose of reimbursement of price variation [PV] clause for wage escalation of labour, the

minimum wages legally effective on the date of receipt of Tender shall be the basis.

3. The minimum wage legally effective referred to above are the minimum wages Notified in

Gazette/Governed by any local regulations/Central Govt. whichever is higher.

4. My/Our signature hereunder amounts to my/our having read and understood the provisions contained

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

tender.

SIGNATURE OF CONTRACTOR AGE (Contracts)


for ACCEPTING OFFICER
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 28

SPECIAL CONDITIONS

1 GENERAL
1.1 The following Special Conditions shall be read in conjunction with the General Conditions of
Contracts, IAFW-2249 1989 Print including errata/amendments thereto. If any provision in
these Special Conditions are at various with the provisions in the aforesaid documents, the
provisions in these special conditions shall be deemed to take precedence there over.

2 MES SCHEDULE
2.1 Contractor’s special attention is invited to the fact that this tender is based on MES Schedule
mentioned on tender page including errata/amendments thereto as applicable.

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


3.1 Wherever “IAFW-2249) is mentioned it means General Conditions of contracts IAFW-2249
(1989 Print) including errata/amendments as applicable.

4 SECURITY OF CLASSIFIED DOCUMENTS (REFER CONDITIONS 2A AND 3 OF IAFW-


2249)
4.1 Contractor’s special attention is drawn to condition 2A and 3 of General Conditions of
Contracts (IAFW-2249) and also to the Indian Official Secret Act – 1923 (Particularly Section
5). The contractor is bound by the provisions of the Act. The contractor shall not
communicate any classified information regarding works either to sub-contractors(s) or other
without prior approval of Executive in-charge. The contractor shall also not make copies of
the design/drawings and other documents furnished to him in respect of works and shall
return all the documents on completion of the work or on earlier determination of the
contract. The contractor shall along with final bill attach receipt from Engineer-in-Charge in
respect of his having returned the classified documents as per condition 3 of the General
Conditions of Contracts (IAFW-2249).
4.2 OFFICIAL SECRETS ACT
4.2.1 The contractor shall be bound by the Official Secrets Act and particularly section 5 thereof.

5 INSPECTION OF SITE AND RELEVANT DOCUMENTS (REFER CONDITION 4 OF IAFW-


2249)
5.1 The contractor is required to visit the site of works and make himself thoroughly acquainted
with the working conditions and/or the approaches/accessibility to site, availability of
materials and all other relevant conditions affecting the completion of entire work. He is
required to make himself fully acquainted with the nature and scope of the work before
tendering. For the purpose of inspection of relevant documents other than those sent
herewith, the contractor is required to contract the Garrison Engineer who will give
reasonable facilities. The contractor shall be deemed to have visited the site before
submitting the tender whether he does it or not.

6 MATERIALS AND SAMPLES (REFER CONDITION 10 OF IAFW-2249)


6.1 The tenderer is advised to inspect samples of the local building materials maintained by the
Garrison Engineer before submitting his tenders. He will be deemed to have full knowledge of
these materials whether he inspects them or not the materials to be provided by the
contractor shall confirm to/shall be superior to the standard of samples displayed in the office
of Garrison Engineer in the matter of quality unless otherwise specified.

Contd.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 29

SPECIAL CONDITIONS (CONTD)

6.2 Items conforming to Indian Standard Specifications shall be accepted only when ISI marked
materials are not manufactured. Materials such as glazed tiles. AC sheets, AC rain water
pipes, paint, bib taps and pillar taps, sanitary fittings etc, which are considered superior to
IS specifications by the GE may be used without any extra cost to Government. However
before incorporating such materials/items, the contractor shall produce necessary test
certificates as required by the GE.

6.3 The contractor shall produce samples of materials for incorporating direct to the GE with
copy to the Accepting Officer and get them approved in writing by the GE before
commencement of work. All approvals of materials shall be in writing from GE to
contractor. The materials, articles etc, as approved shall be labeled as such and shall be
signed by GE and contractor and kept and displayed at the site of works.

7 PROPRIETORY BRAND MATERIALS


7.1 Original vouchers/invoices for the following proprietory materials as and if required for
execution of work shall be produced by the contractor before claiming RAR payments.

(i) Chemical for antitermite treatment


(ii) Paints
(iii) Conduits, conduit fittings and accessories
(iv) Bitumen for water proofing treatment and road work
(v) Water proofing compound
(vi)CI/GI/PVC pipes and fittings
(vii) All cable conductors and the like
(viii) All water supply items
(ix) All electrical utility fittings
(x)Any other proprietary articles not mentioned above but catered in the tender documents.

7.2 The voucher/invoice shall be from the manufacturers and/or from their authorized agents
for full quantity of respective items required for the work under this contract. These
vouchers shall be endorsed, dated and initialled by the Engineer-in-Charge giving the
contract number and name of work and a certified true copy of each such voucher signed by
the Engineer-in-Charge and the contractor shall be kept on MES record.

7.3 The quantity brought to site shall be recorded in measurement books and signed by
contractor and Engineer-in-Charge as a check to ensure that the required quantity have
been brought to site for incorporation in the work.

7.4 The contractor shall permit free access are brought to site in original sealed containers or
packing’s bearing manufacturers making.

8. CO-OPERATION WITH OTHER AGENCIES


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

8.2 The contractor’s price shall be deemed to cater for all the above contingencies and nothing
extra shall be admissible on this account.

Contd.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 30
SPECIAL CONDITIONS (CONTD)
9. DAMAGE TO EXISTING STRUCTURE BUILDING
9.1 Any damage done to the existing structure during the execution of work shall be made good
by the contractor at his own and the site of work left clean and tidy on completion.
Rectification/reinstatement/making good, etc shall conform to the standard materials
originally used in the work and finished work shall match with existing work in all respects to
the entire satisfaction of the GE. In case of any dispute on this account, the matter shall be
referred to the Accepting Officer whose decision in writing shall be final conclusive and
binding.
10. CONTRACTOR LABOUR
10.1 The contractor when required to employ more than ten workmen on the works under this
contract shall be bound by the Contract Labour (regulation and abolition) Act 1970 and rules
framed there under. No contractor can undertake or execute his work without a licence
issued by a licensing officer.
11. MINIMUM WAGES PAYABLE
11.1 Refer Condition 58 of IAFW-2249. The schedule of minimum Fair Wages is not enclosed to
these tender documents. The contractor shall not pay wages lower than minimum wages for
labour as fixed by the Govt of India/State Govt/Union Territory under minimum wages Act
or Contract labour (Abolition and Regulation Act), whichever is higher.
11.2 The fair wage referred to in condition 58 of IAFW-2249 shall be deemed to be the same as
the minimum wages payable as referred to above.
11.3 The contractor shall have no claim whatsoever, if on account of local factors and/ or
regulations or otherwise he is required to pay the wages in excess of minimum wages as
described above during the execution of work.
12. CONTRACTOR’S AGENT, REPRESENTATIVES AND WORKMEN
12.1 The contractor shall employ only Indian Nationals as his representatives, servants, workmen
and verify their antecedents and loyalty before employing them in works. He shall ensure
that no person of doubtful antecedents and nationality is in any way associated with the
works and if for reasons of technical collaboration or other consideration, the employment of
any foreign national is unavoidable the contractor shall furnish full particulars to this effect to
the Accepting Officer at the time of submission of tender. The GE shall have full powers and
without giving any reasons to order the contractor to immediately cease the employ in
connection with this contract any Representative, Agent, Servant and Workmen or employee
whose continued employment, in this union is undesirable. The contractor shall not be
allowed any compensation in this account.

13. ELECTRICITY SUPPLY


13.1 Electric supply required for the work shall be made available by the MES. The exact location
of the electric point(s) will be shown by the Engineer-in-Charge. KWH meter to register the
electric energy supplied and main switch shall be provided and installed by the MES.
Contractor shall provide all necessary cables, fittings etc. from the tapping point in order to
ensure a proper and suitable supply of electricity for execution of work. All contractor’s
installation shall conform to and strictly in accordance with Indian Electricity Rules. The
contractor will be charged for the electric energy consumed for execution of works at the
following rates:-
(a) At Rs.14.21 (Rupees Fourteen and paise twenty one only) per unit for lighting
(b) At At Rs.14.21 (Rupees Fourteen and paise twenty one only) per unit for power.
13.2 MES do not guarantee continuity of supply and no compensation whatsoever shall be allowed
for supply becoming intermittent or for breakdown in the system.

13.3 GE or his representative shall be free to inspect all the power consuming devices or any
electric lines provided by the contractor. Any devices or electric lines provided by the
contractor, 2which are not to the satisfaction of the GE, shall be disconnected from the
supply, if so directed by him.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 31

SPECIAL CONDITIONS (CONTD)

14. RECORD OF CONSUMPTION OF CEMENT


14.1 For the purpose of keeping a record of cement, consumed in work, the contractor shall maintain
a pucca/bound register in the form approved by the Engineer-in-Charge, quantity used in works
and balance in hand.
14.2 This Register shall be signed daily by the Contractor/Contractor’s representatives and the
Engineer-in-Charge in token or their verification of its correctness.
14.3 The register shall be kept as site in the safe custody of the contractor during progress of the work
and shall on demand produce the same for verification of Inspecting Officer. On completion of
the work the register shall be handed over to the Engineer-in-Charge for record with MES.
15. GUARANTEE BOND/FIXED DEPOSIT RECEIPT FOR ADDITIONAL SECURITY
DEPOSIT/RETENTION MONEY
15.1 On acceptance of the tender the Government may accept a Guarantee Bond or a fixed
Deposit Receipt from State Bank of India and its subsidiaries. Nationalized Banks or
Scheduled Banks for Additional Security Deposit/Retention Money. The Bank Guarantee
shall be on the form prescribed which is available in the office of the Garrison Engineer,
Tirunelveli for tenderers perusal. The period of Bond shall be the period of
completion/extended date of completion or till all the liabilities under the bond are
discharged. The period of FDR shall be not less than time of completion plus six months.
16. RELEASE OF ADDITIONAL SECURITY DEPOSIT (REFER CONDITION 22 AND 68 OF
IAFW -2249)
16.1 The contractor in case he has to deposit Additional Security for the contract is advised to
deposit the additional security in two equal parts so as to facilities its release in
accordance with condition 68 of IAFW-2249.

16.2 The additional Security Deposit by the contractor will be released in two stages i.e. 50%
on payment of final bill and 50% on expiration of Defects liability period as mentioned in
paras 6.3 and 16.4 here-in-under.

16.3 The release of 50% of additional security deposit in the first stage will be allowed only if
there are no claims outstanding against the contractor in respect of the contract and the
final bill is not ‘MINUS’. In case any claims are outstanding against the contractor, and/or
the final bill is ‘MINUS’ the amount of Security Deposit to be released will be adjusted
against the outstanding amount due to the Government and the balance if any, will be
released to the contractor.

16.4 The balance of 50% of additional security deposit will be released to the contractor after
expiration of the defects liability period (vide condition 46) in accordance with condition 68
of IAFW-2249 (General Condition of Contracts) after compliance with the requirement
stipulated in that condition and/or elsewhere in the contract.

17. SIGNING OF TENDER


17.1 The person signing the tender on behalf of another partner or on behalf of a firm shall
attach with the tender, a proper power of Attorney duly executed in his favour by such
other person or by all the partners stating that he has 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.

18. PERIOD OF KEEPING THE TENDER OPEN


18.1 The tender shall remain open for acceptance for a period of 60 (Sixty) days from the next
date of submission of bid.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 32
SPECIAL CONDITIONS (CONTD)
19. SITE CLEARANCE (REFER CONDITION 49 OF IAFW-2249, GENERAL CONDITIONS
OF CONTRACT)
19.1 The contractor shall remove from the site all unused stores and huts and the like
belonging to the contractor provided for the executive of work and under this contract and
the site of works shall be cleared off all rubbish and waste materials by the contractor and
the site or works delivered in clean and tidy man to the satisfaction of the Engineer-in-
Charge on or before the date of completion. Nothing extra whatsoever shall be paid to the
contractor for such clearance of site.
19.2 The contractor shall clean all floors, remove cement/lime/paint drops etc, clean the joinery,
glass panes etc tough up all painting work in connection herewith and leave the whole
premised clean and tidy to the entire satisfaction of the Engineer-in-Charge before handing
over the buildings.

20. STANDARD OF WORKMANSHIP AND FINISHES


20.1 In order to identify the acceptable standards of materials and workmanship under the terms
and conditions of the contract, a sample quarter or sample room(s) depicting all items of
fittings, fixtures and finishes will be built in a specified period of time in advance of the
completion time stipulated in the contract. The dates for completion of difference stages of
work will be laid down by the GE so that completion of samples of materials and
workmanship are achieved well in advance. The various stages of the sample quarter will be
passed by the GE on the stage passing register. The standards of work in the remaining
part of the accepted contract will not in anyway be inferior to the standards approved in the
sample quarter by the GE. The quarter which will serve as sample quarter and separate
period of completion, if any shall be as stipulated in note to Schedule ‘A’.

21. WORKING HOURS/DAY


21.1 The contractor or his workmen shall not be permitted to work on Sundays, Holidays or after
normal working hours without prior written permission of the GE.

22. WATER REFER CONDITION 31 OF IAFW-2249


22.1 Refer Condition 31 of General Conditions of contracts IAFW -2249 and clause 1.13 of MES
Schedule.
22.2 Water will not be supplied by MES and contractor shall make his own arrangement to
continuous supply of requisite quantity of water required for the work.

23. CONDITIONS OF WORKING :-


23.01 CONDITIONS OF WORKING IN RESTRICTED AREA: - The entire work under this
contract lies in "RESTRICTED AREA". However, the contractor, his agents, employees,
work people and vehicles may pass through the unit lines in which case the Engineer-in-
Charge shall, at his own discretion has the right to issue passes, control their admission to
the site of work or any part thereof. The contractor shall on demand by the Engineer-in-
Charge submit a list of personnel etc., concerned and shall satisfy the Engineer-in-Charge
as to the bonafides of such people. Passes shall be returned at any time on demand by the
Engineer-in-Charge and in any case on completion of work.
The contractor his agents, employees and work people shall observe all the rules
promulgated by the authority controlling the area in which the work is to be carried out e.g.
prohibition of smoking, lighting and fire precautions, search of persons at entry and exit,
keeping to specified routes, restricted hours of working etc. Any person found violating the
security rules laid down by the authority, shall be immediately expelled from the area
without assigning any reasons whatsoever and contractor shall have no claim on this
account. Nothing shall be admissible for any man hours lost on this account.

Contd…
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 33

SPECIAL CONDITIONS (CONTD)


24. OUT OF POCKET EXPENSES
24.1 Out of pocket expenses incurred by the tenderer in submitting his tender shall not be
reimbursed whether tender is accepted or not.

25. AVAILABILITY OF LAND FOR STORAGE OF MATERIALS/ACCOMMODATION FOR


LABOUR
25.1 Delete the following in para 1 of condition 24 of IAFW-2249 General Conditions of
contracts. “In the ever of areas of land ---------------------------------------------------------
----------- allotted to him.

25.2 The contractor shall be permitted to store his materials including erecting temporary sheds
therefore and also erect his temporary workshops for storage materials and for fabrication
at the area of land marked for the purpose on the site plan free of rent. It it is on class ‘A-
1’ land. For other types of land he shall be charged a licence fees of Rs.1/- per year or
part of year for each and every separate area of land allotted to him. No defence land is
available for accommodation of Labour for which the contractor shall make his own
arrangement at his own expenses.

26. FIRE PRECAUTIONS


26.1 The Contractor, his agents, representatives, workmen etc., shall strictly observe the orders
pertaining to fire precautions prevailing within the restricted area.

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

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


CONTRACT VALUE’.
(a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes
including GST, Turnover Tax, Labour Welfare Cess/tax etc, duties, Royalties, Octroi & other
levies payable under the respective Statutes. No reimbursement/refund for variation on
rates of taxes, duties, Royalties, Octroi & other levies, and / or imposition/abolition of any
new/existing taxes, duties, Royalties, Octroi & other levies, shall be made except as
provided in Sub Para (b) here-in-below.

(b)
(i) The taxes which are levied by Govt at certain percentage rates of contract
Sum/Amount shall be termed as ‘Taxes directly related to Contract value’ such as GST,
Turnover Tax, Labour Welfare Cess/tax and like but excluding Income Tax. The tendered
rates shall be deemed to be inclusive of all taxes directly related to Contract value, with
existing percentage rates as prevailing on last due date for receipt of tenders. Any
increase in percentage rates of ‘taxes directly related to Contract value’ with reference to
prevailing rates on last due date for receipt of tenders shall be reimbursed to the
Contractor and any decrease in percentage rates of ‘ taxes directly related to Contract
value’ with reference to prevailing rates on last due date for receipt of tenders shall be
refunded by the Contractor to the Govt/deducted by the Govt from any payments due to
the Contractor. Similarly imposition of any new ‘taxes directly related to Contract value’
after the last due date for receipt of tenders shall be reimbursed to the Contractor and
abolition of any ‘taxes directly related to Contract value’ prevailing on last due date for
receipt of tenders shall be refunded by the Contractor to the Govt/deducted by the Govt
from the payments due to the contractor.

(ii) The contractor shall, within a reasonable time of his becoming aware of variation in
percentage rates and / or imposition of any further ‘taxes directly related to Contract
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 34

SPECIAL CONDITIONS (CONTD)

value’ give written notice thereof to the GE stating that the same is given pursuant to this
Special Condition, together with all information relating there to which he may be in a position
to supply. The Contractors shall submit the other documents proof / informations as the GE
may require.

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

(iv) Reimbursement for increase in percentage rates/imposition of ‘taxes directly related


to Contract value’ shall be made only if the Contractor necessarily & properly 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.

28. TAXES, DUTIES AND OTHER LEVIES


28.1 GST inclusive of CESS as notified by Govt including subsequent tax revisions if any after
notification in this regard issued by Govt time to time, shall be applicable to all contracts
except contracts for Water Supply, Water Treatment, supply of new furniture and Sewerage
Treatment or Disposal. Other taxes viz labour welfare Cess/ Tax and element towards ESI and
PF contribution shall be applicable to this contract besides other applicable taxes/ levies as
per law of land. The quoted offer is deemed to include this provision.
28.2 Any conditional tenders regarding payment of GST on works contract will not be considered
and is liable to be rejected.

28.3. The bidder shall also upload the copy of GST and the bidder who is not in possession of this
number shall be disqualified in 'T' bid evaluation and his financial bid shall not be opened.

29. The bidder shall upload the copy of permanent provident fund code number (proof
indicating documents related to PF code number) and the bidder who is not in
possession of this number shall be disqualified in 'T' bid evaluation and his financial bid shall
not be opened.

30. CHARGES FOR TESTING OF MATERIALS.


30.1 The Contractor shall setup full fledged site lab for contract amount more than ₹ 1.00 Crore
for conducting level-A tests specified herein after. The type of tests and frequency of test
to be carried out in such site lab shall be as per Appx ‘A’ attached here-in-below of the
tender. All equipment in site lab shall however be calibrated, sealed and handed over to
MES for their custody. In such event no charges shall be recovered from the contractor for
conducting such tests. The equipment required is decided and provided at site by the
contractor as directed by the GE. However, materials, labour and technical staff required
for the site tests shall be provided by the contractor without any extra cost to the
government. The contractor shall be responsible for such tests to be carried out and for
that they shall employ a competent technical representative as approved by the GE and all
such tests shall be carried out in the presence of Engineer–in-Charge. Notwithstanding the
above, government reserves the right to conduct test checks in any approve for such tests
as and when desired by the Accepting Officer as per provision of IAFW 2249(Condition 10-
A).
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 35

SPECIAL CONDITIONS (CONTD)


30.2 The charges for tests shall be recovered from the contractor only if he does not carry out
the test catered for in the contract. The testing charges shall be recovered at the rates
mentioned as per Appx ‘A’.
30.3 The construction materials shall be tested as per the relevant IS, IRC as specified in SSR/CA
document and shall be tested at a frequency as laid out in relevant IS/IRC.
30.4 Level of testing shown in legend as A, B & C are defined as under :-
(a) LEVEL ‘A’ : Level ‘A’ test indicates “Site Lab” means own site lab established by the
contractor at the work site for such tests. Within 15 days of placement of work order No 1,
site lab shall be established and fact reported by the contractor to GE in writing who will
verify the fact and satisfy himself of the facilities provided. Thereafter, GE shall issue a
certificate to this effect in writing listing out equipment particulars etc of each material test.
Only after issue of this certificate by GE, the tests shall be carried out and materials so
approved shall be incorporated in the work. Manpower, material and infrastructure like
electricity, water etc required for conducting these tests shall be provided by the contractor.

(b) LEVEL ‘B’ :- Level ‘B’ test indicates “Zonal Lab” means any lab of MES and the same is
not applicable to this contract. The test mentioned against Level- B shall be carried out in
Govt approved Laboratories / Recognized Engg Colleges where such facilities exist as directed
by Engineer in Charge.
(c ) LEVEL ‘C’ :- Level ‘C’ test indicates stands for National Test House, SEMT Wing, Pune
located in CME Pune –31/Govt approved Laboratories / Recognized Engg Colleges where such
facilities exist.

30.5 In case the contractor has not set up the site laboratory the test shall be carried out in Govt
approved Laboratories / Recognized Engg Colleges where such facilities exist as directed. The
cost of conveyance of sample materials, cost of test etc shall be borne by the Contractor with
out any extra cost to Govt.

SIGNATURE OF CONTRACTOR AGE (Contracts)


ACCEPTING OFFICER
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO:36
SPECIAL CONDITIONS(CONTD....)
RECOVERY CHARGES FOR TESTING OF MATERIALS APPENDIX ‘A’
Legend :- A-Site Lab, B- Zonal Lab, C-National Test House/ SEMT/ Govt approved lab/Engg College/NABL Lab
Srl Materials Test Method of Frequencies of Test Level of Rate in Remarks
No Testing Test Rs
1 2 3 4 5 6 7 8
1 Bricks As per IS 5454 as given under: Permissible Check for visual
% of and dimensional
defective characteristic shall
Bricks also be allowed out
Lot Size Sample Size as per IS-5454
1001 to 10000 5 0
10001 to 35000 10 0
35001 to 50000 15 1
(i) Compressive IS-3495 A 180
Strength (Part-I)
(ii) Water Absorption IS-3495 A 150
(Part-I)
(iii) Efflorescence -do- (Part-II) A 180
2 Coarse Aggregate (i) Sieve Analysis IS-2386 One Test for every 15 cum of A 120
(Part-I) Aggregate or part thereof.
(ii) Flakiness Indices -do- One Test for every 15 cum of A 90
Aggregate or part thereof.
(iii) Estimation of -do- One Test for every 100 cum of A 120
deleterious materials Aggregate or part thereof.
(iv) Organic Impurities -do- One Test per source of supply. C 120
(v) Moisture Content IS-2386 Regularly as required A 120
(Part-II)
(vi) Specific Gravity -do- (Part-III) One Test per each source of B 120
supply.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 37
SPECIAL CONDITIONS(CONTD....)
RECOVERY CHARGES FOR TESTING OF MATERIALS APPENDIX ‘A’ (CONTD….)
1 2 3 4 5 6 7 8
3 Fine Aggregate (i) Sieve Analysis (IS-2386) (Part- (I) One Test for every A 180
I) 15Cum of FA or part
when brought to site.
(ii) Test for clay silt -do- (I) One Test for every A 90
impurities 15Cum of FA or part
when brought to site.
(iii) Specific Gravity -do- One for each source of B 180
supply
(iv) Moisture Content -do- (Part-III) Regularly as required A 180
subject to 2 tests/day
when being used.
(v) Test for Organic -do- (Part-III) One test for each C 180
Impurities source of supply.
4 Cement (i) Setting Time IS-4031 (Latest Once for each B 180
Edition) Consignment
(ii) Soundness IS-4031 (Latest Once for each B 120
Edition) Consignment
(iii) Compressive IS-4031 (Latest Once for each B 360
Strength Edition) Consignment
(iv) Fineness IS-4031 (Latest Once for each B 120
Edition) Consignment
5 Cement flooring (i) Water Absorption IS-1237 1980 6 tiles out of total of 18 B 180 Sample 18 tiles from each
tiles/terrazzo tiles (Appx 'D') source of supply selected at
(ii) Wet transverse -do- (Appx ‘E’) 6 tiles out of total of 18 B 144 random
strength
(iii) Resistance to do (Appx ‘F’) 6 tiles out of total of 18 C 540
wear
6 Mangalore pattern (i) Water Absorption IS-654 (Appx 6 tiles out of total 32 B 180 Sample: 32 tiles from each
roofing tiles 'A') consignment of every 3000
tiles or part thereof. These tiles
shall be checked for dimension
& weight.
(ii) Breaking load IS-654 (Appx -do- B 120
'C')
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 38
SPECIAL CONDITIONS(CONTD....)
RECOVERY CHARGES FOR TESTING OF MATERIALS APPENDIX ‘A’ (CONTD….)
1 2 3 4 5 6 7 8
7 Structural (i) Slump Test or IS-1199 The minimum frequency of A 180 (i) Random sampling shall be
Concrete (M-15 Compacting Factor Test sampling of concrete of carried out to cover all mixing
and above) of Vee Bee Time each grade shall be as units
under:
Qty of Concrete in the work (ii) Refer IS-456-2000, Clause 14
No of Samples(CuM) for frequency of test
1-5
1
6-15
2
16-30
3
31-50
4
51 and above 4+1 for
each

additional 50 CuM
or part
thereof.
(ii) Compressive IS-516 A 120
Strength
6 (a) PCC Block (i) Compressive Strength IS-2156 8 Block out of total of 14 A 60 Sample: 14 Blocks from
for walling (Appx ‘B’) consignment of every 5000 blocks
(Hollow block) (ii) Water Absorption -do-(Appx 3 –do- B 120 or part thereof.
‘E’)
(iii) Density -do- (Appx 3 –do- B 90
‘A’)
(b) PCC Solid (i) Compressive Strength IS-2185 12 Block out of total of 18 A 60 Sample: 18 Blocks from
block for (Appx ‘A’) consignment of every 100000
walling blocks or part thereof.
(ii) Water Absorption -do- 3 –do B 120 These blocks to be checked for
(iii) Density -do- 3 –do- B 120 dimension and weight.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 39
SPECIAL CONDITIONS(CONTD....)
RECOVERY CHARGES FOR TESTING OF MATERIALS APPENDIX ‘A’ (CONTD….)

1 2 3 4 5 6 7 8
9 Burnt clay roofing (i) Water IS- 6 tile out of 12 B 216 Sample: 12 tiles from each source
tiles(Hand made) as Absorption 3495(Part of supply selected at random.
per IS 2690(Part-II) II)
(ii) Compressive -do- Part- 6 tile out of 12 A 180
Length 150mm to strength I
250mm width 100mm
to 200mm thickness
35mm to 50mm
10 Timber (i) Specific IS-1708- Minimum 3 samples B 120
Gravity and 1960 from a lot of 4 cubic
weight meters or 250 pieces of
seasoned timber.
(ii) Moisture IS-1708- A 120
content 1960
11 Water for construction (i) Test for acidity IS-456 & Once the stage of B 240 Also refer Clause 4.3 of IS-456 &
purpose 3025 approval of source of its subsequent sub clauses
water regarding suitability of water
(ii) Test for IS-456 & -do- B 240
alkalinity 3025
(iii) Test for Solid IS-456 & -do- C 300
contents. 3025
12 Welding of Steel work Visual Inspection IS-822- 100 % by visual Work 360 Specialised tests their method and
Test 1970, inspection Site frequency to be decided on
Clause consideration of their importance
7.1 by the Accepting Officer
14 Ply Wood (a) Moisture IS-1734 6 Test pieces from each C 240 Sampling shall be as per IS-7835
Contents (Part-I) of the board selected. -Tables
(b) Water IS-1734 As per Table-I shall be C 350
resistance (Part-I) subjected to tests.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 40
SPECIAL CONDITIONS(CONTD....)
RECOVERY CHARGES FOR TESTING OF MATERIALS APPENDIX ‘A’ (CONTD….)

1 2 3 4 5 6 7 8
13 Timber panelled and Frequency of sampling A 180
glazed door (wooden from each lot shall be
shutters) (Including as under:
factory made Lot Size
shutters). Sample Size
26 to 50 05
51 to 100 08
101 to 150 13
151 to 300 20
301 to 500 32
501 to 1000 50
1001 and above 80
(a) Dimensions, IS-1003- A
sizes, 1977
workmanship and (Part-I)
finish
(b) Strength test From each lot 5 % of Manufacturer
the factory made
shutters shall be
tested for strength
test.
(i) Slamming IS-1303-
1990
(ii) Impact -do-
Indication
(iii) Shock -do-
resistance
(iv) Edge loading -do-
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 41

SPECIAL CONDITIONS(CONTD....)

RECOVERY CHARGES FOR TESTING OF MATERIALS APPENDIX ‘A’ (CONTD….)

1 2 3 4 5 6 7 8
15 Wood particles board (a) Density IS-2380- Three test specimen A 60 Sampling shall be as per IS-3487
(Medium density) IS- 1977 each sample (size- - with moisture method.
3087-1988 150mmx75mm)
(b) Moisture -do- -do- With 60
content Moisture
Meter A
&B
(c) Water -do- -do- (size- A 60
absorption (Part 16) 300mmx300mm)
(d) Swelling to -do- ~-do- (size- A 60
surface (Part 17) 125mmx100mm)
absorption
(e) Swelling in -do- -do- (size A 60
water 200mmx100mm)
(f) Modulus of -do- Three test specimen as B 90
rupture (Part 4) per IS-2380-1977
(f) Screw -do- ~-do- as per IS-2385 C 120
withdrawal (Part 4)
strength

Signature of the Contractor AGE (Contracts)


Dated:
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 42
PARTICULAR SPECIFICATIONS
1 GENERAL
1.1 Work under this contract shall be carried out in accordance with Schedule ‘A’, particular
specifications, drawings and general specifications and other provisions in MES Standard
Schedule of Rates (here-in-after called MES Schedule) Part I and Part II read in conjunction
with each other.
1.2. Term “General Specifications” referred to herein before as well as referred to in IAFW-2249
(General Conditions of contracts) shall mean the specifications contained in the MES Schedule
Part I.
1.3. General Rules, specifications, special conditions and all preambles in the MES Schedule shall
be deemed to be applicable to the work under this contract, unless specifically stated
otherwise in these documents in which case the provisions in these documents shall take
precedence over the aforesaid provisions in the MES Schedule. The term ‘as specified’
wherever appears in tender documents and drawings, relates to relevant particular
specifications and in its absence general specifications. All references to MES Schedule
(Standard Schedule of Rates) in these specifications relate to Part I of MES Schedule unless
otherwise mentioned. References to only some paragraphs of MES Schedule have been made
in these particular specifications but other paragraphs and provisions as applicable are also to
be followed for all sections/parts of Schedule ‘A’ even though not particularly mentioned
hereinafter.
1.4 Where specifications for any item of work are not given in MES Schedule or in these particular
specifications, specifications as given in relevant Indian Standard or Code of practice shall be
followed.
1.5. Rate quoted for a particular item and/or Lump sum quoted by the tenderer shall be deemed
to include for any minor details/items of work and/or constructions which are obviously and
fairly intended and which may not have been included in these documents but which are
essential for the execution and entire completion of the work. Decision of the Accepting
Officer as to whether any minor details of work and/or construction is obviously and fairly
intended to be included in the contract or not shall be final, conclusive and binding.
1.6. In all the above and other similar cases, the details indicated elsewhere in the drawings,
which are similar, or near similar to the missed out items of work shall be followed. In the
absence of any other similar or near similar details, minimum essential requirement for
completion of the work from structural and utility point of view shall be deemed to be included
in the rate quoted. In the event of any dispute, decision of the Accepting Officer shall be final
& binding.
2. MATERIALS
2.1 All materials, fittings, appliances etc., used in the work shall conform to relevant IS
Specifications. If any material conforming to IS specification is not manufactured, the material
shall conform to quality of samples mentioned by the GE or approved by him.
2.2 The materials shall be brought to site by the contractor in makers’ original packing with seal
in tack or with maker’s wrapper on and shall not be used unless approved by the Engineer-in-
Charge.
3. ACCEPTANCE OF MATERIAL
3.1 The order of precedence for acceptance of materials shall be as under:-
(a) Materials with ISI markings.
(b) In case of non manufacture of ISI marked materials, the material conforming
to relevant IS.
In case of non availability of materials at (a) & (b) above the best available materials in the
market as defined in Clause 1.3(b) of SSR 2009, Part I and approved by the Accepting Officer.
4. EXCAVATIONS AND EARTH WORK
4.1 Preparatory Work. Before setting out and commencing the construction, the contractor shall
carry out the preparatory work, such as removal of grass, vegetation etc., to the entire
satisfaction of Engineer-in-Charge.
4.2 Excavation involved in this work shall be carried out in soft/loose soil or hard / dense soil as
described in relevant items of Sch ‘A’.
4.3 Excavation work shall be one all as specified in clause 3.12 & 3.13 of MES Schedule SSR Part
I.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 43
PARTICULAR SPECIFICATIONS (Contd.,,,)
4.4 The excavation shall be restricted to dimensions shown on the drawings and as specified
in MES Schedule. Excavation made, if any in excess of required depth/width, shall be made
good by the contractor with cement concrete (1:4:8), type D-2 without any extra cost to
the Govt.
5. RETURNING, FILLING AND RAMMING
5.1 Filling of trenches shall be in layers not exceeding 25cm and each layer shall be watered,
compacted and rammed as approved by Engineer-in-Charge. The filling shall be done with
approved soil available from excavation and if extra soil is required the same shall be brought
from outside MD land without extra cost to Govt.
6. DISPOSAL OF SOIL
6.1 Surplus soil/useless soil obtained from excavation shall be removed, deposited and levelled at
places, to a distance as described in relevant items of Sch ‘A’ all as directed by Engineer-in-
Charge.

7. CEMENT
7.1.1 GENERAL
7.1.2 Cement required for the work under the contract shall be procured, supplied a 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 herein after. Type of cement for
the subject work shall be Ordinary Port land cement Grade 43 (forty three) in accordance with
IS 8112-1989.
7.1.3 Cement shall be procured by the contractor from any of main producers/manufactures of
cement like M/s Cement Manufacturing Company Ltd, M/s Ultra Tech Cement Ltd, M/s OCL
India Ltd, M/s Dalmia Cement (Bharat) Ltd, M/s Chettinad Cement Corporation Ltd, M/s
Heidelberg Cement India Ltd, M/s My Home Industries Ltd, M/s Parasakti Cements Ltd, M/s
Zuari Cement Ltd, M/s Toshali Cements Pvt Ltd, M/s Saifco Cement Pvt Ltd, M/s Prism
Cement Ltd, M/s Shree Guru Kripa Cement (Pvt) Ltd, M/s Barak Valley Cements Ltd, M/s
Dhruv Industrial company Ltd, M/s Madras Cement, M/s Saurashtra Cement, M/s Lafarge
Cement (Lafarge India Pvt Ltd, M/s The Associated Cement Companies Ltd, M/s Grasim
Industries Ltd, M/s The India Cement, M/s Andhra Cement Ltd, M/s Century Cements, M/s
Binani Cement Ltd, M/s Mangalam Cement Ltd, M/s Birla Corporation Ltd, M/s Orient
Cement, M/s Shree Cement, M/s J K Cement, M/s J K Lakshmi Cement Ltd, M/s Jaypee Rewa
Cement, M/s Ambuja Cement Ltd. However where estimated requirements of cement for this
work is less than 1200 bags, the Contractor can procure cement from the authorized
distributors / dealers of approved firms but the Contractor will have to submit test certificates
of the batch issued by the main producers. The particulars of the main manufacturers of
cement along with the date of manufacture shall be obtained from the Contractor for every lot
of cement separately. The documents in support of the purchases of cement shall be verified
by the site staff and AGE.
7.1.4. The contractor shall furnish the particulars of the manufacturer/suppliers of cement. The
cement so brought shall be fresh and no case older than 60 days from the date of
manufacture. Cement shall conform to the requirement of Indian Standard specification
and each bag of cement shall bear relevant ISI mark.
7.1.5. The contractor shall submit original purchase vouchers and test certificates for the total
quantity of cement. The original purchase vouchers and the test certificates shall be verified
for subject contract & defaced by the Engineer-in-Charge and kept on record.
7.1.6. The entire quantity of cement shall also be suitably recorded in the Measurement Book for
record purposes as ‘Not to be abstracted’ before incorporation in the work and shall be signed
by the Engineer-in-Charge and the contractor.
7.1.7. Cement shall be paid as material lying at site as per condition 64 of IAFW - 2249. Rate of
cement given in SSR shall be applicable for cement irrespective of grade of cement specified
for use in the work.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 44
PARTICULAR SPECIFICATIONS (Contd.,,,)

7.2 TESTING OF CEMENT


7.2.1 The contractor shall submit the manufacturer’s test certificate in original along with test
sheet giving the result of each physical test as applicable in accordance with the relevant
IS provision and the chemical composition of cement or authenticated copy thereof, duly
signed by the manufacturer with each consignment, as per the following IS provisions: -
(a)Method of sampling hydraulic cement as per IS- 3535-1986.
(b)Methods of physical test for hydraulic cements as per IS-4031.
(c)Method of chemical analysis of hydraulic cement as per IS-4032-1985.
The test sheet should include results of the following mandatory tests: -
(i) Specific surface by Blains air Permeability method.
(ii) Soundness test by Le’ Chateller method.
(iii) Initial setting time.
(iv) Final setting time.
(v) Comprehensive strength at 3, 7 & 28 days as specified in the relevant code.
(vi) The test results should also show the chemical properties of the cement as per relevant
IS codes.
7.3. FINE AGGREGATE. Fine aggregate for concrete work shall conform to material specifications
and grading within the limits of Grading Zones II to III all as specified in clause 4.4 of MES
Schedule and shall be approved quality of natural river sand. The sand shall be washed with
clean and fresh water if percentage of deleterious materials exceeds the limit of 5% specified
in IS.
7.4. COARSE AGGREGATES: for all cement concrete work shall be graded machine crushed
granite stone conforming to specifications as given in clause 4.4.1 to 4.4.7 of MES Schedule
part-I and shall be obtained from approved quarries.
7.5.1 GRADING OF COARSE AGGREGATE. Graded Aggregate of nominal sizes given hereunder,
shall be used, unless specified otherwise, in the specifications hereinafter: -
(a) Plain or reinforced cement concrete except in Foundation of Brick or Stone
Walls/Pillars, Floors and Sub base to Floors.
(i) For structural elements of depth / thickness more than and - 20mm
including 80 mm
(ii) For structural elements of depth / thickness less than 80 mm - 12.5 mm
Note: - However, in no case the nominal size of aggregate shall be greater than one-fourth
the minimum thickness of the member.
(b) Plain Cement concrete in Foundation of Brick/Stone Walls, Pillars, Floors and Sub Base
to Floors
(i) Under 30 mm thickness - 12.5 mm
(ii) 30 to 80 mm thickness - 20 mm
(iii) Exceeding 80mm thickness - 40 mm
8.1. WATER:
8.1.1 Shall conform to the requirement stipulated in IS-456 and as per clause 4.9 of MES Part-I.
9.1 NOMINAL MIX CONCRETE
9.1.2 Nominal mix of concrete shall be all as specified in IS-456:2000 and as specified
hereinafter. Minimum cement content shall be as per clause 9.3 of IS-456 :2000

10.1 BATCHING
10.1.1 Refer IS 456-2000 Clause 10.2. All ingredients including cement shall be batched by
approved integral weigh batcher to be approved by Garrison Engineer.

11.1 Mixing:
11.1.1 Refer IS-456-2000 Clause 10.3. However, in case of small quantity (i.e.the quantity
of concrete required being less than one batch of mix), the contractor may, after
obtaining written permission of the Engineer- in-Charge, be allowed hand mixing. Where
hand mixing is permitted, it shall be carried out on a watertight platform and care shall
be taken to ensure that mixing is continued until the concrete is uniform in colour and
consistency. It shall be ensured that the mixing is done for minimum of 02 minutes.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 45
PARTICULAR SPECIFICATIONS (Contd.,,,)

12.1. CURING:
12.1.1 Curing of all concrete work shall be carried out all as specified in MES Schedule
13.1 FORM WORK
13.1.1. Form work shall comply with requirements of clauses 4.11.6 and 7.15 of MES
Schedule Part-I
ii. Formwork shall be of steel or plywood of adequate strength at the option of thcontractor.
However, deformed steel sheet shall not be permitted for use as formwork. In case of
any deviation involving formwork to surfaces, the pricing shall be done at the rates of
timber formwork for fair finish.

14. IMPORTANT REQUIREMENT OF REINFORCED CEMENT CONCRETE/ PLAIN CEMENT


CONCRETE.

14.1 All the materials, workmanship, inspection and testing for the concrete to be used for RCC
work shall be as per the requirements given in Section 2 of IS 456-2000.

14.2 The contractor shall provide all facilities and equipments for casting and conveyance of test
cubes of cement concrete laboratory. In case the testing is carried out in any approved
testing laboratories, other than MES laboratories, all charges including testing shall be borne
by the contractor with out any extra cost to the Government.

14.3 Engineer-in-Charge shall maintain a register for actual consumption of cement (Other than
cement register as mentioned in Special Condition) duly signed by Engineer-in-Charge, GE
and the contractor for every change in quantity/source of material.

14.4 All cement concrete, both plain and reinforced shall be mixed in mechanical mixer of approved
type. However in case of small quantity except design mix(ie the quantity of concrete
required being less than one both of mix), the contractor may, after obtaining written
permission of the Engineer-in-Charge which shall be exception adopt hand mix for small
quantities of work such as bed blocks and cills subject to addition of 10% extra cement
without any price adjustment. Where mixing is permitted, it shall be carried out on a water
tight platform and care shall be taken to ensure that mixing is continued until the concrete is
colour and consistency.

14.5 All concrete for RCC work shall be consolidated/ compacted by mechanical vibrators of
approved type. Precast/cast-in-situ, plain cement concrete shall, however, be rammed and
consolidated by tamping and rodding as specified in para 4.11.11 of MES Schedule 2009 (Part
I).

14.6 In the event of breakdown of mechanical mixer and vibrator, the contractor must make
arrangement for standby mechanical mixer and vibrators.

(ii) Batching: - Refer IS 456 – 2000 Clause 10.2. All ingredients including cement shall be
batched by approved integral weigh batcher.
(iii) Mixing: - Refer IS 456 – 2000 Clause 10.3 However, in case of small quantity (i.e.,
the quantity of concrete required being less than one batch of mix), the contractor
may, after obtaining written permission of the Engineer-in-Charge, be allowed hand
mixing. Where hand mixing is permitted, it shall be carried out on a watertight
platform and care shall be taken to ensure that mixing is continued until the concrete
is uniform in colour and consistency. It shall be ensured that the mixing is done for
minimum of 02 minutes.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 46
PARTICULAR SPECIFICATIONS (Contd.,,,)

(iv) Transportation, Placing, Compaction and Curing: Transportation of mixed


concrete shall be done all as described in MES Schedule clause 4.11.9 and confirm to
relevant paras of IS 456-2000. Due precaution shall be taken while placing concrete so
that segregation of aggregates does not occur. All stipulations in MES Schedule clause
4.11.10 shall be strictly complied with.
(v) COMPACTION:- The concrete should be adequately compacted by suitable means
as directed by Engineer-in-Charge.

14.2. CURING: Curing of all concrete work shall be carried out all as specified in MES Schedule.

15. ACCEPTANCE OF MATERIAL


15.1 The order of precedence for acceptance of materials shall be as under:-
(a) Materials with ISI markings.
(b) In case of non manufacture of ISI marked materials, the material conforming
to relevant IS.
In case of non availability of materials at (a) & (b) above the best available materials in
the market as defined in Clause 1.3(b) of SSR 1991, Part I and approved by the Accepting
Officer.

16.0 STEEL AND IRON WORK


16.1 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 arrangements. The
reinforcement steel as well as the structural steel like angles, ISI channels etc. shall be of
tested quality and shall comply with the requirement mentioned in the drawings, SSR and
particular specifications here-in-after. The specifications mentioned in the tender documents
shall be read in conjunction with the provisions laid down in SSR Part I section 10. Steel and
Iron work. The contractor shall submit test certificate from the manufactures.

16.2 TYPE OF STEEL


16.2.1 Steel supplied by the contractor shall conform to the following grades and quality:-

(a) STEEL FOR CONCRETE REINFORCEMENT

(i) High strength deformed steel bars produced by Thermo Mechanical Treatment
process of grade Fe-500/Fe-500D/Fe-550/Fe-550D meeting all other requirements of IS:
1786. In case drawings indicate steel of grade Fe 415, same shall be provided with Fe-
500/Fe-500D/Fe-550/Fe-550D without any price adjustment on plus side. Please note that
Fe-415 grade stands discontinued for use.

(ii) Mild steel bars shall conform to IS-432 (Part I) and grade I.

(iii) Fabric Reinforcement for concrete shall conform to IS : 1566.

(b) STRUCTURAL STEEL

(i)Definition of structural steel as given in clause 10.4 of SSR Part I shall be applicable.
Standard quality steel of grade E-250 (Fe-410 W quality A) conforming to IS: 2062 for
all types of steel structures including those subject to dynamic loading shall be used.
(ii)Ordinary quality structural steel wherever mentioned shall be conforming to IS-
2062 of grade E-165 (FE-290) and shall be used for doors, windows, guard bars grills,
steel gates, hand railing, fencing posts etc.
(iii)Galvanised steel sheets (plain and corrugated) shall conform to IS-277. Grade of
zinc coating to be used shall be the one which is given in clause 10.29.1 of SSR Part I
which is dependant on thickness of sheet. Minimum coating of Zinc shall be 450 g/
sqm.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 47
PARTICULAR SPECIFICATIONS (Contd.,,,)

16.3 SOURCE OF PROCUREMENT


(a) TMT STEEL
TMT steel bars of all sizes supplied by the contractor shall be procured directly from the
main producers of steel i.e, SAIL/RINL/TISCO or from following primary producers approved
by E in C’s Branch:-
1.M/s Shyam Steel Industires Ltd, Shyam 2.M/s SPS Steel Rolling Mills Ltd , Elegant
towers, EN-32, Sector-V, Salt Lake, Towers, 68A, Ballygunge Circular Road,
Kolkota-700091 Tele-033 40074007 email- Kolkota-700 019. Tele-033 2895160-67,
marketing@shyamsteel.com Fax-033 email-spsdelhi@spsgroup.co.in, Fax-033-
4007401 22894386
3.M/s Jai Balaji Industires Ltd , 5 Bentinck 4.M/s Steel Exchange India Ltd(Simhadri
Street, Ist Floor, Kolkota-700 001,Tele-033 TMT bars), Flat No.103 & 104, Vizag Profile
22489808, email-info@jaibalajigroup.com , Towers, Duvvada Station Road,
Fax-033 22430021/22107893/22426263 Kurmannapalem, Visakhapatnam-530 046

5.M/s Jindal Steel & Power Ltd, Gurgaon- 6.M/s SRMB Srijan Ltd, Kolkata-700012
12001, Haryana Tele-033 6600 6600
7.M/s Concast Steel & Power Ltd, 8.M/s AdhunikMetaliksLtd,Kolkota
Kolkota;Email-info@concastgroup.com Tele- Tele-03330517100
913322130481-87
9.M/s Bajrang Power &IspatLtd,Raipur 10.M/s JSW Steel Ltd ,Karnataka Jindal
Tele-07714288019/29/39 Mansion Mumbai-400026

11.M/s Electrosteel Steels Ltd,


Bokaro,Kolkata

16.4 All finished steel shall be well and clearly rolled to the dimensions, sections and weights
specified. The finished material shall be reasonably free from cracks, surface flaws,
laminations, rough jagged and imperfect edges and any other harmful defects and shall be
finished in proper manner. Tolerance on size and weight of reinforcement bars shall not be
more than as specified in clause 10.17.4 and 10.17.5 of SSR Part I and as specified in IS-
1786 and IS-2062 and as per relevant IS codes.

16.5 Contractor will give to GE manufacturer’s test certificate (IN ORIGINAL) along with the test
sheet giving result of each mechanical test and the chemical composition of steel (as per IS
1786-1985) for reinforcement steel or authenticated copy thereof duly signed by
manufacturer with each consignment. The documents such as original purchase vouchers and
test certificates in support of the purchases of steel shall be produced by the contractor to the
site staff & GE for verification and record.
16.6 APPROVAL OF STEEL BROUGHT BY THE CONTRACTOR
16.6.1 Following action shall be taken by GE before incorporating steel procured by the contractor for
the work:-
(a) Physical verification of steel received to confirm the actual quantity of steel as well as to
verify aspect brought out in foregoing.
(b) GE will obtain original machine numbered purchase vouchers of manufacturer from
contractor.
(c) Verify the documents listed in Ser (b) & foregoing given by the contractor from the
manufacturer.
(d) No consignment or part thereof will be allowed to be incorporated n the work until and
unless the test result of independent testing are obtained and the consignment is passed by
GE Schedule of procurement will be prepared keeping in view the time lost for testing etc.
16.7 TESTING OF STEEL
16.7.1 The manufacturers of steel are to carry out inspection and testing of steel in accordance with
the relevant BIS provisions. The contractor shall submit manufacturer’s test certificate in
original or authenticated attested true copy by the manufacturers only along with the test
sheet giving the result of each mechanical test as applicable in accordance with relevant IS .
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 48
PARTICULAR SPECIFICATIONS (Contd.,,,)

provision and the chemical composition of the steel or authenticated copy with each
consignment.
16.8 DOCUMENTATION
16.8.1 Original purchase vouchers from the manufacturers and original or authenticated test
certificates of the manufacturers for the total quantity of steel supplied under each
consignment to be incorporated in the work shall be produced to the Engineer-in-Charge of
the work by the contractor. All consignments received at the work site shall be inspected by
the GE along with the relevant documents before acceptance. The original vouchers and the
test certificates shall be defaced and signed by the Engineer-in-Charge and kept on record.
The entire quantity of all consignments shall also be suitably recorded in the measurements
book for record purposes as ‘NOT TO BE ABSTRACTED’ before incorporation in the work and
shall be signed by the Engr-in-Charge and contractor.
16.9 STORAGE ACCPTANCE/PRESERVAITON OF STEEL
16.9.1 The steel procured by the contractor shall be stored in the site of work as directed by Engr-in-
Charge /GE neatly in separate stacks at least 15 cm above GL for various
grades/quality/sizes/consignments with distinct paint marks for identification. The steel so
stacked shall be removed for incorporation in the work only in the presence of departmental
representative. The quantity of steel of various sizes received at site and recommended for
incorporation in the work shall be entered in a separate register and signed by the contractor
and the Engineer-in-Charge daily.

16.9.2 Steel will be stored in a manner so as to prevent distortion and corrosion till it is consumed in
the work. Any section that has deteriorated and corroded or if considered defective for any
other reason, the same shall be removed from site by contractor at his cost.

16.9.3The contractor will keep a separate stack of steel brought at site for inspection, away from the
accepted stack of steel. In case, the consignment does not meet any of the requirements of
the relevant IS codes, the steel will be rejected by the GE and it will be removed form the site
within 24 hours at the cost of the contractor.

16.10 CONVERSION WEIGHT OF STEEL

16.10.1The weight of steel shall be calculated as per the conversion factors specified in the SSR.
For sections not listed in SSR, ISI conversion table shall be followed or manufacturer’s
certificate if the weights are not available in SSR/ISI tables.

16.10.2Normal waste and off-cuts shall be stacked neatly which shall be the property of contractor.
Contractor shall be allowed to remove such cut pieces after inspection and certification by the
Engineer-in-Charge.

16.10.3Advance on account of payment made towards these cut pieces shall be adjusted from
advance on account of payment immediately falling due and before removal of such cut
pieces from site.
16.11 PAYMENT IN RAR
16.11.1Payment of the steel brought by the contractor should only be released by the GE after
taking action on points enumerated in para 9.7 here-in-before and after completing the
documentation mentioned here-in-before in this regard.

16.11.2Before procurement of steel, contract and structural drawing shall be read thoroughly and
various grades/types of steel to be incorporated in the work shall be identified by contractor
and got approved by the GE. Steel shall be procured sufficiently in advance as mentioned
here-in-after under clause 7.14.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 49
PARTICULAR SPECIFICATIONS (Contd.,,,)

16.12 SAFETY OF STEEL


16.12.1It will be responsibility of contractor to make sure that all possible arrangement are made for
safe custody of the steel. In case of any loss steel, only contractor will be responsible and the
loss will be made good by contractor without any delay or claim what so ever.

16.13 SCHEDULE OF SUPPLY


16.13.1Contractor shall work out complete requirement of steel size wise and phase the same as per
the activities planned to be executed in terms of CPM networking. The contractor shall
procure all the steel sections in accordance with this CPM chart. Schedule of supply of steel
will be finalized by GE in consultation with contractor and same will be incorporated in CPM
chart so that supply of steel is monitored in a way to avoid any delay in completion of the
work.

16.14 WELDING: Welding wherever shown on drawings shall be by metal are process in accordance
with 1816(1967) and IS-823(1964). All welding shall be fillet welding 6mm unless otherwise
indicated in drg or in this specification.

16.15 BINDING WIRE: Binding wire for reinforcement shall be mild steel wire(annealed) of size not
less than 0.9mm. 17.

17. BRICKS WORK


17. 1 Bricks shall be kiln burnt sub-class “B” best quality locally available conforming to IS 13757
and as per the samples kept in GE ’s office. Irrespective or whatever is specified in Schedule
‘A’/Notes on drawings, bricks shall have average compressive strength of not less than 75 Kg/Sqcm.
Water absorption of bricks shall not exceed 20% when tested in accordance to IS-3495. Sampling
and testing of bricks shall be carried out as per IS-13757and IS-3495. The size of the brick shall be
230mm x 110mm x 70mm. The tolerance in size of bricks shall be as per clause 6.2 of IS 13757.

17.2 WORKMANSHIP
17.2.1 Brick work shall be carried as mentioned in Sch ‘A’ and as per clause No.5.19 of SSR Part-I
2009 and as directed .

17.2.3 No adjustment in rate shall be made for use of bricks with crushing strength of more than 75
kg/sqcm.

17.2.4 Mortar bed joints shall be such that four courses of brick work and three joints taken
consecutively shall measure 3 cm to 4 cm in addition to the combined height of bricks themselves.
The provision regarding above made in Para 5.26 of MES Schedule Part-I shall be deemed to be
modified accordingly and no price adjustment shall be done on this account. The vertical joints shall
also be of the same thickness of bed joints.

17.3 CURING: Masonry work shall be kept constantly moist on all the faces of minimum period of 7
days.

18. PLASTERING AND POINTING


18.1 GENERAL
18.1.1 All plaster work shall be carried out as per section 14 of SSR Part I. Particular attention of the
contractor is invited to take note of local practices and the local availability of materials like
bricks form work etc and cater for any extra quantities of mortar required for rendering
smooth for extra dubbing required for touching up properly and for smooth and even
surfaces.

18.1.2 Plaster and skirting/dado shall be returned in jambs, soffits of lintels and windows cills etc.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 50
PARTICULAR SPECIFICATIONS (Contd.,,,)

18.1.3 Where plaster on concrete surface shown to match the adjacent brick surfaces, the mix of
plaster shall be as for the brick surfaces.

18.1.4 All plastered surface shall be trowel led to a smooth and even surfaces, without using extra
cement.

18.1.5 Thickness of cement plaster mentioned hereinafter shall be finished thickness exclusive of
dubbing. Dubbing may however be done in one operation with plaster.

18.1.6 Plaster on external surface shall be carried out upto 15cm below ground level except where
Plinth protection/ramp etc are provided.

19. CEMENT BASED PAINT


19.1 Cement based paint shall comply with IS-5410. The tint of the paint shall be as directed by
the GE. The paint shall be of first quality. Silicon based water repellent compound need not
be used separately while preparing of cement based paint, in case, the same has been added
by the manufacturer while manufacturing of cement based paint shall be as per
manufacturer’s literature. Primer shall be of the same manufacturer/make of cement base
paint as approved by GE.
19.2 Cement paint shall be made by adding equal volume of paint powder to water and the mix
stirred to obtain a thick paste, which shall then be diluted to a brushable consistency. If the
proportion recommended by the manufacturer differs, the recommendation of the
manufacturer shall invariably be followed. The water mixed paint shall be kept well stirred
during use and shall be applied within one hour of preparation.

19.3 The material shall be as specified in Clause No 15.7 of SSR Part-I – 1991. Cement paint shall
be applied to the surfaces where directed by the Engineer-in-Charge and shall be as specified
in Clause No 15.15 of SSR Part-I.
CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. : 51

PARTICULAR SPECIFICATIONS (CONTD….)


APPENDIX `A’
CEMENT SUPPLY& ACCEPTANCE REGISTER
1. CA No & Name of work :

2. Control No* : Dated :


* to be allotted serially by GE/AGE (I) Consignment wise

3. Name of Manufacturer/Brand Name/Gde of cement (a) Manufacturer _________(b) Brand_______(c) Grade

4. Quantity of cement & Lot No/Week No(in bags) : (a) Qty_________ (b) Lot No./Week No._____________

5. Manufacturers test certificate No.___________________________

6. Random Test Details (a) Physical test report from ________ vide their letter No._______________________
(Name of approved Lab/Engg College)
(a) Chemical test report from ________ vide their letter No._______________________
(Name of approved Lab/Engg College)
7. Details of Physical & Chemical properties :
Physical requirements (as per IS 4031) Chemical requirements (as per IS 4032)
Le
surface

Initial settings time

time
Auto

Compressive

Residu
saturation

ignition
during

Alumina iron Ratio


strength (M pa)

Consistency (%)

Magnesium (%)
by

Anhydride (%)
by

Final settings

Factor (Ratio)

Chlorides (%)
Alkalies(%)
testing 0 C

on
Sulphuric
Soundness

Soundness

Insoluble
Standard
(Sqm/Kg)

(Minutes)

(Minutes)

03 Days

07 Days

28 Days
Chateliar
Specific

Temp

Lime

Loss
Clave

(%)

(%)
As per relevant IS
As per manufacturers test
certificate
As per random test
certificate
Remarks with signature Accepted/Rejected
Contractor Junior Engineer Engineer – in – Charge Garrison Engineer/Asst Garrison Engineer(I)

Remarks of BOO/Inspecting Officer/CWE


CA No. GE / TVL/ OF 2018-2019 SERIAL PAGE No. : 52

PARTICULAR SPECIFICATIONS (CONTD….)


APPENDIX `B’

IN/OUT CEMENT REGISTER

SL Date Cement IN Cement OUT Qty Signature


No Balance

Remarks
(In bags)

Qty Control Qty Reasons* Age of Contractor GE/AGE(I)/AGE


(in No (in cement
bags) bags)
(a) (b) (c) (d) (e) (f) (g) (h) (j) (k) (l)

* Note : The following reasons may be mentioned for taking out cement from store

(a) For testing purposes


(b) For use in work
(c) Rejected cement taken out of site

Contd….
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 53

PARTICULAR SPECIFICATIONS (Contd.,,,)

FLOORING
20.1 GENERAL

20.1.1 All screed bed work shall be carried out as per SSR Part I. Particular attention of the
contractor is invited to take note of local practices and the local availability of materials like
bricks form work etc and cater for any extra quantities of mortar required for rendering
smooth for extra dubbing required for touching up properly and for smooth and even
surfaces.

20.1.2 The proportion of cement sand mortar for screed shall be as sch ‘A’ and thickness as
mentioned in Schedule ‘A’. The quantity of water added shall be the minimum to give
sufficient plasticity and workability for laying. A high water cement ratio will produce a
screeded bed with a high drying shrinkage and shall be avoided. Mortar in joints shall be
restricted to the width of joints and any smearing of mortar on the surface of floor on either
side of joint shall be removed immediately. The finished surface of mortar in joints shall be
flush with the floor surface. Laying of mortar shall be as per Clause No.13.25.10 of SSR Part-I
2009.

20.2 SCREED BED FOR FLOORING


20.2.1 GENERAL
20.2.1.1All screed bed work shall be carried out as per SSR Part I. Particular attention of the
contractor is invited to take note of local practices and the local availability of materials like
bricks form work etc and cater for any extra quantities of mortar required for rendering
smooth for extra dubbing required for touching up properly and for smooth and even
surfaces.

20.2.1.2The proportion of cement sand mortar for screed shall be as sch ‘A’ and thickness as
mentioned in Schedule ‘A’. The quantity of water added shall be the minimum to give
sufficient plasticity and workability for laying. A high water cement ratio will produce a
screeded bed with a high drying shrinkage and shall be avoided. Mortar in joints shall be
restricted to the width of joints and any smearing of mortar on the surface of floor on either
side of joint shall be removed immediately. The finished surface of mortar in joints shall be
flush with the floor surface. Laying of mortar shall be as per Clause No.13.25.10 of SSR Part-I
2009.

20.3. GRANITE/KOTA STONE SLAB FLOORINGS


20.3.1 The colour of stone slab floorings shall be approved by GE before incorporating in the work.
The tolerance on the thickness of glazed ceramic tiles shall be + 0.5 mm and shall be as per
clause No.13.47 of SSR Part-I 2009. The slabs shall be provided as specified in SSR Part-I
2009. The slab shall be of selected quality, hard, sound, dense and homogeneous in texture,
free from cracks, decay, weathering and flaws.

21. GLAZED CERAMIC TILE SKIRTING / DADO:-


21.1 Glazed ceramic tile skirting / dado shall be provided where mentioned in schedule ‘A’. Glazed
ceramic tiles in dado shall be 300mm x 200mm and shall be 6 to 7mm thickness, class B-II(a)
grade and shall be laid over plaster of cement and sand mortar and shall be all as mentioned
in schedule ‘A’. The tiles shall be set, jointed with cement slurry and pointed with white
cement and pigment to match the colour of the tiles. The tiles shall be coloured / printed as
directed by the Engineer – in – Charge. Glazed ceramic tile flooring shall be as per clause
No.13.14.1 &13.40 of SSR Part-I 2009.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 54

PARTICULAR SPECIFICATIONS (Contd.,,,)

22. BIB TAPS & STOP VALVES


22.1 Bib taps and stop valves shall conform to IS 781. The size and type shall be as mentioned in
Schedule ‘A’. The minimum finished mass shall be as specified in Clause 18.14.1 of MES
Schedule Part-I.

23. GI WATER TUBING


23.1 The contractor shall employ licensed skilled plumbers for all internal water supply works.

23.2 Layout of pipes for internal water supply work shall be as indicated on drawings and as
directed by Engineer-in-Charge.

23.3 The requirement pertaining to materials conform to with National Building Code,
workmanship, testing, recording of installations shall be all as specified in MES Schedule
clause 18.40 and 18.41. Laying and jointing of GI pipe shall be in accordance with Clause
18.50 and 18.51 of MES Schedule. All pipe work shall be laid or fixed to be completely airtight
and water tight as specified.

23.4 Testing of pipe shall be carried out as specified in clause 18.50.4 of MES Schedule. Record of
testing shall be maintained separately for each block.

23.5 All water tubing shall be galvanised medium grade conforming to IS-1239 Part-I 1979 and
fittings shall comply with the requirement of relevant IS. The tubing of GI and GI fittings
shall bear ISI marking. The pipes for supply of water to all fittings shall concealed in the walls
except where otherwise specified/shown on drawings. Where GI pipe crosses the wall, GI
sleeve piece of suitable dia/length shall be provided to accommodate the pipe to allow
freedom to expansion and contraction and other movements and the cost of same shall be
deemed to be included in the the quoted rates. The holes in the walls and in floors shall be
made good to match with the adjoining surfaces all as specified in clause 18.51.4 of MES
Schedule. The contractor shall use proper bends, elbows, tee etc at turning corners.
Contractor shall provide screwed plugs to al open ends of pipe or completion of days work.

23.6 Galvanised iron tubing shall be laid as per clause No.18.50 of SSR Part-I 2009.

24. ARBORICULTURE
24.1 PROCUREMENT OF TREES, PLANTS :- The seeding of plants shall be obtained from
nurseries as approved by AGE. The trees/plants brought to site for planting shall be of height
as specified in Sch ‘A’.
24.1.1 The trees, plants and grass brought to site for plantation shall be as specified in Sch ‘A’. The
contractor shall ensure that plantation of grass in such a way that after a period of 3 months
the entire area shall be uniformly covered by grass otherwise replantation shall be done by
the contractor without any extra cost. Similarly for the plants after completion of 6 months of
plantation, plants shall attain minimum height as mentioned in Sch ‘A’, failing which
replantation shall be done by the contractor without any extra cost and removal of weeds
shall be done regularly. The height of plants/creepers/shrubs shall be as under or otherwise
specified in Sch A.:-
(a) For Trees/plants– 6 feet minimum.
(b) For creepers(length/height) & shrubs– 2 to 5 feet minimum

24.2 PLANTING, GROWING AND MAINTENANCE


24.2.1 The root system of the plant shall not be disturbed or injured while transporting. The
transporting shall be done carefully, along with a ball of earth around the root and punning
them in new site fillet as they are in their original position.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 55

PARTICULAR SPECIFICATIONS (Contd.,,,)

24.2.2 Only trees with robust root growth and free from diseases shall be planted. All the trees shall
be labelled to their name and species.

24.2.3.The pits for planting shall be of adequate size according to soil conditions and the variety of
the trees as specified in Sch ‘A’.

24.2.4 The trees, while planting shall be provided with stakes of bamboo in such a way to support
plant to remain in position. The stakes shall have height of not less than 1.5m above ground
level and embedded in a depth of minimum 45 cm below ground level. The unit rate quoted
against, relevant items of Schedule ‘A’ shall be deemed to be included the cost of this work
also.

24.2.5. Planting shall be done at places as approved by GE.

24.2.6 Frequent watering to the trees as per requirement shall be done as preventive and curative
measure.

24.2.7 Judicious punning of trees shall be done to ensure a straight stem with well balanced crown
on the top.

24.2.8 During the maintenance period of 30 months from date completion of Phase-I, the contractor
shall maintain the trees / plants / hedge plants / grass and the whole area under
Arboriculture neat and tidy. The contractor shall be solely responsible for developing the
plantation.
24.2.9 The maintenance of arboriculture works shall be done as directed by Engineer in Charge in
terms of quantities catered in Schedule ‘A’ shall not be varied beyond deviation percentage
during execution of work.

24.2.10 The decision of Accepting Officer whether the plantation is in well developing stage of
otherwise shall be final binding and no extra claim whatsoever is admissible on this account.

24.2.11Damaged plant / hedge plants / trees / patches of grass shall be replaced by the contractor
immediately during maintenance period. The replaced plants shall be in same height and
variety as of the damaged plant / grass / hedge so as to maintain the uniformity in the
growth of all the plants.

24.2.12The contractor shall be solely responsible for developing the plantation during the
maintenance period. The plantation shall be in a good / developed state, while handing over
the plantation to the Department after the completion of maintenance period.

24.2.13Contractor shall also retain/preserve 5 % of the various types of plants on contract quantity
for item Nos. 7,8,9,10,11 and 12 of Sch ‘A’ in nursery and shall be replaced and maintained in
case of any decay during the period of maintenance without any extra cost to the Govt. The
plants in nursery not utilized or replaced shall become property of contractor and shall be
removed from site as directed.

24.2.14 Proper planting schedule shall be drawn up as directed by Engineer in charge since different
spieces of plants/grass have to be planted different times.

24.2.15 Proper tree guards shall be used for individual trees/plants till the plants mature. A register
shall be maintained for an account of trees planted indicating details for area / roads covered,
details of tree guards provided duly signed by Engineer in charge and contractor and the
same shall be kept in record of GE.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 56

PARTICULAR SPECIFICATIONS (Contd.,,,)

24.2.16 In the event of failure by the contractor to maintain the plantation, the Accepting officer
whose decision shall be final conclusive and binding. In this regard, after hid demand in
writing for the aforesaid may undertake such action/treatment at the risk and cost / expense
in all respects of the defaulting contractor.

24.2.16The contractor shall take all measure for up keeping the environment and adhere to the
following, at site at no extra cost to the Department:-
(a) No tree/ plant / hedge / grass shall be cut or removed without the written permission
of Engineer-in-Charge.
(b) Contractor shall not tamper any hydraulic flow including drainage, rain harvest pits
catchment drains etc.

24.2.17All necessary tools and plants such as lawn mover, wheel barrow, pip-up sprinklers, hose
pipes, spades, crowbars and any other tools and plants required for the maintenance shall be
arranged by the Contractor without any extra cost of the Department. No claim whatsoever
in this regard will be entertained.

24.2.18The debris if any within the period of maintenance shall be disposed of by the contractor at
no extra cost. The unit rate quoted shall be deemed to include this aspect.

24.2.19 Water will not be supplied by MES. Water required for the work shall be arranged by the
contractor for uninterruptedly to nourish saplings and hedges from the sources as approved
by AGE.

24.2.20During the maintenance period any irregularities arising in ground level due to watering or
due to trampling of labour etc, shall be constantly made up to proper level with available
earth constant watch shall be maintained to ensure that the dead patches are replaced and
weeds are removed.

24.2.21The contractor shall engage minimum one gardener and one helpers daily during the contract
period and the maintenance period, failing which a penalty of rupees double the prevailing
minimum wage as notified by the Central / State Authorities / local bodies which is more, per
day, the period of absence, shall be recovered from the amount due to the contractor. No
claim whatsoever on this account is admissible. The decision of the Accepting officer in the
regard shall be final conclusive and binding.
24.3 MANURE
24.3.1 Manure shall be dry cow dung, powder bone meal and vermicompost organic manure as
mentioned in schedule ‘A’.
24.3.2 The pits before the sapling in planted the soil manure mix shall be filled at the rate as
specified in Sch ‘A’. This shall be mixed properly before filling. Bone meal 100 grams per pits
shall also be added. Earth pits shall be filled back with soil manure only as specified.
24.4 WATER
24.4.1 Water will not be supplied by MES. Water required for the work shall be arranged by the
contractor for uninterruptedly to nourish saplings and hedges from the sources as approved
by AGE. Water obtained shall be clear and free from injurious amount of oils, acids, alkalis,
salt, sugar and other organic materials and necessary test certificate from recognized Govt.
Laboratory about the potability of water shall be produced by the contractor to the AGE. After
sapling is planted the same shall be watered regularly to the full satisfaction of Engineer-in-
charge. Contractor shall deploy labour regularly for watering and nursing of all plants up to
30 months from certified date of completion as specified.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 57

PARTICULAR SPECIFICATIONS (Contd.,,,)

24.5 PERIODICAL INSPECTION DURING MAINTENANCE PERIOD


24.5.1 There will be joint inspection by the contractor and the Engineer-in-Charge once in two
months after the certified date of completion of work and up to 30 months(maintenance
period) from completion. Record of such joint inspection will be maintained in register signed
by both Engineer-in-Charge and the contractor. Any plant observed to have been
damaged/dead during this periodical inspection will be immediately replaced with a fresh
sapling by the contractor without any additional cost.

24.6 PAYMENTS
24.6.1 In addition to normal retention money of work done during RAR stage as per contract
condition, additional 10% of amount of item Nos. 7,8,9,10,11 and 12 of Sch ‘A’ Part-I shall
be retained from RAR and this amount will be released on successful completion of work.

24.7 The final bill shall be submitted by the contractor after satisfactory completion of maintenance
period as certified by the Engr-in-Charge.

25. INTERLOCKING PAVER BLOCKS


25. 1 Paver blocks shall be Machine made, precast cement concrete interlocking type, coloured
60mm thick laid over compacted river sand cushioning as mentioned in Schedule ‘A’. The
paver blocks shall be sound and free from cracks or other visual defects. The tolerance on
length or breadth of paver blocks shall be +2mm and tolerance on thickness of tiles shall be
+3mm. Water absorption shall not be more than 6 percent by mass. The paver block shall be
factory made and M-35 grade with crushing strength not less than 35 N/Sqmm conforming to
IS 15658-2006 and pattern, shade shall be as approved by GE. The paver blocks shall be as
per clause No.13.18 of MES Schedule of Rates Part-I. Make shall be Eurocon/Nitco/Universal
Pavers/Ultratech Pavers/United Pavers.

26. SAND FILLING


26.1 Sand for filling shall conform to material specifications and grading within the limits of all as
specified in clause 4.4 of MES Schedule and shall be approved quality of natural river sand.
The sand shall be washed with clean and fresh water if percentage of deleterious materials
exceeds the limit of 5% specified in IS.

27. CHEQURED CEMENT CONCRETE TILES


27.1 Chequred Cement concrete tiles shall be hydraulically machine pressed coloured 25 mm thick,
size conforming to IS-13801-1993(Reaffirmed 1998) with grey cement and pigment, set,
jointed and pointed in neat cement slurry with coloured pigment to match colour of tiles. The
tile shall be laid over and including screed bed or bedding layer of mortar as directed by
Engineer in charge.
CA NO. GE / TVL/ OF 2018-2019 SERIAL PAGE NO: 58

PARTICULAR SPECIFICATIONS (Contd.,,,)

40. LIST OF MANUFACTURERS

40.1 The make of various items of materials are as under. The contractor shall ensure that the
items of these makes only are incorporated in the work which conform to the relevant
specifications/requirements/stipulations in the contract:-

Sl No Description of item Name of manufacturer

1 Glazed ceramic tile Regency / HR Johnson / Spartek / somani /


Nitco / Diamond / Kajaria / Bell
2 Interlocking paver blocks Eurocon/Nitco/Universal Pavers/ Ultratech
Pavers/United Pavers
3 Chequered tiles Nitco/MPL flooring/Bharath tiles/India tiles&marbles/
Scorpio Tiles/National Tiles/ Navarang Tiles,
Coimbatore
4 Chromium plated Bib tap / Jaguar / Marc / Gem / Ess Ess / Cera / Shakti /
Stop Valve / Pillar tap/angle Gem / Orbit
cock/Shower rose
5 Galvanised steel tubing Tata/Jindal/Zenith/Prakash/ Swastik

Signature of Contractor AGE(Contracts)


For Accepting Officer

You might also like