CA No CWE/AF CHD/CHD-54/2006-2007 - EQ Int'l … NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 4...
Transcript of CA No CWE/AF CHD/CHD-54/2006-2007 - EQ Int'l … NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 4...
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 1
MILITARY ENGINEER SERVICES
CA NO: CWE/AF CHD/CHD-98/2015-2016: PROVISION OF SOLAR POWER GENERATION AT AIR
FORCE STATION BARWALA UNDER GE (AF) CHANDIGARH
CONTENTS SHEET
Srl
No
Particulars Page No.
1 2 3
1. Contents sheet 1
2. Tender forwarding letter including instructions to tenderers for filling
of tender.
2 to 6
3. Notice of Tender IAFW-2162 (Revised 1960) including Appendix „A‟
to Notice of Tender.
7 to 12
4. Tender and Item rate Contract for works by Measurements IAFW-
1779A (Revised – 1955)
13 to 22
5. Special Conditions and requirements 23 to 31
6. Particular Specifications (including Appx „A‟, „B‟, „C‟ & „D‟) 32 to 58
7. General Conditions of contracts IAFW-2249 (1989 print)
59 to 91
8. Errata / Amendments to IAFW-2249 (1989 print) 92 to 98
9. Schedule of minimum wages
99 to 108
10. Errata/amendments to tender documents
11. Relevant correspondence
12 Acceptance letter
Total Pages
____________________________ DCWE (Contracts)
Signature of Contractor For Accepting Officer
DATED: ___________________
CA NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 2
e-procure Tele : 0172-2642251, 2642245 Military Engineer Services
Fax : 0172-2653950 Headquarters
Commander Works Engineer (AF)
Chandigarh-160003
8315/ CHD-52/14 /E8 10 Oct 2016
M/S_______________________________
__________________________________
__________________________________
CA NO: CWE/AF CHD/CHD-98/2015-2016: PROVISION OF SOLAR POWER GENERATION AT AIR FORCE
STATION BARWALA UNDER GE (AF) CHANDIGARH
Dear Sir,
1. Tender documents in respect of above work are uploaded on the site www.eprocuremes.gov.in. The tender is
on Single stage Two cover e-tendering system. The contents of Cover-I & Cover-II are specified in NOTICE OF
TENDER.
2. Bid will be received online by the ACCEPTING OFFICER upto the date & time mentioned in 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 presence of tenderers/ bidders or their authorised
representatives, who have uploaded their quotation bid and who wish to be present at the time of opening the bid.
4. Your attention is also drawn to instructions of filling & 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 if any, on or before 29 Oct 2016. You are requested not to write piece meal points and
forward your points duly consolidated before due date viz 29 Oct 2016.
5. Unenlisted contractors are required to submit the scanned copies (in pdf file) of the do comments required as
per eligibility criteria mentioned in the instructions for filling the tender documents and Appendix „A‟ to NIT
alongwith EARNEST MONEY DEPOSIT (EMD) and tender fee on e-procurement portal and submit the physical
documents in the office of HQ CWE (AF) Chandigarh within the 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 HQ CWE (AF) Chandigarh before date &
time fixed for this purpose. In case of failure to abide by any of these two requirements, the Finance
bid will not be opened.
(b) 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 cost as per scales laid down by MES for calculation of “EARNEST
MONEY” enhanced by 25% subject to maximum of Rs. 18,75,000.00 (Rupees Eighteen lakh seventy
five thousand only).
Contd…
CA NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 3
7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter, tender fees and
such other documents as mentioned in Appx „A‟ to NIT on e-procurement portal and submit physical documents in
HQ CWE (AF) Chandigarh 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 quotation/offer received in any other electronic or physical form like e-mail/fax/by
hand/through post from tenderer/bidder even if they are received in time.
9. In view of delay 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 contract (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.
11. ANY TENDER, 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.
Yours faithfully,
SIGNATURE OF CONTRACTOR DCWE (Contracts)
Dated: _______________ For Accepting Officer
CA NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 4
INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER
1. EARNEST MONEY DEPOSIT (EMD)
Contractors (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, alongwith
their tender/bid:-
(a) Deposit at Call Receipt from a Scheduled Bank in favour of Garrison Engineer/CCE concerned.
(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of Garrison Engineer/
CCE.
It is advisable that Earnest Money is deposited in the form of deposit call receipt from an 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 alongwith Technical bid & hard copy
before the date & 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 the reference to TENDERED COST as notified by the Accepting Officer subject to a maximum of Rs 18,
75,000/-. The amount is required to be lodged within 30 (Thirty) days of the receipt by the contractor of the
notification of acceptance of tender/bid, failing which the sum shall be recovered from the from 1st RAR payment or
from the first final bill (See Condition 22 of GCC (IAFW-2249)).
3. CONTRACTERS ENLISTED WITH HQ CHIEF ENGINEER WESTERN COMMAND CHANDIMANDIR
AND 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 the notification of acceptance of tender/bid, failing which the
sum shall be recovered from the from 1st RAR payment or from the first final bill (See Condition 22 of GCC (IAFW-
2249)).
4. CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN HQ CHIEF ENGINEER
WESTERN COMMAND CHANDIMANDIR
Contractors whose names are on the approved list of any MES formation i.e. other than HQ CE Western
Command, Chandimandir 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 decides to accept the
tender/bid, such tenderer will be required to lodged Security Deposit as notified by Accepting Officer. The amount is
required to lodged within 30 (Thirty) days of the receipt by the contractor of the notification of acceptance of
tender/bid, failing which the sum shall be recovered from the from 1st RAR payment or from the first final bill.
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 forward in „pdf‟ form and „.xls‟ form as indicated.
Contd...
CA NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 5
INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER (Contd....)
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/ initialed by the lowest bidder after acceptance.
5.4 Drawings, if issued in physical form, must be returned duly initialed 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 initialed. The contractor shall initial every page of tender and shall be sign all drawings
forming part of the tender. Any tender/bid, which proposes alterations to any of the conditions whatsoever, is liable to
yet 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 this 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 a partnership concern or a
limited company, digital signatory of bid/tender shall ensure that he is competent to bind the contractor (through
partnership deed, general power of attorney or memorandum and Articles of Association of the Company) in all the
matters pertaining to the contracts with the 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 was
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 routine, fresh Power of Attorney
duly executed in his favour stating specifically that the said person has authority to bind such partner 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 him by the Firm or a 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.
5.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention is also
drawn to specials condition 3 referred hereinafter and also conditions 24 & 25 of IAFW-2249 (General conditions of
contract).
5.11 Tenderer/bidders who uploaded their priced tenders/bids and desirous of being present at the time of opening
of the tenders/bids may do so at the appointed time.
5.12 The tenderer/bidders shall quote his rate on the BOQ file only. No alterations 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.
Contd...
CA NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 6
INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER (Contd....)
6. REVOKATION/REVISION OF OFFER UPWARD/ OFFERING VOLUNTARY REDUCTION,
AFTER OPENING OF FINANCIAL BIDS BY LOWEST BIDDER
In the event of lowest tenderer/bidders 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 Contractor, the amounts equal to the Ernest Money
stipulated in the Notice of tender, shall be notified to the tenderer/bidders 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 subsequence calls, Reduction offered by the tenderer/bidder on the freak high rates referred for review shall not
be treated as voluntary reduction.
7. C P M (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/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 to 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/bidders 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.
SIGNATURE OF CONTRACTOR DCWE (Contracts)
Dated: _______________ For Accepting Officer
CA NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 7
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 contract,
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 terms of conditions of contract.
Contractors whose names are on the MES approved list of any MES Formation and who have deposited standing
security and have executed standing security bond may also tender/bid without depositing Earnest money along with
the tender/bid and if the tender/bid submitted by such a tenderer/bidder is accepted, 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 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 close 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 CWE (AF) Chandigarh will be the Accepting Officers here in after referred to as such for
purpose of the contract.
6. The Technical bid and Financial bid (Cover-1 & 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 from and conditions of contract and other necessary documents shall be available on
eprocurement.gov.in /eprocure.gov.in site for download and shall from part of contract agreement in case the
tender/bid is accepted.
6.2 In case of contractor who has not executed the standing Security Bond, the cover-I 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 alongwith 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 the thirty days of the receipt by him of notification of acceptance of his tender/bid, failing
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.
Contd....
CA NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 8
NOTICE INVITING TENDER (CONTD.....)
6.4 A contractor who has executed standing Security Bond but not corresponding to the appropriate class as
mentioned above, shall lodge with Accepting Officer, Additional security deposit as notified by the Accepting Officer
within the thirty days of the receipt by him of notification of acceptance of his tender/bid, failing which this sum will
be recovered from the 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. However, in case where any payment is made to the
contractor within the 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
tenderer/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/bidders by
endorsing an authority on the deposit-at-call receipt or 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 documents 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 CCE/ GE/
GE (I)/ AGE (I) during working hours.
7. The tenderer/bidders are advised to visit the site of work by making prior appointment with CCE/ GE/ GE (I)/
AGE (I)/ Project Manager who is also the Executing agency of the work (see Appendix „A‟). The tenderer/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.
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. Tenderer/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 Appx „A‟ to this NIT. The applicant contractor/bidder will be informed regarding non-validation of his „T‟ bid
assigning reasons thereof through the e-procurement website i.e. www.eprocuremes.gov.in. The applicant
contractor/bidder if he so desires may appeal to the next higher Engineer authority via HQ CE (AF) WAC, Palam on
email id [email protected] 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.
Contd....
CA NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 9
NOTICE INVITING TENDER (CONTD.....)
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 form 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 DCWE (Contracts)
Dated: _______________ For Accepting Officer
CA NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 10
APPENDIX „A‟ TO NOTICE INVITING e – TENDER
1. Name of work : PROVISION OF SOLAR POWER GENERATION AT AIR
FORCE STATION BARWALA UNDER GE (AF) CHANDIGARH
2. Estimated Cost of Work : Rs. 13.00 Lakh (As per Market)
3. Period of completion : 04 Months
4. Cost of tender documents : Rs 500/- in the form of DD / Bankers cheque from any
Scheduled/Nationalized bank in favour of GE (AF) Chandigarh,
payable at Chandigarh (Copy shall be uploaded online and original
to be submitted offline before due date of opening of cover-1)
5. Website/portal address : www.eprocuremes.gov.in AND www.mes.gov.in
6. Type of contract : The tender shall be Item Rate Contract based on IAFW-1779A with
list of works to be quoted by the contractor.
7. Information & details :
(a) Bid Submission Start Date : 29 Oct 2016 at 1800hrs
(b) Last Date of Bid Submission : 07 Nov 2016 at 1800hrs
(c) Date of opening of bid : 12 Nov 2016 at 1000hrs
8. Eligibility Criteria (a) For MES enlisted contractors
:
All contractor enlisted in MES in Class „E‟ and above and Category
b (i) shall be considered qualified provided they do not carry adverse
remarks in WLR of competent Engineer Authority
Notes:
(i) Contractor to upload copies of enlistment letter and copy of
Provident fund code number.
(b) For other contractors : (a) The firms not enlisted in MES shall meet the enlistment criteria
of Class „E‟ MES contractors & Category b (i), i.e. with regards
to having satisfactorily completed requisite value works, Annual
turnover, solvency, working capital, immovable property/ fixed
assets, T&P, Engineering establishment, no recovery outstanding
in any Govt. department, Police verification/ passport etc.,
Enlistment criteria may be seen in Para 1.4 of section 1 of Part I
of MES Manual on Contracts- 2007 (Reprint 2012) as available in
all MES formations.
(b) These firms shall also submit the copy of police verification from
police authority of area where the registered office of the firm is
located/ notarized copy of valid passport of Proprietor/each
Partner/ each Director.
(c) They should not carry adverse remarks in WLR/ Partner/ Each or
any other similar report of any authority. Note: Tenderer to also upload copy of Provident fund code number.
(c) For all Contractors : Contractor will not be allowed to execute the work by subletting or
through power of attorney holder on his behalf to a third party/
another firm except sons/daughters of proprietor/partner/Director and
firm‟s own employees, Director, Project Manager. This shall be
subject to certain conditions which will be prescribed in the NOTE
forming part of the contract.
9. Tender Issuing & Accepting officer : CWE (AF) Chandigarh
10. Executing agency : GE (AF) Chandigarh
11. Earnest money : Rs 26,000.00 in form of DD/ Banker‟s cheque from any
Scheduled/Nationalized bank in favour of GE (AF) Chandigarh.
Contd…
CA NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 11
APPENDIX „A‟ TO NOTICE INVITING e – TENDER (CONTD...)
NOTES:-
(a) The contractor enlisted upto one class below the eligible class may also apply/bid. Application/bids from one
class below eligible class applicants may be considered in the event of inadequate response/bids from the
applicants of eligible class.
(b) (i) Applications/bids not accompanied by scanned copies of requisite DD/Bankers Cheque towards cost of
tender and earnest money (as applicable) shall not be considered for validation of „T‟ bid and their finance bids
will not be opened.
(ii) Tenderers/bidders to note that they should ensure that their original DDs and earnest money (as applicable)
are received within 05 days of bid submission end date.
(iii) In case of applications/bids from enlisted contractors of MES, where scanned copies of requisite
DD/bankers Cheque towards cost of tender has been uploaded but physical copies are not received by the
stipulated date, finance not bids will be opened. However non-submission of physical copies of cost of tender
shall be considered as willful negligible of the bidder with ulterior motives and such bidder shall be banned from
building for a period of six months commencing from the date of opening of finance bid.
(iv) In case of applications/bids from unenlisted contractors, where scanned copies of requisite DD/Bankers
Cheque towards cost of tender has been uploaded but physical copies are not received by the stipulated date,
finance bids will not be opened. Name of such contractor‟s alongwith complete address shall be circulated for not
opening of their bids for a period of six months commencing from the date of opening of finance bid.
(v) In case of applications/bids (enlisted contractor as well as unenlisted contractor) where scanned copies of
requisite Earnest money (as applicable) were uploaded but the same are not received in physical form within
stipulated date, such bids shall not qualify for opening of finance bid.
(c) Contractors enlisted with MES will upload following documents for checking eligibility:-
(i) Application for bid in Firm‟s letter head
(ii) Enlistment letter
(iii) Scanned copy of DD of cost of tender
(d) Contractors not enlisted with MES will be required to upload necessary documents to prove their eligibility for
enlistment in eligible class & category of work, including Affidavit for no recovery outstanding. List of
documents required for enlistment in MES has been given in para 1.5 of section 1 of Part 1 of MES Manual on
contractor 2007 (reprint 2012). Following documents shall also be uploaded amongst others:
(i) Details of three highest valued similar natures of works executed during last five years, financial year-wise
in tabular form giving name of work, Accepting Officer‟s details, via, Address, Telephone, Fax No., Email ID
etc, date of acceptance of tender and actual date of completion. This shall be duly signed by proprietor/ all
partners/ authorised Director of Pvt/ Public Ltd, as applicable. It should indicate whether extension was granted
or compensation was levied. Attested copy of acceptance letter and completion certificate shall be enclosed of
each work. In case performance report has been given by client same shall also be submitted duly attested.
(ii) Solvency certificate and working Capital Certificate issued by Scheduled Bank.
(iii) Annual turnover certificate for last 2 years issued by chartered Accountant alongwith relevant pages of
audited balance sheets in support thereof.
Contd…
CA NO CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 12
APPENDIX „A‟ TO NOTICE INVITING e – TENDER (CONTD...)
(iv) Affidavit for possession of movable & immovable properties by proprietor/ partner owing the immovable
properly along with Valuation certificate from Regd Valuer in support of movable & immovable properties. In
case of limited company, the immovable property required to be in the name of the company.
In case of Limited company, the immovable property is required to be in the name of the company.
(v) In addition, the un-enlisted contractors shall also furnish affidavit on non judicial stamp paper in the form of
hard copy declaring their turnover for last 2 (Two) years.
(vi) Scanned copy of DD of cost of tender and earnest money.
(e) In case of rejection of technical/ prequalification bid, contractor may appeal to next higher Engineers authority
i.e. HQ CE (AF) WAC Palam on email [email protected] against rejection, whose decision shall be final and
binding. However, contractor/bidder shall not be entitled to any compensation whatsoever for rejection of
technical/ prequalification bid.
(f) This supersedes NIT issued vide this HQ letter No 8315/CHD-98/05/E8 dated 09 Mar 2016.
____________________
Signature of contractor
(BD Pandey)
EE (QS&C)
DCWE (Contracts)
for Accepting Officer
File No. 8315/CHD-98/ 13 /E8
Dated: 10 Oct 2016
Headquarters
Commander Works Engineers (AF)
Chandigarh-160003
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 13
IN LIEU OF IAFW-1779A (REVISED 1955)
(TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS
OF CONTRACT IAFW-2249(PRINT: 1989)
MILITARY ENGINEER SERVICES
Tele : 0172-2642251, 2642245 Headquarters
Fax : 0172-2653950 Commander Works Engineer (AF)
Chandigarh-160003
8315/CHD-98/ 14 /E8 10 Oct 2016
CA NO: CWE/AF CHD/ CHD-98/2015-2016: PROVISION OF SOLAR POWER GENERATION AT AIR FORCE
STATION BARWALA UNDER GE (AF) CHANDIGARH
1. Mr. /Messers_______________________________________________of__________________ is/are
hereby authorized to tender for the above work. The tender shall be uploaded by the bidder on www.eprocuremes.gov.in
on the date and time as per NIT or amended subsequently. The quoted tender shall be opened on or after the date and time
as per NIT or subsequent amendment at the office of the Commander Works Engineer (AF) Chandigarh-160003.
2. All correspondence concerning this tender shall be addressed as indicated at the top of this sheet quoting the
reference as given above.
THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO
ACCEPT THE LOWEST OR ANY TENDER
____________________________ SIGNATURE OF THE OFFICER
SIGNATURE OF CONTRACTOR ISSUING THE TENDER DOCUMENTS
DATED: ___________________ APPOINTMENT: DCWE (Contracts)
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 14
SCHEDULE OF WORKS
NOTES:
1. The entire work under this contract as listed in Schedule of Works shall be completed within 4 Months from the
date of commencement which will be intimated by the GE while placing the work order No. 1.
2. The description of items of works required in Schedule of Works are in brief. These are deemed to be amplified
and shall be read in conjunction with the provisions made in Schedule of Works notes, special conditions, particular
specifications and MES Standard Schedule of Rates.
3. The quantities mentioned under column „No. or Qty‟ are approximate and are inserted for guidance only. These
may vary as per the work required to be executed at site as directed by Engineer-in-Charge. The quantities shall however
not be varied beyond the limits laid down in condition 7 of IAFW-2249.
4. General rules, specifications special conditions and 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
provision in these documents shall take precedence over the aforesaid provisions in the MES Schedule. The terms as
specified wherever appear in tender documents and drawings relate to relevant particular specifications and in its absence
general specifications. All references to MES Schedule in these specifications relate to MES Schedule-2009 (Part-I) unless
otherwise mentioned. Reference to 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 of Works even
though not particularly mentioned here-in-after e.g. reference to paras pertaining to general workmanship for brick work,
iron and steel work etc have not been made but provision therein as required for work are applicable.
5. Where specifications for any item of work are not given in MES Schedule or in particular specifications,
specifications as given in relevant Indian Standard or as per standard code of practice shall be followed.
6. The unit rates quoted by the tenderer shall be deemed to allow for minor extras which are not specifically specified
but are essentially required for the execution of work in workman like manner and ground condition. In case of difference
of opinion as whether a certain items of works constitute is to be extra or not the decision of the Accepting Officer shall be
final, conclusive and binding.
7. Unless specifically mentioned otherwise the unit rates quoted in respective items of Schedule of Works shall
include supply and fixing, material and labour, laying, jointing and testing etc. complete for entire completion of the works
described in respective item of Schedule `A‟.
8. The tenderers should contract the GE office for site visit to ascertain the exact location of the items to be executed
included in Schedule of Works and other site conditions before quoting the tender. The tenderer shall be deemed to have
visited the site, whether he visits or not.
9. The tenderer‟s quotation shall include all statutory levies/duties, construction labour welfare tax, including sales tax
and service tax on works contract as applicable. It may be noted that conditional tender regarding SALES TAX AND
SERVICE TAX ON WORKS CONTRACTS shall not be considered and shall be liable to be REJECTED.
10. Dismantling/demolition work shall be carried out to the extent as ordered by Engineer-in-Charge. The Contractor has to
afford credit for the materials obtained from dismantling/demolition at the rate as per Schedule of Credit. The recovery on
account of materials listed in Schedule of Credit shall be made immediately from payment due to contractor irrespective of fact
that these have been removed from site or not. However material listed in Schedule of Credit shall be removed from site only after
written permission of Engineer-In-Charge. No material obtained from dismantling shall in any case be incorporated in the work
unless approved and so directed by Engineer- in-Charge.
11. All the materials obtained from dismantling/ demolition/ taking down except materials accounted for in Schedule of
Credit/ Schedule shall become property of Govt. Rubbish/debris and unserviceable material/soil retrieved on execution of work as
declared by GE/ Engineer-in-Charge shall be disposed off to the nearest authorized dumping site (as declared by competent
authority) outside MoD land as directed by GE/ Engineer-in-Charge when its accumulation is up to 5 Cum approximately/One
Truck load. The tenderer shall ascertain the actual position/exact location of authorized dumping site before submitting his tender
and his quoted rates shall be deemed to include this provision. In case of contractor‟s failure rubbish/debris/unserviceable
material/soil shall be got removed by the department through another agency at risk and cost of contractor. Recovery shall be
made accordingly from payment due to contractor. Any fine levied by the local administration/ authorities on account of dumping
shall be borne by the contractor. All serviceable materials shall be deposited in MES store yard as directed by GE & receipt
obtained.
12. The work lies in restricted area.
Contd…
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 18
SCHEDULE `B‟
ISSUE OF MATERIALS TO THE CONTRACTORS
(SEE CONDITION 10 OF IAFW-2249)
Ser
No
Particulars Rate at which materials will be issue to
the Contractor
Place of issue by
Name for all items
Remarks
Unit Rate (Rs)
1 2 3 4 5 6
--------------------------------NIL--------------------------------------
SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)
DATED_____________________ FOR ACCEPTING OFFICER
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 19
SCHEDULE „C‟
LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT WHICH WILL BE HIRED
TO THE CONTRACTOR) SEE CONDITIONS 15, 34 AND 35 OF IAFW-2249
Ser
No
Qty Particulars Details of
MES crew
Supplied
Hire charges
per unit per
working day
Standby charges
per unit per off
day
Place of issue
by name
Remarks
1 2 3 4 5 6 7 8
--------------------------------NIL--------------------------------------
SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)
DATED: ________________ FOR ACCEPTING OFFICER
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ---------
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 20
SCHEDULE „D‟
TRANSPORT TO BE HIRED TO THE CONTRACTOR
(SEE CONDITIONS 16 AND 23 OF IAFW-2249
Ser
No
Qty Particulars Rate per unit per
working day
Place of issue by
name
Remarks
1 2 3 4 5 6
--------------------------------NIL--------------------------------------
SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)
DATED: ________________ FOR ACCEPTING OFFICER
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 21
TENDER
TO THE PRESIDENT OF INDIA
Having examined and perused the following documents:-
1. Specifications signed by DCWE (Contracts)/EE (QS&C).
2. Drawings detailed in the list of drawings.
3. Schedule of Works, `B', `C' and `D' attached hereto.
4. MES Standard Schedule of Rates-2009 (Part-I: Specifications) and MES Standard Schedule of Rates-2010 (Part-II:
Rates) together with amendment No 1 to 3 for Part-I and amendment No 1 to 59 for Part-II as applicable to the above said
Schedule (here-in-after and in IAFW-2249, referred to as the „MES Schedule‟).
5. General Conditions of Contracts (IAFW-2249: 1989 Print), together with errata No. 1 to 20 and amendment No. 1 to 40
6. WATER: CONDITION 31 OF IAFW-2249 (GENERAL CONDITIONS OF CONTRACTS)
6.1 Water will be supplied by MES. Water charges shall be paid for by the contractor at the rate Rs. 3.75 for every Rs.
1000/- worth of work done priced at contract rates.
7. Should this tender be accepted ** I/We agree:-
*(a) That the sum of Rs._________________(Rupees _____________________________________ only)
forwarded as Earnest Money shall either be retained by the Govt as a part of/on account of the security deposit or be
refunded by the Government on receipt of the appropriate/full amount of security deposit within time specified all as per
condition 22 of IAFW-2249.
(b) To execute all the works referred to in the said documents upon the terms and conditions contained or referred to
therein and as detailed in the „Schedule of works‟ /Summary here-in-before and to carry out such deviations as may be
ordered, vide Condition 7 of IAFW-2249 upto a maximum of 10% (Ten percent) and further agree to refer all disputes
as required by Condition 70 of IAFW-2249 to the „Sole Arbitration‟ of a Serving Officer having the degree in
Engineering or equivalent or having passed Final/Direct final examination of Sub division - II of Institution of Surveyors
(India) recognized by the Govt of India to be appointed by the Chief Engineer (Air Force) WAC Palam, Delhi Cantt or in
his absence the officer officiating as Chief Engineer (Air Force) WAC Palam, Delhi Cantt , specifically
delegated in writing by Chief Engineer (Air Force) WAC Palam, Delhi Cantt whose decision shall be final, conclusive
and binding.
* To be deleted where not applicable
** To be deleted whichever is not required.
Contd....
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 22
TENDER (CONTD…)
Signature _________________in the capacity of __________________duly authorised to sign tender for and on behalf of
M/s/Shri______________________________________________________.
(BLOCK LETTERS)
WITNESS
_________________________
(Signature and Name) Date __________________________
Address _________________________ Postal Address __________________
________________________________ _________________________________
________________________________ __________________________________
Telegraphic address__________________
Phone No.__________________________
A C C E P T A N C E
_______alteration(s) have been made in these documents and as evidence that these
alterations were made before execution of the Contract Agreement, they have been initialed by the contractor and Sh.
BD Pandey, EE(QS&C), DCWE(Contracts) The said officer(s) is/are hereby authorized to sign and initial on my behalf the
documents forming part of this contract.
The above tender was accepted by me on behalf of the President of India for the Contract Sum of
Rs________________ (Rupees____________________________________________________________
_________________________only) on the __________day of _______________ 2016.
Signature ________________________________dated the _______day of _______________2016.
Appointment: Commander Works Engineer (AF) Chandigarh – 160 003
(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 23
SPECIAL CONDITIONS AND REQUIREMENTS
1. GENERAL
1.1 The following special conditions shall be read in conjunction with General Conditions of Contracts (IAFW:
2249) and IAFW: 2159 (Revised) including upto date errata/amendments thereto. If any provision in these special
conditions is at variance with that of the aforesaid documents, the former shall be deemed to take precedence there
over.
1.2 The work under this contract shall be carried out in with Schedule of Works, particular specifications, drawings
(where applicable) and other provisions in MES Schedule.
1.3 The term “General Specifications” referred to here-in-before as well as referred to in IAFW-2249
General Conditions of Contract) shall mean the „Specifications‟ contained in the MES Schedule.
1.4 General rules, specifications, special conditions and all preambles in the MES Schedule shall be deemed to
apply to the works under this contract. In case of any discrepancy, the provisions made in these documents shall
take precedence over the aforesaid provisions in the MES Schedule.
2. HANDING OVER OF SITE.
Site for execution of work will be available as soon as the work is awarded. In case it is not possible to make the
entire site available on the award of work, the contractor will have to arrange his working programme accordingly.
No claim what so ever, for not giving the entire site on award of work and giving the site gradually, will be
tenable.”
3. ADMISSION TO SITE BY CONTRACTOR TO ASCERTAIN HIS OWN INFORMATION
3.1 The tenderers shall contact the Garrison Engineer for the purpose of inspection of site(s) and relevant documents
other than those sent herewith, who will give reasonable facilities for this purpose. The tenderers shall also make
themselves familiar with working conditions, accessibility of site(s) availability of materials and other cogent
conditions, which may affect the entire completion of work under this contract.
3.2 The tenderers shall be deemed to have visited the sites and made themselves familiar with the working
conditions, whether they actually inspect the site(s) or not.
4. SECURITY AND PASSES
4.1 Contractors attention is invited to Condition 25 of IAFW-2249. He shall employ only Indian Nationals after
verifying their antecedents and loyalty. The Contractor shall on demand by the Engineer-in-Charge submit list of
his agents, employees and work people concerned and shall satisfy the Engineer-in-Charge as to the bonafides of
such people.
4.2 The Engineer-in-Charge, at his discretion, has the right to forward the list of personnel to CO of
unit/Authority Controlling the area, for issuing the passes as per rules and regulations of the area in force to
control the admission of the contractor, his agents, employees and work people to the site of the work
or any part thereof. Passes should be returned at any time on demand by the Engineer-in-Charge and or the
authorities concerned and in any case on completion of work.
4.3 The Contractor and his agents, employees and work people shall observe all the rules promulgated by the
authority controlling the installation/area in which the work is to be carried out e.g. prohibition
of smoking and lighting, fire precautions, search of persons on entry and exit, keeping to specific routes,
observing specified timing etc. Nothing extra shall be admissible for any man-hours etc lost on this account.
Contd...
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 24
SPECIAL CONDITIONS AND REQUIREMENTS (CONTD…)
5. CONDITIONS OF WORKING IN RESTRICTED AREA
5.1 VISIT TO SITE WITHIN THE RESTRICTED AREA: Permission to enter the restricted area at the time of
submission of tenders can be obtained through the Garrison Engineer. Tenderers are advised to send prior
intimation of their agent, representative etc. If any, dates and time of their proposed visit so that necessary
arrangements may be made by GE to secure admission. Whether tenderer visit the site or not he shall be deemed to
have full knowledge of the restrictions of entering into/exit from and within the Restricted Area.
5.2 ENTRY/EXIT: The Contractor, his agent(s), representatives, workmen etc and his materials, carts trucks, or
other means of transports etc, will be allowed to enter through and leave from such gate or gates and at such times
as the GE or authorities in charge of the restricted area may at their sole discretion permit to be used. The
Contractor`s authorized representative is required to be present at the place of entry and exit for the purpose to
identifying his carts, truck etc to the personnel in charge of the security of Restricted Areas.
5.3 IDENTITY CARDS OR PASSES: The Contractors, his agents and representatives are required individually
to be in possession of an identity card or pass duly verified by the Police Department. The Identity card or pass
will be examined by the security staff at the time of entry into or exit from the restricted area and also at any time
or number of times inside the Restricted Area.
5.3.1 IDENTITY OF WORKMEN: Every workman shall be in possession of an identity card. The identity card will
be issued after thorough investigation of the antecedents of the labourers by the contractors and attested by the
Officer-in-Charge of the unit concerned in accordance with the standing rules and regulations of the units/Authority
controlling the area.
5.3.2 Contractor shall be responsible for the conduct and action of his workmen agents of representatives.
5.4 SEARCH: Thorough search of all persons and transport shall be carried out at each gate and for as many times
as a gate is used for entry or exit and may also be carried out at any time or any number of times at the work site.
5.5 FEMALE SEARCHER: If the contractor desires to employ female labour on works to be carried out inside the
area and a female searcher is not borne on the authorized strength at the time of submission of the tender, he shall
be deemed to have allowed in his tender for pay and allowances etc, for a female searcher ( Class IV servant/Gp
„D‟ servant), calculated for the period, female labour is employed by him inside that area. If more than one
contractor has/have to be employed, in addition to the authorized strength, the salary and allowances may be paid
on an equitable basis between the contractors employing female labour taking into consideration the value and
period of completion of their contracts. The GE`s decision in regard to the amount recoverable
on this account from any contractor shall be final and binding.
5.6 WORKING HOURS
5.6.1 The units controlling Area, usually work during six days in the week and remain closed on the 7th day. The
working hours available to contractor‟s labour and staff are however, appreciably reduced because of the time
taken in security checks observed at the time of entry, exit and during working hours.
5.6.2 The exact working hours, days and non working days observed for the restricted area, where works are to be
carried out shall be deemed to have been ascertained by the contractor before submitting his tender. The
tenderer`s attention is invited to the fact that the total number of working hours for a unit are prescribed in
regulations and they cannot be increased by the Garrison Engineer.
5.6.3 Contractor`s materials, transport etc, shall normally be permitted to go in & out of the area between 0830 hours to
1700 hours only.
Contd….
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 25
SPECIAL CONDITIONS AND REQUIREMENTS (CONTD…)
5.6.4 Contractor may also be allowed to carry out the work beyond 5.00 PM and upto 08.30 AM (day & night) but
however no movements of materials and transport out of the site of work shall be permitted during night unless
special permission is obtained from the Garrison Engineer.
5.7 WORKING ON HOLIDAYS: The Contractor shall not carry out any work on gazetted holidays weekly
holidays and other non working days except when he is specially authorized in writing to do so by the GE. The GE
may at his sole discretion declare any day as holiday or non working day without assigning any reason for such
declaration.
5.8 FIRE PRECAUTIONS
5.8.1 The Contractor, his agents, representatives, workmen etc, shall strictly observe the orders pertaining to fire
precautions as prevailing within the restricted area.
5.8.2 Motor transport vehicles, if any, allowed by authorities to enter the restricted area, and shall be fitted with
serviceable fire extinguishers.
6. MINIMUM WAGES PAYABLE
6.1. Refer condition 58 of IAFW-2249 (General Conditions of Contract). The contractor shall not pay wages lower
than minimum wages for labour as fixed by the Govt of India/State Govt/Union Territory whichever is higher.
6.2. The „fair wages‟ referred to in condition 58 of IAFW-2249 will be deemed to be the same as the minimum wages
payable as referred to above.
6.3. The contractor shall have no claim whatsoever, if, on account of local factor and/or Regulations, he is required
to pay the wages in excess of minimum wages as described above during the execution of work.
7. ROYALTIES: Reference condition 14 of General Conditions of Contracts (IAFW-2249). No quarries on defence
land are available.
8. LAND FOR TEMPORARY WORKSHOP, SITE LABORATORY, STORES ETC
8.1 Delete the following from lines 5 to 9 of sub para 1 of condition 24 of IAFW-2249 reading “In the event of
……..………………………………………. land allotted to him” and insert as under:-
“Separate land will be allotted to the contractor for the storage of materials, temporary workshop and offices, for
which he shall pay the nominal rent of Rupee 1/- per year or part of a year as mentioned in condition 24 of IAFW
2249. The land/open space available within vicinity of site of work as directed by GE may also be used by the
contractor for these purposes but free of charge. No land for accommodation of labour will be allotted”.
9. WATER
9.1 Water will be supplied by MES at the point (s) marked on site plan or decided by GE. As the water supply by MES
is likely to be intermittent, the contractor shall make his own arrangements for storing the water required for the
works, labour and workmen etc, at his own expense. Water shall be paid for by the contractor at Rs. 3.75 for every
Rs. 1000/- worth of work done priced at contract rates.
9.2 Water used whether in process of making materials or in execution of work or for cleaning etc, shall be clean and
fresh, and free from deleterious matter.
10. CO-OPERATION WITH OTHER AGENCIES: The contractor shall permit free access and generally afford
reasonable facilities to other agencies or departmental workmen engaged by the Govt to carry out their part of the work, if any, under separate arrangements.
Contd...
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 26
SPECIAL CONDITIONS AND REQUIREMENTS (CONTD…)
11. ELECTRIC SUPPLY
11.1 Electric supply required for the work upto a maximum of 20 KW three phase 440 volts 4 wire system shall be
made available by the MES at points shown on site plan or as decided by GE. KWH meters 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. The contractor will be charged for the electric energy
consumed for execution of works at the rate of Rs. 8.57 per unit for lighting/power.
11.2. MES do not guarantee continuity of supply and no compensation whatsoever shall be allowed for supply
becoming intermittent or for break down in the system.
11.3. GE or his representative shall be free to inspect all the power consuming devices or any electrical lines provided by
the contractor. Any devices or electric lines provided by the contractor, which is not to the satisfaction
of GE shall be disconnected from the supply, if so directed by him. Electricity provided for this contract shall
not be made use for carrying out other works. Electric charges shall be recovered from the final bill or various
work orders. In case, however, no electric connection is taken by the contractor no recovery of electric charges
shall be affected.
12. MATERIALS
12.1 Refer condition 10 of IAFW- 2249 and clause 1.6 & 1.7 of MES Schedule, Part-I.
12.2 Unless specific makes/manufacturers are specified in the tender documents, all the materials to be procured by the
contractor for incorporation in the work under this contract (with the exception of local origin materials like bricks,
stone aggregate, sand etc) shall be with ISI certifications mark. For materials of specific make/manufacturer‟s
names, refer Para 12.3 here-in-below.
12.3 SAMPLES
(a) If any specific makes/manufacturers names are specified in Schedule of Works or Particular Specifications
or in Appendix or Appendices to Particular Specifications, materials shall be of these specific
makes/manufacturers only. ISI marking will not be mandatory for such items where makes/manufacturers
have been specified unless the items of makes/manufacturers specified are available both with IS marking
and without ISI marking. If any material is not manufactured with IS certifications mark in the country, it
shall be conforming to relevant IS and other specifications specified elsewhere and shall also conform to
samples displayed in CWE‟s/GE‟s office as applicable. However the materials/items listed in Appendix
„B‟ shall be of makes specified in Appendix „B‟ to these particular specifications and conforming to
relevant IS (IS marking is not mandatory).
(b) In case of conflicting provisions regarding makes in Schedule of Works, particular specifications,
Appendix „B‟, the following order of precedence shall be followed:-
(a) Schedule of Works
(b) Particular specifications
(c) Appendix „B‟
12.4 Indian Standard (IS) of the year of publication/edition listed or specified in the SSR (Part-I) shall be applicable for
the work under this contract unless specifically indicated otherwise elsewhere in these tender documents.
12.5 The tenderer is advised to inspect samples of certain local origin materials, which are displayed in the office of GE,
before submitting his tender. The tenderer shall be deemed to have inspected the samples and satisfied himself as
to the nature and quality of materials he is required to incorporate in the work irrespective of whether he has
actually inspected them or not. The materials to be incorporated in the work by the contractor shall be equal or superior in quality to sample displayed and shall comply with the specifications given in these tender documents.
Contd...
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 27
SPECIAL CONDITIONS AND REQUIREMENTS (CONTD…)
12.6 The contractor shall not procure materials unless the Garrison Engineer has first approved the samples strictly in
the manner as described here-in-after.
12.6.1 For obtaining sample approval, contractor will download list of BIS marked manufacturers from BIS site
www.bis.org.in. He will select manufacturer(s) (the items/materials shall be one of the makes/manufacturer‟s
mentioned in these tender documents and for other items/materials, the contractor shall select
manufacturer/materials) meeting contract specifications criteria and handover the report with a request letter to
Engineer-in-Charge with his signatures. The Engineer-in-Charge will verify its correctness by visiting the BIS site
and process it to GE with his recommendations. AEE/AE/JE (QS&C) of GE will recheck the same from internet,
endorse his recommendation and put up for approval to GE.
12.6.2 The printout having signatures of all concerned including GE will be kept on record and approval will be conveyed
within 7 days of contractor‟s request.
12.6.3 After sample approval, GE shall send an e-mail to manufacturer (not the authorized dealer) intimating him, name of
firm, approx quantity being procured by the contractor and request the manufacturer to ensure that his product only
is purchased by the contractor from proper authorized source (authorized source means either directly from the
manufacturer or authorized dealers as specified in these tender documents). A print out of the e-mail sent to
manufacturer shall be kept on record duly signed by GE and a copy thereof will be sent by post to the
manufacturer.
12.6.4 In cases involving suspected procurement of spurious materials, purchase vouchers shall be verified through the
manufacturer and proof of payment shall be obtained from the contractor. The payment of such doubtful materials
shall be allowed only after GE satisfies himself about the genuineness of material.
12.7 In case of any dispute with regard to the interpretation of the provisions contained in clause 12.1 to 12.6.4 above,
the decision of the Accepting Officer shall be final, conclusive & binding on both the parties.
12.8 The contractor‟s quoted rates shall be deemed to include all the above aspects.
13. PERIOD FOR KEEPING THE TENDER OPEN: The tender shall remain open for acceptance for a period of
60 (Sixty) days from the date on which the tenders are due to be submitted.
14. CONTRACTOR`S REPRESENTATIVES AND WORKMEN: Refer condition 25 of IAFW-2249. The
contractor shall employ only Indian Nationals as his representatives, servants and workmen and verify their
antecedents and loyalty before employing them for the works. He shall ensure that no person of doubtful
antecedents and nationality is, in any way, associated with work. If for reasons of technical collaboration or other
consideration, the employment of any foreign national is unavoidable, the contractor shall furnish full particulars to
this effect to the Accepting Officer at the time of submission of his tender.
15. SECURITY OF CLASSIFIED DOCUMENTS: Contractor‟s special attention is drawn to Condition 2-A and 3 of
IAFW-2249 (General Conditions of Contract). The contractor shall not communicate any classified information
regarding the work either to Sub contractors or others without the prior written approval of the Engineer-in-
Charge. The contractor shall also not make copies of the design/drawing and other documents furnished to him
in respect of work, and shall return all documents on completion of the work or earlier on determination of the
contract. The contractor shall alongwith the final bills attach a receipt of his having returned the classified
documents as per Condition 3 of IAFW-2249 (General Conditions of Contract).
16. RECORD OF MATERIALS
16.1 The quantity of materials, such as proprietary materials as directed by the Engineer-in-Charge(the quantity of
which cannot be checked after incorporation in the works), shall be recorded in „Measurement Books‟ and
signed by the Contractor and the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for incorporation in the work.
Contd...
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 28
SPECIAL CONDITIONS AND REQUIREMENTS (CONTD…)
16.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge and those already recorded in
„Measurement Books‟ shall be suitably marked for identification.
16.3 The contractor shall, on demand produce to the GE original receipt vouchers/invoices in respect of the materials
procured by him. Vouchers/invoices so produced shall be verified and to be stamped by Engineer-in-Charge
indicating Contract Number. The contractor shall ensure that the materials are brought to site, in original
sealed containers/packing, bearing manufacturer‟s marking except in the case of the requirement of material(s)
being less than smallest packing.
16.4 Contractor shall produce vouchers/invoices from the manufacturers and/or their authorized agents for the full
quantity of the following materials, as applicable as a prerequisite before submitting claims for payment for any
advances on account of the work done and/or materials collected in accordance with Condition 64 of IAFW-2249
(General Conditions of Contracts). GE will check the same before making of RAR payment against these items.
Production of purchase vouchers for these items is mandatory. The GE will not make payment against the items
listed below in RARs, unless the Purchase vouchers for the same have been produced to him and verified by him.
(a) Cement (b) Structural steel and steel reinforcement TMT bars
(c) Water proofing compound, Chemical for ATT. (d) Paints, Distempers and Cement base paint
(e) Cast iron/PVC pipes and fittings (f) Sanitary fittings
(g) Steel windows/ventilators and aluminium door/windows, rolling shutter
(h) Factory made door shutters – Wooden/PVC (j) Floor/Wall tiles, chequered tiles, interlocking tiles
and ceiling board
(k) HDPE OH Tanks (l) APP polymeric membrane
(m) Water Supply fittings/fixtures where names of manufacturers/brands are specified or approved.
(n) Electrical fittings/fixtures where names of manufacturers/brands are specified or approved
(o) Cables/wires.
(p) Any other materials used in the work as asked for by the Engineer-in-charge.
17. CONTRACTOR‟S PLANT/EQUIPMENT AT SITE: SECURITY AGAINST LOSS OR DAMAGE
17.1 The contractor shall furnish to the Engineer-in-Charge every morning distribution return of his plants/equipment on
the site of work stating the following particulars:-
(i) Particulars of plants/equipment‟s, their make manufacture Model No. if any, registration
No. if any, capacity, year of manufacture and year of purchase etc.
(ii) Total No. (Quantity) on site of work.
(iii )
(iv)
Location, indication Nos., quantity at each location of site of work.
Purchase value on the date of purchase. For the purpose of the condition, plant/equipment,
shall be given vehicle No. i.e. Trucks and lorries but neither the workman‟s tools nor
any manually operated tools/equipment. The Engineer-in-Charge shall record the
particulars supplied by the contractor in the works diary and send the return to the GE for
record in his office.
Note: - However this will not absolve the contractor of his responsibility for safe custody of plants,
equipments etc even though the work is to be executed in restricted area.
17.2 LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION :- If as a result of enemy action, the Contractor
suffers any loss or damage, the Government shall reimburse to the Contractor such loss or damage to the extent and
in the manner hereinafter provided: -
(i) The loss suffered by him on account of any damage or destruction of his plant/ equipment (as defined in
special condition (a) above) or materials or any part or parts thereof. (The amount of loss assessed by the Accepting Officer of the Contract or the CWE in case of contracts accepted by GE, on this account shall be final and binding).
Contd...
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 29
SPECIAL CONDITIONS AND REQUIREMENTS (CONTD…)
(ii) The compensation paid by him under any law for the time being in force to any workman employed by
him for any injury caused to him or to the workman‟s legal successors for loss of the workman‟s life.
(iii) Payment of compensation for loss or damage to any work or part of work carried out (The amount of
compensation shall be determined in accordance with condition 48 of General Conditions of Contracts IAFW-
2249). No reimbursement shall be made nor shall any compensation be payable under the above provision unless
the Contractor had taken Air Defence Precautions ordered in writing by the GE/OC concerned or in the absence of
such orders, reasonable precautions. No reimbursement shall be payable nor shall any compensation be payable for
any plant/equipment or materials not lying on site of work at the time of enemy action.
18. FORCE MAJEURE
18.1 Should any force majeure circumstances arise, each of the contracting party shall be excused for the non-fulfillment
or for the delayed fulfillment of any of its contractual obligations, if the affected party within 15 days of its
occurrence informs the other party in writing.
18.2 Force majeure shall mean fires, floods, natural calamities or other acts such as war, turmoil, strikes (as not limited
to be establishment of the seller), sabotage, explosions, quarantine, restrictions beyond the control of either party.
18.3 It is under stood and agreed between the parties hereto that the rights and obligations of the parties shall be deemed
to be in suspension during the continuance of the force majeure event(s) as aforesaid and the said rights and
obligations shall automatically revive upon the cessation of intervening force majeure event(s). The period within
which the rights and obligations of the parties shall be in suspension due to the force majeure event(s) shall not be
considered as a delay with respect to the period of delivery and/or acceptance of delivery under the contract or
otherwise the determinant of either party.
18.4 Notwithstanding the provisions of the immediately foregoing clause(s), it is further understood and agreed between
the parties hereto that in the event(s) of any force majeure persisting for an uninterrupted period exceeding 06 (six)
months, either party hereto reserves the right to terminate this contract upon giving prior written notice of 30
(thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the
terms provided in this agreement of the goods received.
19. RELEASE OF ADDITIONAL SECURITY DEPOSIT
19.1 Refer Condition 22 and 68 of IAFW-2249 (General Conditions of Contract).
19.2 The contractor, in case, has to deposit additional security for the contract, is advised to deposit the
additional security in two equal parts so as to facilitate its release in accordance with Condition 68 of IAFW-
2249.
20. OFFICIAL SECRET ACT: The Contractor shall be bound by the Official Secret Act 1923.
21. CLEANING DOWN: Refer Condition 49 of IAFW-2249, General Conditions of Contract. The Contractor shall
clean all floors, walls remove cement/lime/paint marks/drops etc, clean the joinery glass panes etc touch up all
painters work and carryout all other necessary items of work in connection there with and leave the whole
premises clean and tidy before handing over the building(s).
22 TESTING OF MATERIALS
22.1 Refer condition 10 of IAFW-2249 (General Conditions of Contract). The contractor shall provide at his own
expenses all facilities including labour, materials, equipment, tools and plants etc for carrying out tests
including materials/tests cubes, beams etc required to be preserved by GE as
specified in the Contract Agreement including relevant IS. The cost of materials and labour consumed in test and
the cost/charges of test shall be borne by the contractor in all cases. In case the Engineer-in-Charge desires to
carryout additional test which are not covered by the contract including relevant IS, the contractor
shall provide all facilities required for the purpose and the charges for the tests also shall be borne by the
contractor. Charges for each test which are conducted in the department test laboratory shall be borne by contractor
and for tests which are conducted through other test labs shall be charged by them and shall be directly payable by
the contractor. Test charges for tests those conducted by the department shall be recovered from RARs.
Contd...
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 30
SPECIAL CONDITIONS AND REQUIREMENTS (CONTD…)
23 CONSTRUCTION LABOUR WELFARE TAX: The quoted rates in the tender by the contractor shall be
deemed to be inclusive of construction labour welfare tax & cess and no extra payment shall be admissible to the
contractor on this account.
24. RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO CONTRACT
VALUE”
24.1 The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including Sales Tax/VAT on
materials, Sales Tax/VAT & Service Tax on Works Contracts, Turnover Tax, Labour Welfare Cess/Tax etc),
duties, Royalties, Octroi & other levies payable under the respective Statues. No reimbursement/refund for
variation in rates of taxes, duties, Royalties, Octroi & other levies, and/or imposition/abolition of any new/existing
taxes, duties, Royalties, Octroi & other levies shall be made except as provided in sub Para 24.2 here-in-below.
24.2 The taxes which are levied by Govt at certain percentage rates of Contract Sum/Amount shall be termed as “taxes
directly related to Contract value” such as Sales Tax/VAT & Service Tax on Works Contracts, Turnover Tax,
labour Welfare Cess/Tax and like but excluding Income Tax. The tendered rates shall be deemed to be inclusive of
all taxes directly related to Contract value” with existing percentage rates prevailing on last due date for receipt of
tenders. Any increase in percentage rates of “taxes directly related to Contract value: with reference prevailing
rates on last due date for receipt of tender 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 of receipt of tenders shall be refunded by the contractor to the Govt/deducted by the
Govt from the payment due to the Contractor.
24.3 The contractor shall, within a reasonable time of his becoming aware of variation in percentage rates and/or
imposition of any further “taxes directly related to Contract value”, give written notice thereof to the GE stating
that the same is given pursuant to this Special Condition, together with all information relating thereto which he
may be in a position to supply. The contractor shall submit the other documentary proof/information‟s as the GE
may require.
24.4 The contractor shall, for the purpose of this condition keep such books of account and other documents as are
necessary and shall allow inspection of the same by a duly authorized representative of Govt and shall further, at
the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and such
other information as the GE may require.
24.5 Reimbursement for increase in percentage rate/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.
25. LABOUR REGULATION AND ABOLITION ACT
25.1 Contract labour (Regulation and Abolition) Act 1970 is applicable to MES contracts. Rates quoted by the
contractor shall be deemed to take into account the cost etc, required to comply with the provisions contained in the
said act and the rules framed under the said act.
Contd…
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial Page No. 31
SPECIAL CONDITIONS AND REQUIREMENTS (CONTD…)
26. INDEMNITY BOND FOR PAYMENT OF LABOUR, WORKMEN EMPLOYED ON WORKS OR
OTHER MONEYS OF TENDER PAYMENTS
26.1 The contractor shall execute indemnity bond with the GE for enforcement of various enactments like wages Act
1936, Minimum wages Act 1948, employees liability Act 1938 workmen‟s compensation Act 1923 or any other
Act or enactment‟s related to indirectly and directly labour employed on works and rules framed there under from
time to time for the time being enforce. In case of non compliance of any of the enactment‟s by the contractor, the
GE shall be empowered to exercise the powers vested in him as the principal employer and the amount so not paid
to the labour/workman to be deducted from the sum become due under this contract or from other contracts in
terms of condition 67 of IAFW-2249, General Condition of Contracts.
27. RECORD OF CONSUMPTION OF CEMENT
27.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages initialed by
Engineer-in-Charge against numbering showing quantities of cement received, issued in work and balance at the
end of each day. The form of record shall be as approved by Engineer-in-Charge. The register
shall be signed daily by representatives of MES and the contractor in token of verification of its correctness
and will be checked by Engineer-in-Charge, at least once a week and on the day cement is received at site.
27.2. The register shall be kept at site in safe custody of the contractor‟s representative during the progress of work and
shall be produced on demand for verification to the inspecting officer(s).
27.3. On completion of the work, the contractor shall deposit the cement register with the Engineer-in-charge for record.
28 NET WORK ANALYSIS
28.1 Time and progress chart to be prepared as per condition 11 of IAFW-2249 shall consist of detailed net work
analysis and a time schedule. The critical path net work will be drawn jointly by the GE and contractor soon after
acceptance of tender. The time schedule of the activities will be done by the contractor so as to finish the work
within the stipulated time. On completion of the time schedule a firm calendar date schedule will be prepared and
submitted by the contractor to GE, who will approve it after due scrutiny.
28.2. During the currency of the work, the contractor is expected to adhere to the time schedule and this adherence
will be a part of the contractor‟s performance under the contract. During the execution of the work, the
contractor is expected to participate in the reviews and updating of the net work under taken by the
GE. These reviews may be undertaken at the discretion of the GE either as a periodical appraisal measure or
when the quantum of the work ordered on the contractor is substantially changed through deviation orders or
amendments. Any revision of time schedule as a result of the review will be submitted by the contractor to GE
within a week for the approval after due scrutiny by the authority
28.3 The Contractor shall adhere to the revised time Schedule thereafter. In case of contractor disagreeing with revised
Schedule the same will be referred to the Accepting Officer whose decision shall be final, conclusive and binding.
GE`s approval to the revised Schedule resulting in a completion date beyond the stipulated date of completion shall
not automatically amount to a grant of extension of time. Extension of time shall be considered and decided by the
appropriate authority mentioned in condition 11 of IAFW-2249 and separately regulated.
28.4 Contractor shall mobilize and employ sufficient resources to achieve the detailed schedule within broad frame work
of the accepted method of working and safety. No additional payment will be made to contractor for any multiple
shift work or other intensive methods contemplated by him in his schedule, even though the time schedule is
approved by the contractor.
29. The list of tests given in Appendix „F‟ to these PS contains only a few common tests. However all other tests
required in the work but not covered in the appendix shall also be got done in Govt approved lab/Engineering
College/National test house as approved by GE and entire cost of samples, handling, transportation and actual testing charge will be borne by the contractor directly.
Contd…
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 32
PARTICULAR SPECIFICATIONS
1. GENERAL
1.1 The work under this contract shall be carried out in accordance with „Schedule of Works‟, Particular specifications,
drawings forming part of this contract and general specifications and other provisions in the MES Schedule-2009
(Part-I) and MES Schedule 2010 (Part-II). However, in case contractor does not possess a copy of MES Schedule,
the same may be referred from local MES formations or this HQ Commander Works Engineer (AF) Chandigarh,
during working hours.
1.2 The term “General Specifications” referred to in para 1.1 above as well as referred to in IAFW-2249 (General
Conditions of Contracts) shall mean specifications contained in the MES Standard Schedule of Rates 2009 (Part-I)
Specifications and SSR-2010, (Part-II), Rates.
1.3 General rules, specifications, special conditions, Particular Specifications, „Schedule of Works‟ and all preambles
in the MES Schedule shall be deemed to apply to work under this contract, unless mentioned otherwise in these
tender documents. In case of any discrepancy between General specifications and these Particular Specifications,
the provisions in these particular specifications shall take precedence over the aforesaid provisions in the MES
Schedule.
1.4 The notes on the drawings (if any) to the effect that foundations are based on specified safe bearing capacity of
the soil are for guidance of MES executive staff only.
1.5 Particular specifications given here in after are brief and are given only to particularize, amend and emphasize the
specifications given in MES Schedule which are not repeated here in after.
1.6 SAMPLES OF MATERIALS
1.6.1 The contractor is advised to inspect samples of materials which are displayed in the office of GE concerned before
submitting his tender. The contractor is deemed to have inspected the samples and satisfied himself as to the nature
and quality of materials, which is required to be incorporated in the work. Irrespective of the fact whether he
inspects them or not, the materials to be incorporated in the work by the contractor shall conform to or be superior
in quality to such of the samples and comply in all respects with the specifications.
1.6.2. The contractor shall produce samples of all materials and shall obtain approval in writing from the Garrison
Engineer before he places bulk order for the materials for incorporation in the work. In respect of materials for
which samples are not kept or detailed specifications are not given hereinafter, the materials shall comply with
latest relevant Indian Standard specifications whether listed in MES Schedule and under these specifications or not.
Materials having ISI mark shall be given preference over those not having ISI mark. Materials having ISI
embossed shall be given preference over those not having ISI mark.
2. SCOPE OF WORK
The scope of work under this contract includes for the full, final and entire completion of the items of work
described in „Schedule of Works‟/listed in General Summary, all as specified in these particular specifications and
shown in drawing including notes thereof.
3. ------------BLANK--------------------
4. CONCRETE
4.1 MATERIALS
4.2 CEMENT
4.2.1 The cement shall be ordinary Portland cement grade 43 (IS-8112-1989) or Portland Pozzolana Cement (IS: 1489-
2009). However for reinforced cement concrete works, only ordinary Portland cement shall be used. Mixing of
OPC & PPC shall not be allowed in a particular member of the structure or of any work. While using the PPC,
following precautions/conditions shall be met with by the contractors at site:-
(a) PPC shall meet the strength criteria of 43 Grade OPC as laid down in IS 8112-1989. Period of curing,
striking of form wok shall be increased as specified in SSR Part-I and as directed by Engineer-in-Charge.
Contd...
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 33
PARTICULAR SPECIFICATIONS
(b) The contractor shall submit following test certificate from the manufacturer of the cement for every batch of
cement:-
(i) The quality of fly ash is strictly as per IS 1489 (Part-I)-2002.
(ii) Fly ash is inter-ground with clinker and not mixed with clinker.
(iii) Dry fly ash is transparent in closed containers and stored in silos. Only pneumatic pumping shall
be used.
(iv.) The fly ash is received from thermal power plant using high temperature combustion above 10000C
should be used.
(v) The fly ash content in PPC shall not exceed 25% to ensure consistency.
4.2.2 Cement shall be procured by the contractor from the main producers of cement enumerated as under: -
(i) The Associated Cement Companies Ltd.
Brand: “ACC”
(OPC 43 Gr. & PPC).
(xii) Lafarge Cement (Lafarge India Pvt. Ltd.)
Brand: “LAFARGE”
(OPC 43 Gr. & PPC).
(xxiii) M/s Dhruv Industrial
Company Ltd.
Brand: “DHRUV”
(OPC 43 Gr. & PPC).
(ii) M/s Cement Manufacturing Company
Ltd.
Brand: “STAR” (OPC 43 Gr, OPC 53
Gr & PPC).
(xiii) M/s Shree Guru Kripa Cement (Pvt.) Ltd.
Brand: “SARTAJ”
(OPC 43 Gr. & PPC).
(xxiv) M/s Chettinad Cement
Corporation Ltd.
Brand: “CHETTINAD”
(OPC 43 Gr, PSC & PPC).
(iii) M/s Birla Corporation Ltd Brand:
“BIRLA”
(OPC 43 Gr & PPC).
(xiv) M/s Heidelberg Cement India Ltd.
Brand: “MYCEM” (PPC).
(xxv) M/s Toshali Cements Pvt.
Ltd.
Brand: “GAJAPATI”
(OPC 43 Gr, PSC & PPC).
(iv) M/s JK Cement
Brand: “JK”
(OPC 43 Gr & PPC).
(xv) M/s My Home Industries Ltd.
Brand: “MAHA SHAKTI” for PSC,
“MAHA” for OPC 43 Gr & “MAHA
SHAKTHI”for PPC.
(xxvi) M/s Barak Valley Cements
Ltd.
Brand: “BVCL”
(OPC 43 Gr)
(v) M/s Orient Cement
Brand: “ORIENT”
(OPC 43 Gr & PPC).
(xvi) M/s Ultra Tech Cement Ltd.
Brand: “ULTRATECH” (OPC 43 Gr, OPC
53 Gr & PSC).
(xxvii) The India Cement
(OPC 43 Gr & PPC)
(vi) M/s Mangalam Cement Ltd.
Brand: “MANGALAM”
(OPC 43 Gr & PPC).
(xvii) M/s Parasakti Cements Ltd.
Brand: “PRASAKTI”
(OPC 43 Gr & PPC).
(xxviii) Andhra cement Ltd.
(OPC 43 Gr & PPC).
(vii) M/s Shree Cement
Brand: “SHREE”
(OPC 43 Gr & PPC).
(xviii) M/s Zuari Cement Ltd.
Brand: “ZUARI”
(OPC 43 Gr & PPC).
(xxix) Century Cements
Brand: “CENTURY”
(OPC 43 Gr & PPC).
(viii) M/s Jaypee Rewa Cement
Brand: “JAYPEE”
(OPC 43 Gr & PPC).
(xix) M/s OCL India Ltd.
Brand: “KONARK” (OPC 43 Gr & PPC).
(xxx) Binani Cement Ltd.
Brand: “BINANI”
(OPC 43 Gr & PPC).
(ix) M/s Dalmia Cement (Bharat) Ltd
Brand: “DALMIA CEMENT” (OPC 43
Gr & PPC).
(xx) M/s Saifco Cement Pvt. Ltd.
Brand: “SAIFCO”
(OPC 43 Gr).
(xxxi) JK Lakshmi Cement Ltd.
Brand: “JK LAKSHMI”
(OPC 43 Gr & PPC).
(x) M/s Sanghi Industries Ltd. Brand:
“SANGHI” (OPC 53 Gr & PPC).
(xxi) Ambuja Cement Ltd.
Brand: “AMBUJA” (OPC 43 Gr & PPC).
(xxxii) Madras Cement
Brand: “MADRAS”
(OPC 43 Gr. & PPC).
(xi) M/s Prism cement Ltd.
Brand: “PRISM” (OPC 43 Gr & PPC).
(xxii) Saurashtra Cement
Brand: “SAURASHTRA”
(OPC 43 Gr. & PPC).
(xxxiii) Grasim Industries Ltd
Brand: “GRASIM”
(OPC 43 Gr & PPC).
4.2.2.1 The particulars of the manufacturer of cement alongwith the date of manufacture shall be produced by the contractor for
every lot of cement separately. The documents in support of the purchases of cement shall be produced before the
Engineer-in-Charge for verification by the GE.
4.2.2.2 However, where the requirement of cement is less than 1200 bags, it may be procured from the authorized
stockiest/dealer of the main producers. The contractor have to submit test certificate by the manufacturer alongwith lot
No and date of manufacturing, of the cement so procured.
4.2.3 TESTING
The contractor shall submit the manufacturer‟s test certificate in original alongwith the Test Sheet giving the result of
each physical test as applicable and the chemical composition of the cement or authenticated copy thereof, duly signed
by the manufacturer with each consignment clearly bringing out above details. Engineer-in-Charge shall record these
details in the cement acceptance register as given in Appendix „D‟ after due verification. GE shall also organize
independent testing of random samples of cement drawn from various lots from the National Test House, SEMT,
Regional Research Laboratories, Government approved laboratories, as per IS: 3535-1986 (method of sampling
Hydraulic Cement), IS: 4031 (method of physical test for Hydraulic Cement) and IS: 4032-1985 (method of Chemical
analysis of Hydraulic Cement).
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 34
PARTICULAR SPECIFICATIONS
4.2.4 The average net mass of cement packed in bags in a sample shall be equal to or more than 50 Kgs. The number of
bags in a sample shall be as given below: -
Batch/Lot Size (in bags) Sample Size (in bags)
100 to 150
151 to 280
281 to 500
501 to 1200
1201 to 3200
3201 and over
20
32
50
80
125
200
The bags in a sample shall be selected at random.
4.2.5 The cement shall conform to chemical and physical requirements as specified in respective clauses of IS: 8112.
Each bag shall bear IS certification mark. The tests, carried out as per provisions of IS codes specified
hereinbefore, shall be the criteria for acceptance of cement by Engineer-in-Charge. If samples from lot/lots are
not within the acceptable limits of Indian Standard, the lot/lots shall be rejected without any claims or
compensation to the contractor for the lot/lots purchased. The contractor shall replace the lot/lots with the fresh one
which shall be tested again for acceptance.
4.2.6. The cost of all tests carried out on cement before acceptance for incorporation in the work shall be borne by the
contractor whether the results are acceptable or not.
4.2.7 STORAGE
Cement shall be stored over dry platform at least 20cm high in such a manner so as to prevent deterioration due to
moisture or intrusion of foreign matter. In case of storerooms, the stack should be at least 20cm above floors and
away from walls. Inspection shall be carried out once in a day by the Engineer-in-Charge. The stocking of cement
shall not be more than 10 bags high. It shall be ensured by the Engineer-in-Charge that tested and untested cement
are segregated and stored separately with distinct identification. The cement godowns shall be provided with two
locks on each door. The key of one lock, at each door, shall remain with the Engineer-in-Charge or his
representative and that of the other lock with the contractor‟s authorized representative at site of works so that
cement is removed from the godown only according to daily requirement with the knowledge of both the parties.
4.2.8 DOCUMENTATION
4.2.8.1 The Contractor shall submit original vouchers from the manufacturer for the total quantity of cement supplied
under each consignment to be incorporated in the work. All consignments received at the work site shall be
inspected by GE alongwith the relevant documents before acceptance. The original vouchers and the Test
Certificates shall be defaced by the Engineer-in-Charge and kept on record in the office of GE duly authenticated
and with cross reference to the control number recorded in the Cement Acceptance Register. The Cement
Acceptance Register will be signed by JE (Civil), Engineer-in-Charge, Board of Officers for random check of
cement and verification of connected documents. The entire quantity of all types of cement shall also be suitably
recorded in the Measurement Book for record purposes before incorporation in the work and shall be signed by the
Engineer-in-Charge and the Contractor.
4.2.8.2 The following documents will be maintained by the Engineer-in-Charge/GE for cement supplied by the
contractor:-
(a) Original voucher of cement shall be kept in the separate file in GE‟s office, serially numbered on each
page.
(b) Original test certificated and test sheet shall be kept in the separate file in GE‟s office, serially
numbered on each page.
(c) Cement Acceptance Register
(d) In/Out Register for cement
(e) Register containing results of independent & additional testing by GE.
(f) Register containing records & surprise check & Board of Officers.
(g) Inspection Register.
Contd…
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 35
PARTICULAR SPECIFICATIONS
4.2.8.3 The contractor will keep a separate stock of cement brought at site for inspection, away from the accepted lot of
cement. In case the new lot is rejected by the GE it will be removed from the site within 24 hours, at the cost of the
contractor. The cement may be rejected if it does not comply with any of the requirement as per relevant IS codes.
4.2.9 SCHEDULING OF SUPPLY
Schedule of procurement of cement shall be finalized by Contractor with GE and shall be incorporated in CPM
chart so that procurement is in accordance with the progress contemplated in the CPM prepared. The complete
requirement of cement shall be worked out before making any RAR payment and procurement of cement by the
contractor shall be completed sufficiently in advance of the execution of work. Cement bags lying for more than 3
months after completion of test may be retested at the discretion of the GE before use and shall be rejected if it fails
to conform to any of the requirements of IS-8112.
4.3 COARSE AGGREGATE: - Unless otherwise specified, coarse aggregate for all cement concrete work shall be
broken or crushed stone conforming to samples obtained from sources as mentioned in Appendix „C‟. In all other
respects, specifications given in para 4.4.7.1 of MES Schedule (Part-I) shall be complied with.
4.3.1 Grading of coarse aggregate unless otherwise specified shall be as follows :-
(a) For all reinforced cement concrete of
thickness not less than 80 mm.
20mm graded as specified in para 4.4.7.1 of MES
Schedule (Part-I).
(b) For all reinforced cement concrete of
thickness less than 80mm.
12.5 mm graded as specified in para 4.4.7.1 of MES
Schedule Part-I).
(c)
For plain cement concrete 65 mm thick and
over.
40mm graded as specified in para 4.4.7.1 of MES
Schedule (Part-I).
(d)
For plain cement concrete less than 65 mm
thick
20mm graded in concrete 40mm thick and above
(but less than 65mm) and 12.5mm graded stone
aggregate in concrete below 40mm thick, both as
specified in para 4.4.7.1 of MES Schedule (Part-I).
4.3.2. FINE AGGREGATE (SAND)
Fine aggregate for all concrete work shall be sand conforming to samples complying with the requirement as
specified in para 4.4.7.2 for grading zone-I of MES Schedule Part-I. Sand of Zone-II grading can also be permitted
provided, mix design is done and the requisite strength of the concrete is achieved
4.3.3. All mixes of concrete and mortar mentioned in this tender document shall be by volume other than quality controlled
concrete i.e. design mix concrete.
4.4 MIX OF CEMENT CONCRETE
4.4.1. PLAIN CEMENT CONCRETE: Refer para 4.11, 4.11.1, 4.11.2, 4.11.2.1, 4.11.2.2, 4.11.2.3, 4.11.2.4 of SSR
Part-I. Proportion of mix, type of mix and grade of cement concrete shall be all as indicated on the drawings and
elsewhere in these particular specifications. However if nothing is specified on the drawings or elsewhere in these
particular specifications regarding mix of plain cement concrete in a particular location, the concrete shall be
provided as follows: -
(a)
PCC sub base of floors (if not specifically mentioned in particular
specification here-in-after).
PCC (1:5:10) type
E-2 (by volume)
(b)
PCC in foundation of all brick walls, lean concrete under RCC footing
/beams/RCC columns and lean concrete in all other situations.
PCC (1:4:8) type
D-2 (by volume).
(c)
Plinth protection including toe.
PCC (1:3:6) type
C-1 (by volume).
(d) PCC bed blocks, PCC bed plates, PCC blocks (other than for hold fast) and
concrete filling around pipes.
PCC (1:3:6) type
C-1 (by volume).
(e) PCC blocks for hold fasts, cills, kerbs, coping , benching and all other PCC
work not specifically mentioned elsewhere in (a) to (d) above.
PCC (1:2:4) Type
B-1 (by volume)
Contd…
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 36
PARTICULAR SPECIFICATIONS
4.4.1.1 WORKMANSHIP: Workmanship shall be as specified in SSR Part-I relevant to items of Schedule of Works.
4.4.1.2 WATER: Refer para 4.9 & 4.9.2 of MES Schedule 2009 Part-I.
4.4.2. REINFORCED CEMENT CONCRETE
(i) All RCC to be used in the subject work shall be of design mix.
(ii) Type and grade of RCC (reinforced cement concrete) shall be M-25 (Design Mix)
4.5. MIXING AND CONSOLIDATION OF CONCRETE
4.5.1. All cement concrete shall be mixed in mechanical mixer except in small quantities which shall be hand mixed with
prior written permission of GE. The mixing time for nominal mix shall be as per nominal mix at trial time.
4.5.2. All reinforced cement concrete shall be consolidated by mechanical vibrators. Consolidation by tamping may
be resorted to with the prior permission of GE in writing in locations where it is not practicable in the opinion of
GE to operate the vibrator or where quantity of concrete is small. Care shall be taken to ensure that concrete is not
over vibrated so as to cause segregation.
4.5.3. Precast/cast in situ plain cement concrete shall be deposited and rammed by tamping and punning as specified in
MES Schedule 2009 (Part-I) vide para 4.11.10 and 4.11.11 of MES Schedule (Part-I)-2009.
4.6 CASTING OF CONCRETE
RCC lintels with/without chhajas, fins and RCC shelves may be cast in situ or precast at the discretion of
contractor. In the event of any deviations, with regard to these items, pricing shall be done at the applicable rates
in MES Schedule for cast in situ concrete.
4.7. STRENGTH TEST
Sampling and strength test of concrete shall be carried out as per clause 15 of IS-456: 2000. Coarse and fine
aggregate and concrete cubes shall be tested in any Govt. lab approved by GE. The test samples should be
identified and signed jointly by Engineer-in-Charge and contractor‟s representative. However, minimum quantity
of cement for concrete M-25 (Design mix) shall be as per IS- 456 of 2000.
4.26 FORM WORK (For all cast in situ RCC works)
4.26.1 Form work shall comply with the requirements specified in para 11 on pages 25 and 26 of IS-456: 2000.
However striking period of the form work given in para 11.3.1 on page 25 of IS-456, shall be amended as
under:-
Type of form work Minimum period for striking form
work
(a) Vertical form work to col, walls, beams. - 36 to 48 hrs
(b) Soffits of form work to slabs (Props to be fixed
immediately after removal of form work)
- 7 days
(c) Soffits of form work to beams (Props to be fixed
immediately after removal of form work)
- 14 days
(d) Props to slab
(i) Span upto 4.5m
(ii) Span over 4.5m
- 14 days
- 21 days
(e) Props to beams and arches
(i) Span upto 6m
(ii) Span over 6m
- 24 days
- 28 days
4.26.2 Form work shall be of adequate strength. Form work to be used for surfaces specified in these specifications
to be plastered shall be such that after applications of the specified thickness of plaster a fair finished surface
is achieved as specified. The contractor shall use properly designed steel form work (both vertical props &
sides) duly taking all precautions and considering the nature and scope of work involved in the subject work
and he will have to properly roughening the concrete surface for recessing plaster finish. Wall thickness shall
not be made use of form work. Walls shall be built after the cols are casted. In the event of deviation, rate for
wooden form work clean sawn as per MES Schedule will only be applicable. Contd…
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 37
PARTICULAR SPECIFICATIONS
4.26.3. The contractor shall excavate for the RCC footing, plinth beams and walls to their required size after
accounting for form work to sides. If the depth of excavation made is more than required, the same shall be
made good as mentioned in para 3.13.4 and sub para 3.15.5 of MES Schedule Part-I, without any extra cost.
Formwork shall be provided to vertical sides of column pedestals and plinth beams, walls as necessary and as
directed by Engineer-in-Charge. The space between the sloped portion of RCC column footings and brick
work (above) shall be filled with PCC (1:5:10) type E-2 (where applicable) to maintain continuity and level
of brick work and lump sum quoted by the contractor shall be deemed to include for the same.
5 to 8 -------------BLANK -----------
9 STEEL AND IRON WORK
9.1 All steel required for incorporation in the work under this contract shall be procured by the contractor from
any of the sources mentioned here-in-after and shall comply with the requirements of the following
specifications:-
(a) REINFORCEMENT STEEL
(i) Where ever high yield strength deformed bars or deformed/twisted steel reinforcement bars or
CTD bars are specified/shown in the drawings or in these particular specifications, these shall be
amended to read as high strength deformed steel bars. The high strength deformed steel bars shall be
produced by Thermo Mechanically Treatment process (TMT steel bars) and shall be of grade Fe-
500 or Fe 500 (D) meeting all other requirements of IS-1786 (amended up to date). The bars shall be
of same diameter as shown in drawings.
(ii) TMT steel bars of grade Fe-500D shall only be used in works to be executed in seismic Zone 4 &
5 irrespective of whatever is shown in drawings. However, Earth Quake Resistant (EQR) steel of grade
manufactured by SAIL with the following tensile properties shall also be allowed to be used in Seismic
Zone 4 & 5:-
Standard Mandatory as per IS:
1786:2008
SAIL EQR
Grade Fe-500D Fe-500
Yield Strength (mpa min) 500 500
Yield Strength (mpa max.) - 625
Ultimate Tensile Strength (Min) 565
(1.1)
1.18
Elongation (% Min) 18 18
Uniform Elongation (% Min) 15 8
(iii) Grade of TMT steel bars shall be as specified in Particular specifications here-in-before with yield
stress (0.2% proof stress) of 500 N/Sqmm and shall confirm to all requirements of IS-1786 (latest)
(iv) MS round bars (6mm dia) shall be of mild steel grade-I quality conforming to IS:432 (Pt-I) of
1982. Chemical composition shall be in accordance with steel designation Fe 410-S of IS 226 of
1975.
(v) Tolerance on size and weight of reinforcement bars shall not be more than specified in clause
10.17.4 and 10.17.5 of MES SSR Part-I.
(b) STRUCTURAL STEEL:
(i) Definition of structural steel as given in clause 10.4 of MES Schedule Part-I shall be applicable.
Standard quality steel E-250 (Fe-410 w) conforming to IS-2062 of 2006 shall be used for all types
of steel structures including that subject to dynamic loading.
(ii) Ordinary quality steel E-165 (Fe-290) conforming to IS-2062 of 2006 shall be used for steel doors,
steel windows, grills, steel gates, railing, fencing posts etc.
Contd...
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 38
PARTICULAR SPECIFICATIONS
(c) GALVANIZED STEEL SHEETS (PLAIN AND CORRUGATED): Galvanized steel sheet (plain or
corrugated) shall be conforming to IS: 277 of 1985 with minimum average mass of zinc coating (total both
sides) as 275gms/square metre, unless otherwise mentioned.
(i) The class of galvanized shall be as indicated. Sheets are galvanized as under :-
(a) Class 2-Heavy coating of zinc nominal 600 g/Sqm
(b) Class 3-Medium coating of zinc nominal 450g/Sqm
(c) Class-5-Standard coating of zinc nominal 275g/Sqm
(d) Class-8- Standard coating of zinc nominal 120 g/Sqm
(ii) Plain sheets shall be reasonably flat and free from twist. Corrugated sheets shall be free from
twist or buckle and shall have uniform corrugation, true in depth and pitch, and parallel to the
sides of the sheets. The galvanized coating shall be clean, even and free from un-galvanized spots
and other defects. The tolerance on weight of an individual sheet shall be ± 10% and tolerance on
a bundle of sheet shall be ± 5%.
(iii) Thickness of sheets shall be as shown in drawings. However, where not shown in drawings these
shall be taken as 0.63mm for roof sheeting and 0.8mm thick for ridges. These shall be of
manufacturers: TATA, JINDAL, SAIL and RINL.
(d) FABRIC REINFORCEMENT FOR CONCRETE: Hard drawn steel wire fabric for concrete reinforcement
shall be conforming to IS: 1566 of 1982. Steel wire fabric for general use such as window grills, fencing work,
etc shall conform to IS: 4948 of 2002-Specification for Welded Steel Wire Fabric for General Use. The weight
of expanded metal shall be not less than 4kg/Sqm.
9.2 PROCUREMENT
9.2.1 REINFORCEMENT STEEL: TMT Reinforcement steel bars of all sizes shall be procured directly from
SAIL/RINL/TISCO/ M/s Shyam Steel Industries Ltd, Durgapur (West Bengal)/M/s SPS Steel Rolling Mills Ltd
Durgapur (West Bengal)/ M/s Jai Balaji Industries Ltd Durgapur (West Bengal), M/s Steel Exchange India Ltd
Hyderabad (AP), M/s Jindal Steel & Power Ltd Gurgaon (Haryana), M/s SRMB Srijan Ltd Kolkata (West Bengal), M/s
Concast Steel & Power Ltd., M/s Adhunik Metaliks Ltd., M/s Shri Bajrang Power & Ispat Ltd., M/s JSW Steel
Ltd., M/s Electrosteel Steels Ltd., M/s Shyam Metalics & Energy Ltd./any other primary steel producer approved by
E-in-C‟s Branch.
9.2.2 Reinforcement steel (TMT steel bars) shall be procured directly from main producers only as mentioned hereinbefore.
However the preference shall be given to SAIL for the procurement of reinforcement steel.
9.2.3 The supply of reinforcement steel from authorized conversion agents of the main producers can be accepted, provided the
main producers have given such direction in a specific sale/purchase order and if the conversion agents are producing
TMT steel using Thermex/Tempcore technology. In such case the purchase voucher or cash memo shall be from main
producers. In this respect contractor has to take written approval of the GE, and steel so, shall be procured , if the
quantity required for a particular size bar is very small.
9.2.4 Manufacturers and their grade/trade name for the TMT bars shall be any one of the following:-
(a) SAIL : SAIL TMT-500
(b) TATA STEEL : TISCON
(c) Rastriya Ispat Nigam Limited : Re-bars HYSD- 415
(d) IISCO : TMT bars corresponding to above grade ie Fe-500
9.3 STRUCTURAL STEEL
9.3.1 Structural steel of all sizes shall be procured directly from the main producer SAIL/RINL/TISCO/M/s Jindal Steel &
Power Ltd Gurgaon (Haryana)/ any other primary steel producer approved by E-in-C‟s Branch.
9.3.2 In case of non-availability of structural steel section of any size with main producers as mentioned above (Non-
availability certificate signed by authorized rep of each main producer), the same can be procured from approved
secondary producers who manufacture structural steel out of ISI marked billets and are having BIS certification or ISI
marked on their products with necessary price adjustment.
Contd…
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 39
PARTICULAR SPECIFICATIONS
9.3.3 In case of non availability with primary producers, the structural steel can be procured from approved secondary
producers with a reduction of 5% (five percent) of the accepted rate of structural steel. In case the desired section of
structural steel is not rolled / manufactured by primary producers, there shall be no price adjustment in use of structural
steel procured from approved secondary producers.
9.3.3.1 The contractor shall have to check from GE whether the proposed secondary producer is approved by the department or
not. No claim whatsoever shall be entertained in case the proposed secondary producer is rejected due to non approval by
department.
9.3.3.2 Names & Address of secondary producers:-
(i)
M/s K L Steel Pvt Ltd, Post Box No. 61, Lal Kuan, Bulandshahar Road, Ghaziabad (U.P) (Tele: 0120-
2867911, 2867915, Fax : 0120-2867917)
(ii) M/s Shri Badrinarain Alloys & Steels Ltd, 95, Stephen House, 4 BBD Bag, Kolkata – 700 001 (Tele: 033-
2220 5381/2248 1601, Fax: 033-2248 8664)
(iii) SRMB Udyog Ltd, 46, BB Ganguli Street, Kolkata – 700 012 (Tele 2236 9999)
(iv) M/s Tata Steel Structure, Tata Steel-Tube Division, Jeevan Tara building, 1st Floor, 5, Sansad Marg, New
Delhi-110001 (Tele: 991112334, 264601734, 309983, 309986)
(v) M/s K L Concast Pvt Ltd, Z-18, Naraina, New Delhi.
(vi) M/s Karam Steel Corp, Nasrali Road, PO Box No. 56, Mandi Gobindgarh – 147 301
(vii) M/s T K Ispat (Pvt) Ltd, 409, City Tower, 17, Boat Club Road, Pune-411 001
(viii) M/s Doaba Steel Rolling Mills, Amloh Road, Mandi Gobind Garh (Punjab),
(ix) M/s SPS Rolling Mills Ltd, Himalaya House, 3813, 8 th floor, Chowringhee Road, Kolkata-700 071
(x) M/s Shree Sharma Steel Rolling Mills Pvt Ltd, 90 ABC & 91-B, Industrial Area, Jhotwara, Jaipur
(xi) M/s Shree Krishna Steel Rolling Mills, Jaipur
(xii) M/s Fortune Metal Ltd, Mandi Gobind Garh (Punjab)
(xiii) M/s Kamdhenu Ispat Ltd, A-1114, RIICO Industrial Area, Phase-III, Bhiwadi-301019, Distt : Alwar
(Rajasthan)
(xiv) M/s Paras Nath Steel Rolling Mills, Durga Pur (WB)
(xv) M/s Amba Steels, 21/6, West Patel Nagar, New Delhi-110 008
(xvi) M/s Rathi Super Steel Ltd, 3-B, Vandana Bldg, 11, Tolstoy Marg, New Delhi
(xvii) M/s Madhav Udyog Pvt Ltd, PO Box No 61, Lakkuan –Buland Sahar Road, Ghaziabad (UP)
(xviii) M/s Prem Steel & Allied Industries, GT Road (Sirhind Size) Mandi, Govindgarh, Punjab-147 301
(xix) M/s Kashmir Steel Rolling Mills, SIDW Industrial Complex, Bari Brahmana, Jammu (J&K)
9.4 GALVANIZED IRON SHEETS & FABRIC REINFORCEMENT FOR CONCRETE: These shall be
procured directly from main producers/BIS marked manufacturers without any price adjustment.
9.5 Structural Steel sections ordinary quality required for railings, gates, fencing, guard bars, grills, door chowkhats
and holdfasts etc. which do not constitute structural members can be procured from main producers/secondary
producers/BIS marked manufacturers or their authorized dealers at the option of contractor without any price
adjustment.
9.5.1 The structural steel shall be purchased by the contractor from the storage depot of the main producers/ secondary
producers as per provisions contained herein before and not from their authorized agents/dealers.
9.5.2 The Structural steel and Galvanized sheets & fabric reinforcement for concrete can be procured from authorized
dealers of main producers in case the total requirement of steel is less than 5 metric tonne.
9.6 All finished steel shall be well and clearly rolled to the dimensions, sections, and weight specified. The finished
material shall be reasonably free from cracks, surface flaws, laminations, rough, jagged and imperfect edges and
other harmful defects and shall be finished in a workman like manner.
Contd….
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 40
PARTICULAR SPECIFICATIONS (CONTD…)
9.7 Testing
9.7.1 Testing of Steel: The manufacturer is to carryout inspections and testing of steel in accordance with the relevant
BIS codes for testing. The contractor shall submit the manufacturer‟s Test Certificate in original alongwith the
Test sheet giving the result of each mechanical test as applicable and the chemical composition of the steel or
authenticated copy thereof duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall
record these details in the Steel Acceptance Register, after due verification and shall send a certified true copy of
test sheet to GE for his record.
The GE may at his discretion organize Independent testing of random samples of steel drawn from various
lots from a National Test House, SEMT, CME, Regional Research Labs, Government approved labs, Zonal labs
etc as approved by the GE with frequency as specified here-in-after. Samples from each lots should be tested for
quality elongation. The elongation shall not be less than 18%. Incase procurement of steel from main producers
and testing charges shall be born in accordance with condition 10A of IAFW-2249 i.e. testing charges shall be
borne by the department if the test results are found in order otherwise these shall be borne by the contractor.
Independent testing of steel by the GE shall be mandatory in case of procurement of steel from approved secondary
producers/conversion agents of primary producers and testing charges shall be borne by the contractor irrespective
of the outcome of test results. In order to undertake departmental testing, requisite facilities shall be organised by
the contractor. Cost of samples/materials and cost of testing shall be borne by the contractor. In addition to above
tests, the TMT steel reinforcements received from conversion agents will be tested by GE/CWE in person, before
incorporation in the works, by simple field tests and records shall be maintained. However, CWE will carry out
random checks where he has not tested the steel by himself. The records of such random checks would be
maintained in the steel test register. Simple field test involves sand papering the cross section of the TMT bars and
dipping the same in chemical solution to give a clearly defined annular ring of tempered steel. The contractor at his
cost shall arrange facilities for such tests. Tests are mandatory and hence all these tests shall invariably be carried
out before incorporating the TMT bars in the work. No TMT bars shall be incorporated in the work without the
above tests under any circumstance. Contractors to note that recovery in lieu of above tests shall not be acceptable.
FREQUENCY OF TESTING:-
NOMINAL SIZE STEEL FOR CONCRETE
REINFORCEMENT
QUANTITY
1. Bars size less than 10mm 1 sample (3 specimen) for each test of every 25 tonnes or
part thereof.
2. Bar size 10mm to 16mm inclusive 1 sample (3 specimen) for each test for every 35 tonnes or
part thereof
3. Bar size over 16mm 1 sample (3 specimen) for each test for every 45 tonnes or
part thereof
STRUCTURAL STEEL
4. Tensile Test 1 test for every 25 tonnes of steel or part thereof.
5. Bend Test 1 test for every 10 tonnes or part thereof.
NOTES:-
(i) For various tests, acceptance criteria, tolerance etc, refer to details given here-in-before and relevant BIS
Codes.
(ii) Testing by the GE as per above frequency is mandatory before payment is released to the contractor or
steel is incorporated in the work. However, tests will not be insisted upon for the steel required for guard bars,
holdfasts, grills and such other allied items. Any item of steel not meeting the requirements shall be rejected and
the particular consignment removed from the site by the contractor at his own cost. The contractor will have no
claim on this account.
(iii) The GE may also increase frequency and number of samples /tests for his satisfaction. The cost of these
additional tests shall be governed as per condition 10 (A) of IAFW-2249. However cost of samples, transportation
and other overheads shall be borne by the contractor irrespective of test results.
Contd….
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 41
PARTICULAR SPECIFICATIONS (CONTD…)
9.7.2 Cost of testing, transportation and materials used in testing etc shall be borne by the contractor and no extra claim
what so ever will be admissible. Number of tests will be as mentioned here-in-before.
9.8 DOCUMENTATION
9.8.1 Steel Acceptance Register and Measurement Book for steel (for record purposes and not to be abstracted) shall be
maintained by the Engineer-in-Charge. The contractor shall submit original machine numbered receipted/paid
purchase vouchers from the manufacturer for the total quantity of steel supplied under each consignment to be
incorporated in the work. All consignments received at the work site shall be inspected by the GE alongwith the
relevant documents before acceptance. The original vouchers and the Test Certificates shall be defaced by the
Engineer-in-Charge and kept on record in the office of the GE duly authenticated and with cross reference to the
control number recorded in the Steel Acceptance Register. The Steel Acceptance Register will be signed by JE
(civil), Engineer-in-Charge, GE and contractor. The entire quantity of all steel items shall also be suitably recorded
in the measurement book for record purposes as "not to be abstracted” before incorporation in the work and shall be
signed by the Engineer-in-Charge and the contractor. The Accepting Officer may order a Board of Officers for
random check of steel and verification of connected documents.
9.8.2 The following documents shall be maintained:-
(a) All original vouchers shall be kept in a file serially numbered and to be kept in GE‟s Office.
(b) Test certificate of each steel consignment, shall be serially numbered and to be kept in GE‟s office.
(c) Steel Acceptance Register as per sample format shall be maintained.
(d) In/Out register for details of receipt, acceptance/rejection and consumption of steel shall be maintained.
(e) Register containing results of independent and additional testing done by GE.
(f) Register containing records of surprise check and Board of Officers.
(g) Inspection Register.
9.8.3 The contractor shall keep the steel in a separate stock, which is brought at site for inspection, away from the
already accepted stock of steel.
9.8.4 The requirement of steel shall be worked out section wise and will be recorded in a separate register jointly
maintained by contractor & Engineer-in-Charge. Day to day record shall also signed by the contractor & Engineer-
in-Charge. The register should contain different sheets for each steel section indicating reference to drawing No,
location, No of bars, sketch of each length of bar with dimension. Length of waste & off cuts and quantity thereof
shall also be recorded in the register. The waste & off cuts shall be removed from the site only after inspection &
certification of Engineer-in-Charge.
9.9 Steel in coils etc: Reinforcement bars procured in coils requiring straightening shall not be accepted.
9.10 Storage
9.10.1 Steel of different sizes shall be stacked separately. For each classification of steel, separate areas shall be
earmarked. Steel shall be marked with distinct painting marks for easy identification.
9.10.2 All steel shall be stored in such a manner so that it is always at least 15 cm above the ground level and in a
manner so as to prevent distortion and corrosion. Any section that has deteriorated and corroded or if considered
defective by Engineer-in-Charge shall not be used in the work and shall be removed by the contractor without any
extra cost. It will be the responsibility of the contractor to make sure that all possible arrangements are made for
safe custody, storage, preservation, accounting & maintenance of steel till consumed in the work. In case of any
loss of steel, contractor only will be responsible and the loss will be made good without any delay or claim
whatsoever.
9.11 Scheduling & Supply : Schedule and supply of steel shall be finalized by contractor with GE and shall be
incorporated in CPM chart so that supply of steel is monitored in a way to avoid any delay in completion of the
work.
9.11.1 The complete requirement of steel of various sizes will be worked out before making any RAR payment and procurement of steel by the contractor will be completed sufficiently in advance of the date of completion. No
extension of time will be considered for non -availability of any section of steel.
Contd….
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 42
PARTICULAR SPECIFICATIONS (CONTD…)
9.12 STEEL REINFORCEMENT; WORKMANSHIP
9.12.1 Reinforcement bars shall be provided as shown on drawings and in the absence, provisions of IS-456 &IS- 1786 of
1985 shall be followed.
9.12.2. Reinforcement shall be fabricated, bent to shape, provided/placed in position all as indicated/shown on drawings
and specified in clause 10.17 to 10.21 of MES Schedule Part-I without application of heat.
9.12.3. All overlaps and crossings shall be tied with mild steel wire (annealed) of size not less than 0.9mm dia.
9.12.4. Stirrups fabricated out of TMT steel bars shall also be provided with 90-degree bend at ends for proper fastening
9.12.5 In the drawings showing reinforcement details, the symbols # and Ǿ stands for deformed/twisted steel bars
and plain round steel bars respectively. All reinforcement work including that of overlaps shall be provided as
per standard Engineering practice and as directed by GE unless otherwise indicated in relevant structural drawings.
No hook shall need to be provided in respect of the deformed steel bars.
9.12.6 Where there is a discrepancy between number of reinforcement‟s bars, as marked on the drawings and number of
bars as worked out from the center to center spacing shown on drawings, the later shall prevail.
9.12.7 In the event of deviation, the length of each bars for calculating laps shall be taken as 10metres. All laps and
crossing of reinforcement shall be tied with mild steel annealed wire (soft drawn) of size not less than 0.9mm
diameter. In the event of any deviation, TMT bars shall be priced as deformed bars as per MES schedule.
9.12.8 Reinforcement bars shall be cut and bent to shape and shall be provided all as shown on drawings.
9.13 STRUCTURAL STEEL WORK: Structural steel work in various sections shall be as per the details shown in the
drawings and specified. The ordinary quality or standard quality of steel shall be used at places as defined in para
10.4.1, 10.4.2 & 10.4.3 of MES Schedule Part-I, unless otherwise shown on drawings.
9.14. WELDING GENERALLY
9.14.1. Welding of iron and steel work shall be done in approved manner with electric welding/gas welding.
9.14.2 Electric welding shall be metal arc welding using consumable electrodes. All fillet welds shall be normal fillet
welds. Welding shall be done as specified in IS-816 and IS-823 unless specifically indicated otherwise on
drawings. Running welding shall be done unless otherwise specified.
9.14.3 Welding electrodes shall be of quality suitable for welding of structural steel and shall comply with the
requirements of IS-814 for covered electrodes for metal arc welding of mild steel.
9.14.4 Contractor's particular attention is invited to IS-818 code of practice for safety and health requirements in welding
and cutting operations.
9.14.5. All welds shall be cleaned of slag and other deposits after completion.
9.14.6. Unless otherwise specified/shown on drawings, all welds shall be 5mm fillet welds.
9.14.7. All steel/MS work in grills/railing etc, shall have joints welded all-around. Spot welding shall not be permitted.
10 to 20. -------------BLANK-------------
21. INTERNAL ELECTRIFICATION
21.1 WIRING AND INSTALLATION (General Requirement): Refer clause 19.2 of MES Schedule (Part-I).
21.2 The contract covers complete internal electrification upto and including main switches, MCBs and
distribution boards all as specified.
21.3 The general layout and wiring points and fittings shall be as per existing. The exact position of fittings etc
may be altered by the Engineer-in-charge to suit local requirements cutting chases/grooves wherever
required and making good is included in the contractor‟s quoted rates and amount in „Schedule of Works‟.
21.3.1 Before the execution of the work in internal wiring, the contractor is to submit complete layout plan of each
building showing the location of main/sub-main switch boards, distribution board/Sub-distribution board‟s with
complete wiring circuit diagram to the entire satisfaction of the GE.
21.3.2 No price adjustment in prices shall be made on account of change in location of fittings and accessories shown
on drawings.
Contd….
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 43
PARTICULAR SPECIFICATIONS (CONTD…)
21.4 “Loop in” system of wiring shall invariably be followed throughout the installation. Where it is
absolutely necessary junction boxes of approved make may be used as permitted by the Engineer-in-
charge. Soldered or taped joints are not permitted for jointing under any circumstances. Porcelain
connector connected with metal parts of brass shall be used.
21.5 The rates of point, wiring shall include all the necessary provisions made in clause 1 on page 402 of MES
schedule (Part-II) as applicable to surface wiring on wooden battens and to concealed wiring through
PVC conduit/stove enameled conduits.
21.6 All electrical fittings and cable etc shall be of make as specified in respective item of „Schedule of
Works‟ and or approved make irrespective of whatever is specified here-in-after or elsewhere . However
the cable/fittings etc which are not being manufactured marked with IS marks, GE shall approve reputed
make fittings, conforming to relevant IS without any price adjustment.
21.7 After the execution of the work and testing of the Internal Electric Installation, the contractor shall furnish
complete certificate as per Appendix „G‟ (E/M) attached. That 10% of the amount of Internal electrification is
to be kept reserved in addition to other permissible retention money from the running RAR‟s till the
submission of completion certificates as per Appendix „G‟ given to the department. (Annexure I to Appendix
„G‟ (E/M) is also attached).
21.8 SYSTEM OF WIRING
21.8.1 Wiring shall be with PVC insulated (unsheathed) for conduit wiring and sheathed for surface wiring
stranded copper conductor cable in concealed steel conduit as described in schedule of internal
electrification shown of drawing. Wiring shall be done in accordance with para 19.132 of MES schedule
(Part-I). Wiring is to be terminated in sunk cast iron or pressed steel terminal boxes for mounting fittings
like switch sockets and regulators etc, with 3mm thick plastic laminated sheet top cover. Cable for
lighting and power circuit shall run separately.
21.8.2 Not more than 8 (eight) light points and not more than two power points shall be connected on one
circuit.
21.9. MATERIALS
21.9.1 SAMPLE APPROVAL: All materials to be incorporated in the work shall be of highest standard quality
as specified and shall confirm to IS specifications.
21.9.1.1 The materials shall be of specified/approved make and as follows:
Srl.
No
Materials Refer to paras of MES
Schedule, Part-I
(a) Cable, Cords and Earthing electrode, leads. 19.24
(b) Cables for internal wiring for light power and sub-mains. 19.25
(c) Flexible Cords, Twisted with Copper Conductors 19.27
(d) PVC Conduit and conduit fittings. 19.29
(e) Wooden Plugs/Gutties and rawl plugs 19.30
(f) Screws and fastenings link clips 19.31
(g) Ceiling rose 19.32
(h) Shades 19.33
(j) Bulkhead fittings 19.34
(k) Fluorescent Tube Lamps, Fittings and Accessories 19.35
(l) Mercury Vapour Lamp 19.36
(m) Tumbler Switches 19.37
(n) Socket outlets 19.40
(o) Lamp holder 19.41
(p) Street Light Fittings 19.42
(q) Distribution Fuse Boards 19.44
(r) MCBs 19.46
Contd….
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 44
PARTICULAR SPECIFICATIONS (CONTD…)
21.10 CABLES: The cable shall be of copper/aluminium conductor, PVC insulated sheathed/unsheathed
1100volts grade and of size all as specified in „Schedule of Works‟, ISI marked of specified make as
approved. All materials for fittings/accessories of cable etc to be incorporated in this work shall strictly
comply with latest appropriate Indian Standards or if Indian Standards have not been issued then with
current British Standards.
21.11 SWITCHES/SOCKETS: Fittings for concealed wiring/surface wiring such as socket, outlets, flush type
switches and the like shall be of high grade bakelite and of ISI marked. All other fittings shall be of
approved make and as approved by the GE.
21.12 SHEET METAL/ENCLOSURES FOR MCB, (MCB DISTRIBUTION BOARDS): Refer para 19.46.1,
19.46.1.1 to 19.46.1.3 of MES Schedule Part-I. These shall be as indicated in „Schedule of Works‟ &
factory made as specified. Sheet steel enclosures for mounting isolators, MCBs and MCCBs shall be
fabricated out of CRCA steel Sheet with special epoxy Polyester Powder coated paint as manufactures
Design and specifications and finished to steel stove enamel. Label channels shall be provided labeling out
going circuit. Two knock out of suitable dia shall be provided at top for incoming cables but at bottom
corresponding to number of ways, Bus bars shall be rated accordingly. Distribution boards (DBS) shall be
recessed in walls to become flush with wall. Proper marking shall be provided in the DB to indicate type of
circuit in power light. Neoprene gasket shall be used in DBS.
21.13 MINIATURE CIRCUIT BREAKER (MCBs) AND ISOLATORS: Refer Para 19.46.2 & 19.46.3 of MES
Schedule Part-I. These shall be of type, capacity/range etc as indicated in „Schedule of Works‟ and
conforming to IS-8828 of 1996 and IEC 898 (95). Make shall be as specified and breaking capacities shall
be 10 KA unless specified otherwise in „Schedule of Works‟. MCBs shall be ISI marked and valid voltage
240Volts/415Volts.
21.14 PLUG AND SOCKET DBs: Refer Para 19.46.4 of MES Schedule Part-I. These shall be universal
mounting type of capacity indicated in „Schedule of Works‟. These shall be of specified make.
21.15 PORCELAIN CONNECTORS: Porcelain connectors shall be provided inside the box for fan
hook. The wiring shall be done in such a way that wires from connector to the fan are not visible. In
situations where ceiling rose is proposed for fan and tube light fitting the porcelain connector need not be
provided.
21.16 PVC CONDUITS : The number of cables allowed in the non-metallic PVC rigid conduit shall be as given
in table „B‟ of 19-125, SSR-91. Conduit pipe shall be fixed by means of saddles not more than 600 mm
apart. The conduit shall be of medium duty, ISI marked of specified make.
21.17 All the wiring connections required to be made with MCCB‟s, MCB‟s and isolators shall be carried out by
providing necessary thimbles/lugs duly crimped.
21.18 CEILING ROSES: Ceiling rose shall be of bakelite and shall comply with IS 371 specification of
ceiling roses having two or three terminal plates of outside diameter not less than 63.5mm (flexible cord
shall be fixed to ceiling rose in such a way that no weight is carried by the clamping screws). The flexible
cord shall be of 23/0.0076 twin core with copper conductor.
21.19 CAST IRON/MILD STEEL BOXES: The boxes for fixing various fittings such as switches, sockets, fan
regulators etc. shall be of cast iron or sheet metal of required size and flush mounting type (refer clause
6.52.4 of IS –782). Average thickness of cast iron boxes shall not be less than 2.5mm. The cast iron box
shall be embedded in the walls and need not be fixed to wooden plugs with counter sunk MS screws.
The contractor may at his discretion provide galvanized MS screws. MS boxes shall not be less than 1.6mm
if supplied in lieu of cast iron box
Contd….
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 45
PARTICULAR SPECIFICATIONS (CONTD…)
21.20 WORKMANSHIP
21.20.1 General: Refer Para 19.101 to 19.111 of MES Schedule Part-I.
21.20.2 Fittings: Refer Para 19.113 of MES Schedule Part-I and „Schedule of Works‟.
21.20.3 Accessories: Switches, lamp holders, ceiling roses, socket outlet- Refer Para 19.114 of MES Schedule
Part-I.
21.20.4 Attachment of fittings and accessories: Refer clause 19.115 of MES Schedule Part-I.
21.20.5 Internal Wiring: Refer Para 19.125 to 19.132 of MES Schedule Part-I. Wires for power and light circuits
will be drawn in separate conduits as per Para 19.102.1 of MES Schedule Part-I.
21.20.6 Terminal points of light and power plugs (Socket outlets), Switches, regulators, fittings etc shall terminate
in recessed mild steel/pressed steel boxes made out of 1.6mm thick MS sheet, fixed flush to the walls,
top covered with 3mm thick plastic laminated Bakelite sheet instead of wooden blocks. The boxes shall be
painted internally with two coats of synthetic enamel paint over a coat of red oxide primer. External
surfaces in contact with brick work/concrete shall be painted with one coat of anti-corrosive paint
21.20.7 Conduit and Conduit Fittings: Refer Para 19.125 of MES Schedule Part-I.
21.20.8 All internal wiring shall be carried out with multi-stranded/solid copper conductor PVC insulated,
sheathed/un-sheathed cable as indicated in „Schedule of Works‟.
21.20.9 The installation shall be accepted on satisfactory performance of the tests mentioned in MES Schedule,
Part-I.
21.20.10 Testing: On completion of the internal wiring, testing for each building shall be carried out as per Para
19.146 of SSR-2009 (Part-I) and signed both by contractor and Engineer-in-Charge.
21.20.11 Circuit Diagram: Circuit diagram for each building shall be prepared by Contractor in duplicate and
deposited with Engineer-in-Charge.
21.21 EARTHING
21.21.1 Refer Para 19.137 to 19.145 of MES Schedule (Part-I) and electrical Plate No 3 of MES Schedule (Part-I).
21.21.2 The contractor shall execute installation of earth plate in the presence of Engineer-in-charge. Earth plate
shall be surrounded with packed layers of charcoal dust and common salt. Returning, filling in trenches,
shall be done in layers not exceeding 15cm thick, properly watered and rammed. Surplus spoil shall be
carted away to a distance not exceeding 50 metre and the site shall be left clean and tidy.
21.21.3 PCC chamber for watering of earthing shall be constructed at least 50 cm away of the earth pit
edge.
21.21.4 Earth resistance shall not exceed one ohm when tested with megger unless otherwise indicated in
„Schedule of Works‟.
21.21.5 MILD STEEL GALVANISED TUBES (PIPES) & FITTINGS) : Refer Para 18.4 of MES Schedule Part-
I. Pipes and fittings shall be medium grade ISI marked (IS-1239). These shall be of specified make.
21.22 ELECTRICAL TESTS:
21.22.1 TESTING OF EARTH CONTINUITY: The earth continuity conductor including metal conduits shall
be tested for electric continuity and the electrical resistance of the same along with the earthing lead but
excluding any added resistance or earth leakage circuit breaker measured from the connection with the
earth electrode to any point in the earth continuity conductor in the completed installation shall not exceed
one ohm. The record sheets be signed by contractor and Engineer-in-charge.
21.22.2 TESTING POLARITY OF SWITCHES : In a two-wire installation, a test shall be made to verify that
all switches in every circuit have been fitted in the same conductor throughout and such conductor shall be
labeled or marked for connection to the phase conductor.
Contd….
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 46
PARTICULAR SPECIFICATIONS (CONTD…)
21.22.3 INSULATION TEST OF WIRING: On completion of installation, the insulation resistance of wiring
shall be measured as specified in clause 19.146.1 of MES Schedule Part-I. The insulation resistance & earth
should be not less than 25 Mega ohms divided by the number of outlets for PVC insulated cables. The
records tests shall be signed by contractor and Engineer-in-charge.
21.22.4 TERMINALS: In surface type wiring and concealed conduit wiring the terminal points for power/light
socket outlet switches etc shall terminate in recessed cast iron (mild steel) boxes fitted flush with wall
surface. The cover of boxes for surfaces/conduit type wiring shall be of plastic laminated sheet 3mm thick.
Rates for points wiring shall be deemed to include for the above provisions. All such terminal boxes shall be
properly earthed and connected to earth dolly.
22 to 28 ----------BLANK-----------
29. EXTERNAL ELECTRIFICATION
29.1 SCOPE OF WORK
29.1.1 The work of external electrification comprises of execution of entire completion of works included in
„Schedule of Works‟ and all as described in particular specifications.
29.2 GENERAL REQUIREMENT :
(i) All electric works shall be carried out in conformity with the requirements of the Indian Electricity Act
1910 and Indian Electricity Rules 1956 framed there under and fire insurance act as applicable and else
the relevant regulations of electric supply authorities concerned as amended from time to time.
(ii) Unless otherwise exempted under the rules of the Indian Electricity Rules, all electrical works shall be
carried out under the supervision of person holding a certificate of competency issued by the
recognized authority. The workman shall also hold certificate of competency.
(iii) Good workmanship is an essential requirement for compliance with the specifications. The work shall
be executed in the manner as directed by the Engineer-in-Charge.
(iv) On completion of entire work, the contractor shall submit in triplicate to the Engineer-in-Charge layout
plan showing actual position of poles, routes, cable run, and all other information and details as
directed by the GE, that will be necessary for record of maintenance and operation.
29.3 STANDARD OF QUALITY AND WORKMANSHIP
29.3.1 The supply and installation of all electrical equipment and accessories shall strictly comply with provisions
contained in the latest edition of Indian Electricity Act and Rules framed there-under as applicable to the
above mentioned work except where such regulations and rules are modified by these specifications.
29.3.2 Refer condition 25 of General Conditions of Contracts (IAFW-2249). All electrical works shall be carried out
by properly skilled and licensed electricians under the supervision of qualified Electrical
Supervisors/Engineers. The Contractor shall on demand by Engineer-in-Charge, produce such evidence of
qualification of the workman & supervisors, either at commencement of work or at any time thereafter during
the currency of the contract. The entire work shall be of high standard with best workmanship and to the
entire satisfaction of the Engineer-in-Charge.
29.4 SAMPLE OF MATERIALS
29.4.1 Refer Clause 11 of Special Conditions and requirements. Samples of materials for which no IS specification
is issued and which are to be supplied by the contractor for incorporation in the work shall be approved by the
GE before incorporation in the work.
29.4.2 Materials offered for incorporation in the work shall be new and not reconditioned.
29.4.3 All materials fittings appliances etc. to be incorporated in this work shall be of highest standard and unless
otherwise specified here in after shall strictly comply with the relevant IS and BSS for which no IS has been
issued. The contractor will supply the samples of the materials to GE for approval.
29.4.4 The material and the equipment to be supplied and installed under this contract shall be of indigenous
make. In case tenderer offers any imported materials, he may do so out of his existing stock. No foreign
exchange will be given by the department to the tenderer for importing any equipment for this job.
29.4.5 Steel incorporated in work need to be of tested quality and the contractor shall procure all steel required to
be incorporated in the work from market.
Contd…
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 47
PARTICULAR SPECIFICATIONS (CONTD…)
29.4.6 The contractor after obtaining written approval of samples from the GE shall obtain material and equipment
from the approved firms or through their authorized agents only. As a proof that a particular material
obtained from the firm/their authorized agents, the contractor shall produce such evidence to the satisfaction
of GE when asked for. With regard to quality, the materials shall be brought to the site with maker‟s
original packing with seal intact.
29.5 EQUIPMENTS/ACCESSORIES: All equipment, allied accessories and materials to be incorporated in this
work shall be of the make(s) specifically mentioned in „Schedule of Works‟ and particular specifications. In
case these are not given, then the same shall be of standard make as approved by Accepting Officer and
strictly comply with current appropriate Indian Standard Specifications.
29.6 SWITCH AIR BREAK (GANG OPERATED DEVICE): Gang operated 3 phase, 11 KV isolating
switch with integrated drop down fuses/with drop out fuses (as specified in „Schedule of Works‟) shall be
suitable for horizontal or vertical as directed by the Engineer-in-Charge. This shall bear ISI certification
mark with IS-5792 (drop down fuses) and IS-1818 (Gang operating switch). Each triple pole switch shall be
supplied complete with vertical operating light grade GI pipe rod of suitable dia and length on ON/OFF
operating machine, locking device with pad lock arrangement (but excluding the supply of pad locks). The
switch shall be robust in construction for accommodating aluminium conductors.
29.7 AUTOMATIC SERVO TYPE VOLTAGE STABILIZERS: Refer Para 19.100.A.1 to 19.100A.4 and
19.100A.5 of SSR Part-I. These shall be of type, rating & capacity as indicated in „Schedule of Works‟ and
manufacturers as specified in Appendix `B‟.
29.8 LIGHTENING ARRESTOR: Lightening arrestor shall be provided as specified in Para 19.12 and 19.67 of
MES Schedule Part-I, specifications and as per IE Rules-1992. The earth lead for any lightening arrestor
shall not pass through any iron steel pipe but shall be taken as directly as possible from lightening arrestor to
a separate earth electrode subject avoidance of bend & wherever practical. Lightening arrestor shall be
manufactured by any one of the manufacturers as per appendix here-in after. Lightening arrestor shall be
procured by the contractor either direct from the manufacturers or authorised distributor/authorised dealer of
make/brand, as specified in Appendix `B‟ and as approved by GE.
29.40 STEEL AND IRON ARTICLES (STRUCTURAL STEEL): Refer relevant clauses here-in-before.
29.41 TESTING/TEST CERTIFICATES
29.41.1 General - Refer Para 19.2.5 of MES Schedule Part-I.
29.41.2 Manufacturer‟s test certificate in respect of items for which test certificate are applicable, as directed by
GE are to be submitted by the contractor to the GE.
(a) The contractor shall produce manufacturer's original test certificate for the following:-
(i) DG Set
(ii) LT/HT Panel, AMF panel, Feeder pillar boxes
(iii) Cables
(iv) HT Switch gear (RMU, SF6/VCB)
(v) Transformer
(vi) Voltage stabilizer
(vii) Poles
(viii) Any other item(s)/equipment as decided by GE.
(b) Any equipment, materials etc found unsatisfactory/not complying with the specification shall be
rectified / replaced by the contractor at his own cost.
(c) Notwithstanding the tests carried out at the time of the commissioning of equipment/installation,
the contractor shall be responsible for rectifying the defects, replacing equipment, during the
maintenance period as laid down in condition 46 of IAFW-2249 (General Conditions of
contracts).
Contd….
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 48
PARTICULAR SPECIFICATIONS (CONTD…)
30. LIGHTNING PROTECTION: Lightning protection works shall be carried out as indicated in „Schedule
of Works‟ and all as specified in relevant paras of SSR Part-I.
31. SOLAR POWER PLANT : The work of solar power plant shall be executed strictly all as described in
schedule of works and as directed by the GE.
32. TESTING OF MATERIALS
32.1 All the materials to be incorporated in the work shall be subjected to quality control tests as per the testing
procedure and frequency as laid down in relevant IS and as indicated in the tender.
32.2 Irrespective of whatever is indicated elsewhere in the tender documents the modalities of testing
arrangements shall be as mentioned here in after
32.3 All the type of tests mentioned in Appendix `F‟ i.e. type A, B & C shall be got done in Govt approved lab/
Command Test Lab (CTL) / Govt Engg College as directed by GE. However, alternatively the contractor
may set-up a site laboratory fully equipped to the satisfaction of GE to carry out the `A‟ type tests as given
in relevant Appendix to these particular specifications. In such an event the laboratory shall be set up in
all respects before any activity requiring tests as indicated above is physically commenced. Contractor
shall employ a competent person technically qualified and approved by the GE to carry out the testing
activities. All the tests shall be carried out in the presence of Engineer-in-Charge and records shall be
jointly signed with the contractor.
32.4 Entire cost of laboratory and its functioning including cost of samples will be borne by the contractor in all
respects and no separate recovery for testing charges shall be effected for tests/re-tests carried out at site
laboratory. If in the opinion of GE (whose decision in this regard shall be final) any of the tests as given
in relevant Appendix to these particular specifications can not be satisfactorily carried out in the site
laboratory, at any stage, due to any reason, the same shall be got done in Govt approved lab/Govt Engg
College, as approved by GE, in respect of which all expenditure there of shall be borne by the contractor.
32.5 Any tests marked as type `A‟, `B‟ or `C‟ in relevant Appendix, if got done at SEMT wing Pune, testing
charge(s) as indicated against them will be recovered from the contractor. In addition to this, the
contractor shall arrange for samples and its handling/transportation to the concerned labs at his own cost.
32.6 The tests marked as type `B‟ and `C‟ will not be carried out in the site laboratory. These tests shall be carried
out only in SEMT Wing/Govt approved lab/Command Test Lab (CTL)/National test House/Engineering
College, as approved by the GE. In case type `B‟ and `C‟ testing is done in SEMT wing, the testing charges to
be recovered shall be as indicated in the above said Appendix to these particular specifications, against each
test. However, if testing is done in other places as mentioned above, the actual test cost will be paid directly by
the contractor.
32.7 The list of tests given in Appendix `F` to these Particular Specifications contain only a few common tests.
However, all other tests required in the work but not covered in the appendix shall also be got done in Govt
approved lab/Command Test Lab (CTL)/Engineering College/National test house as approved by GE and
entire cost of sample, handling, transportation and actual testing charges will be borne by the contractor
directly.
33 DISMANTLING/DEMOLITION
33.1 Demolition/Dismantling to the extent ordered shall be carried out carefully as described under Section 21
of MES Schedule Part-I. All precautions shall be taken before demolition/dismantling work in hand.
33.2 The contractor shall contact the Engineer-in-Charge and get the approval from him with regards to the
work required to be carried out under different items including those which requires taking
down/dismantling/demolition. The Engineer-in-Charge shall be deciding authority about the items to be
of serviceable / unserviceable.
33.3 The rubbish shall be removed outside MOD land and spreading in low lying area complete as directed by
Engineer-in-Charge.
33.5 The contractor should take all precautions for the safety of existing structures/services connections etc as
indicated in clause 21.5 and 21.6 of MES Schedule Part-I.
Contd….
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 49
PARTICULAR SPECIFICATIONS (CONTD…)
33.6 Any damage caused to the structure being dismantled / demolished in part and or adjacent structure due to
carelessness and negligence of contractor shall be made good by him at his own expenses.
33.7 DISPOSAL OF MATERIAL OBTAINED AFTER DEMOLITION/DISMANTLING: All the materials
obtained from dismantling/demolition/taking down except materials taken in credit schedule, shall become
the property of Govt. Unserviceable materials as declared by GE shall be disposed off outside MD land as
directed by the Engineer-in-Charge and all serviceable material shall be deposited in MES store yard of
GE concerned and receipt to this effect shall be obtained from the Engineer-in-charge. The cost of
removal of unserviceable materials/debris & depositing serviceable store in MES yard shall deemed to be
included in the rates quoted in „Schedule of Works‟.
34. SAFETY (Procedure & Practice): Refer Para 19.2.7 of MES Schedule Part-I.
35. FIRE SAFETY: Refer Para 19.2.8 of MES Schedule Part-I.
36. TRANSPORT: No departmental vehicle shall be provided to the contractor for taking out/in of any
equipment from site of work to store or store to site of work or removal from site.
37. The workmanship and other specifications of the work not covered above shall be as specified in the relevant
para of MES Schedule, or otherwise, if the same is not available in SSR then the same shall be at par with the
relevant latest Indian Standard.
38. Any damage caused to the existing structure by the tenderer shall be made good by him at his own cost and
premises shall be left clean and tidy
39. PRODUCTION OF VOUCHERS: The contractor shall submit his original purchase vouchers duly machine
numbered and dated alongwith original test certificates in respect of purchase of the materials/equipment‟s.
The materials shall be purchased from the authorized agents/dealers who are required to show on the cash
memo/bill all the taxes etc, make and IS number as required. The purchase voucher shall be produced to the
Engineer-in-Charge for verification of materials/equipment‟s before permission of the GE to incorporate the
same in the work, is communicated to the contractor and the same shall be defaced by the Engineer-in-charge
for the subject work and kept on record. In addition to above contractor shall produce gate pass indicating
excise duty paid for the equipment/accessories/items/material etc. The materials shall be approved by the GE
in sample approval register before incorporation in the work.
SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)
DATED : FOR ACCEPTING OFFICER
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 50
APPENDIX „A‟
LIST OF MATERIALS HAVING ISI CERTIFICATION MARKING
Ser
No.
NAME OF MATERIALS Relevant IS
1 2 3
1. ELECTRICAL WORKS
(a) Ceiling roses
(b) Rigid steel conduit.
(c) Rigid non-metallic conduit.
(d) Starter for tube light.
(e) HRC cartridge fuses links up to 650 volt.
(f) Aluminium conductor for overhead transmission purposes.
(g) Porcelain insulators for overhead power lines.
371
9537 (Part-II)
3419
2215
9224(Part-II)
398
731
SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)
DATED: _____________________ FOR ACCEPTING OFFICER
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 51
APPENDIX „A-1‟
LIST OF PRODUCTS WHICH ARE GENERALLY SUPERIOR TO ISI CERTIFIED PRODUCTS TO BE
INCORPORATED IN WORKS.
1. Glazed earthenware tiles IS-777
2. AC sheets IS-459
3. AC building pipes IS-1626
4. Paints IS-2932
5. Distemper, Oil emulsion and dry type IS-8934
6. Bathroom chromium plated, cast copper alloy,
fancy bib taps, stop valves and pillar taps.
IS-8934
7. Cement based paint IS-9410
Signature of Contractor DCWE (Contracts)
DATED:___________________________ For Accepting Officer
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 52
APPENDIX „B‟
MAKES OF PRODUCTS TO BE INCORPORATED IN WORK
Ser.
No.
DESCRIPTION OF
ITEM
NAME OF FIRMS BRAND
1 2 3 4
1 SYNTHETIC
ENAMEL PAINT
(i) ASIAN PAINTS, NARIMAN POINT, PB NO. 11801
BOMBAY.
APCOLITE
(ii) SHALIMAR PAINTS, 13 CAMAC STREET CALCUTTA-
700017.
SUPERLAC
(iii) GOODLASS NEROLAC PAINT LTD., PB NO.163322,
NEROLAC HOUSE, POWER PAREL BOMBAY-400013.
NEROLAC
(iv) JENSON & NICHOLSON PAINT LTD., PB NO. 163322,
NEROLAC HOUSE, LOWER PAREL, BOMBAY-400013.
BOROLAC
(v) BERGER PAINTS INDUSTRIAL LTD., 32,
CHOWRINGHEE ROAD, CALCUTTA-700071.
SUPRA
GLOSYNTHETI
C PAINT
(LUXOL
HI-GLOSS)
(vi) ICI LTD. DIVISION, ICI HOUSE, 34 CHOWRINGHEE
ROAD, CALCUTTA-700071.
DULUX GLOSS
(vii) M/S ACRO PAINTS LTD., ACRO HOUSE,
5/3, KIRTI NAGAR, IND. AREA, NEW DELHI
ACRO PAINTS
(viii) M/S AQUOLAC PAINTS, 694,
PHASE-1, INDUSTRIAL AREA, CHANDIGARH
AQUOLAC
22 GI PIPE AND FITTIGNS TATA, JINDAL, PRAKASH SURYA, SWASTIK, NIDHI
ELECTRICAL ITEMS/ACCESSORIES
46 (a) PIANO TYPE SWITCHES/
SOCKETS, ISI MARKED
ANCHOR, PLAZA, SSK, LEGRAND, L & T,
CONA, HAVELLS, POLYCAB
(b) MODULAR SWITCHES/
SOCKETS
LEGRAND, CRABTREE (HAVELLS), L&T,
ANCHOR, SSK, SIEMENS, CONA, POLYCAB,
PLAZA
(c) CEILING ROSE ANCHOR, LEGRAND, CRABTREE, SSK, CONA,
LEADER, LICA, L&T, HAVELLS
(d) THERMO PLASTIC SOCKET LEGRAND, INDO-KOPP, BALS ELECTRONIC,
(e) ELECTRIC BUZZER &
BELL PUSH
ANCHOR, SSK, LEGRAND, L & T, CONA,
HAVELLS
(f) BRASS LAMP HOLDER ANCHOR, SSK, LEGRAND
(g) SWITCH FUSES GEC, STANDARD, GECO, CROMPTON,
UNIVERSAL, SSK, LICA
(h) PVC WIRE AND CABLES,
1100VOLTS GRADE
ISI MARKED, COPPER/
ALUMINIUM CONDUCTOR
HAVELLS, FINOLEX, NICCO, PARAGON,
FORTGLOSTER, UNIVERSAL, CABCOM CABLE
LTD, POLYCAB, GRANDLAY
(j) CUT OUT IRON CLAD HAVELLS, STANDARD, CROMPTON
(k) RIGID NON-METALLIC PVC
(HEAVY/MEDIUM)
CONDUIT WITH FITTINGS
FINOLEX, PRINCE, TIRUPATI, DUTRON,
SUPREME, PLAZA, HAVELLS , POLYPACK
47 BOX TYPE TUBE LIGHT FITTING PHILIPS, CROMPTON GREAVES, BAJAJ,
WIPRO, HAVELLS, SURYA, C&S
Contd...
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 53
APPENDIX „B‟ (CONTD… )
1 2 3 4
48 BOX TYPE DECORATIVE PHILIPS, CROMPTON GREAVES, BAJAJ,
WIPRO, HAVELLS, SURYA, C&S
49 ENERGY EFFICIENT TUBE LIGHT
FITTINGS
ASIAN, OSRAM, CROMPTON, PHILIPS, BAJAJ,
WIPRO, HAVELLS, SURYA, C&S
50 CFL / FTL / LED FITTINGS OSRAM, PHILIPS, CROMPTON GREAVES,
BAJAJ, HAVELLS, WIPRO, SURYA, C&S
51 CFL / FTL / LED LAMPS OSRAM, PHILIPS, CROMPTON GREAVES, GE
LIGHTING, INDOASIAN, BAJAJ, HAVELLS,
WIPRO, SURYA, C&S
52 SK FITTINGS VIKAS, PRAKASH, WIPRO
53 ELECTRIC CALL BELL/BUZZER ANCHOR, LEGRAND, CONA
54 FLAME PROOF FITTINGS AND
ACCESSORIES
SUDHIR, BALIGA, FLEXPRO, SHYAAM
55 HPSV / HPMV / MH / FTL /CFL
STREET LIGHT LUMINAIRIES
AND ACCESSORIES
PHILIPS, CROMPTON, BAJAJ, WIPRO,
HAVELLS, SURYA, C&S
56 CEILING FANS GEC, CROMPTON, BAJAJ, POLAR, HAVELLS,
KHAITAN, USHA,
57 EXHAUST FANS, WALL
MOUNTED FAN / AIR
CIRCULATOR
GEC, HAVELLS, USHA, ALSTOM, CROMPTON,
BAJAJ, POLAR, KHAITAN, ALMONARD
58 CEILING FAN REGULATOR CROMPTON, BAJAJ, HAVELLS, LEGRAND,
ANCHOR, SSK
59 CABLE XLPE LT 1100
VOLTS GRADE INSULATED
SHEATHED, ARMOURED,
HEAVY DUTY, MULTI
STRAND & U/G (IS: 7098)
CABLE CORPORATION OF INDIA, UNIVERSAL,
ASIAN CABLES (RPG), INDUSTRIAL CABLES INDIA
LTD, HAVELLS, FORTGLOSTER, PLAZA, NICCO,
PARAGON CABLES, GRANDLAY
60 CABLE HT XLPE 11000
VOLTS ISI MARKED
ASIAN CABLES, (RPG), UNIVERSAL, CABLE
CORPORATION OF INDIA, INDUSTRIAL CABLES
LTD., POLY CAB, HAVELLS, GLOSTER.
61 HT CABLE JOINTS HEAT
SHRINKABLE/COLD
SHRINKABLE
RAYCHEM, DENSON, BIRLA-3M, REPL, M-SEAL
62 HT/LT CABLE JOINT KIT
(EPOXY TYPE)
RAYCHEM, DENSON, BIRLA-3M, REPL, M-SEAL
63 DISC INSULATORS/PIN
INSUALTORS
BEHL, JAYSHREE
64 HT/LT PRESTRESSED
CONCRETE POLES
HINDUSTAN PREFAB, CEMENT FABRIC
(CHANDIGARH), PRECTO (CHANDIGARH), M/s
CONCRETE UDYOG (JHANSI)
65 STEEL TUBULAR SWAGED
POLES
ADVANCE STEEL TUBES, NATIONAL TUBING
COMPANY, BCW (KANPUR), UNITED ENGINEERS
(KANPUR),
66 LIGHTENING ARRESTOR OBLUM, SCHNEIDER, CROMPTON, ALSTOM
LEMCOS CO,
67 APFC PANEL, LT/HT PANEL,
APF PANEL, AMF PANEL
(COMPANY MADE PANEL)
HPL INDIA LTD, INDOASIAN, MDS, L&T, GE POWER,
SIEMENS, LEGRAND, HAVELLS, ABB, SCHNEIDER
68. CAPACITORS HPL INDIA LTD, INDOASIAN, MDS, L&T, EPCOS,
PHICAP, GE POWER, CROMPTON GREAVES,
SIEMENS, LEGRAND, HAVELLS, ABB, BHC,
SCHNEIDER
Contd…
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 54
APPENDIX „B‟ (CONTD… )
1 2 3 4
69 AIR COOLED VOLTAGE
STABILIZER
BLUE STAR, CARRIER, VOLTAS, VINITEC,
SINETRAC
70 VOLTAGE STABILIZER
UPTO 25 KVA
AE, APLAB, ANDREW YULE, POWERWARE,
SINETRAC, VOLINA.
71 VOLTAGE STABILIZER
ABOVE 25 KVA (SERVO
CONTROLLED)
AE, APLAB, ANDREW YULE, POWERWARE,
SINETRAC, VOLINA.
71A SERVO VOLTAGE
STABILIZER (HT)
KIRLOSKAR, APLAB, CROMPTON GREAVES,
ANDREW YULE
72 MCCB HAVELLS, ABB, ALSTOM, L&T, SCHNEIDER,
(STANDARD), ENGLISH ELECTRIC, SIEMENS,
LEGRAND, GE POWER, INDOASIAN, HPL, ADHUNIK
SWITCHGEARS PVT LTD, HAGER, C&S
73 MCB & ISOLATORS INDOASIAN, HAVELLS, L&T, STANDARD,
SCHNEIDER, SIEMENS, LEGRAND, HPL, ADHUNIK
SWITCH GEARS PVT LTD, HAGER, C&S
74 ELCB/RCCB INDO-KOPP, HAVELLS, PLAZA, LEGRAND,
STANDARD, HPL, GE POWER, ABB. ALSTOM, L&T,
SCHNEIDER, ENGLISH ELECTRIC, SIEMENS,
INDOASIAN, ADHUNIK SWITCH GEARS PVT LTD
75 MCB DBs/LOAD LINE SM
DBs
LEGRAND (LAXIC), SCHNEIDER, HAVELLS,
INDOASIAN, SEIMENS, ADHUNIK SWITCH GEARS
PVT LTD , HAGER, C&S
76 VOLTMETER/AMMETER/
FREQUENCY METER /PF
METER
AE, IMP, MECO, SECURE, SCHNEIDER, CADEL
77 CTS/PTS 11KV AE, C & S, ENGLISH ELECTRIC, ALSTOM,
CROMPTON GREAVES, MELTEK, KAPPA, INDO-
TECH,
78 CHANGE OVER SWITCH L&T, HPL, HAVELLS, CONTROL & SWITCH GEARS
ADHUNIK SWITCHGEARS PVT LTD, SCHNEIDER
79 PREWIRED DISTRIBUTION
BOARD
SIEMENS, SCHINDER, L &T, LEGRAND, ADHUNIK
SWITCHGEARS PVT LTD.
80. LT PANEL / HT
PANEL/FEEDER PILLAR
BOX (FACTORY MADE)
FACTORY MADE, ANY FIRM APPROVED BY CPRI.
81 SUBMERSIBLE CABLE FINOLEX, HAVELLS, ANCHOR, PLAZA
82 PUSH BUTTON L & T, RAAS, CONCORD, GEPC, SCHNEIDER
83 SELECTOR SWITCH L & T, RAAS, CONCORD, KAYCEE, SIEMENS, GEPC,
SCHNEIDER
84 INDICATING LAMP L & T, RAAS, CONCORD, KAYCEE, VAISHNO,
SIEMENS, GEPC, SCHNEIDER
85 MAIN SWITCH/CHANGE
OVER SWITCH
ABB, HAVELLS, CONTROL & SWITCH GEAR, L & T,
INDO ASIAN, STANDARD, HPL, GEPC, SCHNEIDER.
86 ELECTRIC MOTOR SIEMENS, ALSTOM, KIRLOSKAR, BHARAT BIJLEE,
CROMPTON
87 FULLY AUTOMATIC STAR
DELTA STARTER (FASD)
BENTEX, SKN, MEX, JYOTI, L&T, SIEMENS,
CROMPTON GREAVES, BCH, HAVELLS
Contd…
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 55
APPENDIX „B‟ (CONTD… )
1 2 3 4
88 DOL STARTER AE, HAVELLS, CONSERV (ENERCON), BCH,
HAVELLS
89 SINGLE PHASE
PREVENTER/PHASE
SEQUENCE CORRECTOR
L&T, MINILEC, BENTEX,HAVELLS
90 BATTERY EXIDE, AMRON, NICCO, AMCO, STANDARD
91 BATTERY CHARGER SU-KAM, EXIDE, AMCO
92 THIMBALS/STUDS/LUGS DOWELLS, AXIS, INDIANA, ASIAN
93 CABLE TERMINAL BLOCK ELMEX, CONNECTWELL, AXIS, INDIANA
94 STREET LIGHT TIMERS L&T, LEGRAND, INDOASIAN, HAVELLS
95 KWH METER HAVELLS, SECURE, HPL, ALSTOM, SCHNEIDER
96 ELECTRIC ENERGY METER L&T, HAVELLS, HPL
97 LT OCB C&S GEWISS, HHELCON, CROMPTON, L&T,
ANDREW YULE & CO, HAVELLS
98 AIR CIRCUIT BREAKER CROMPTON, L&T, SCHNEIDER, HAVELLS,
LEGRAND
99 DIESEL ENGINE
GENERATING SET
(a) ENGINE : KIRLOSKAR, CUMMINS, GREAVES,
ASHOK LEYLAND, MAHINDRA AND MAHINDRA
(b) ALTERNATOR : KIRLOSKAR ELECTRIC,
ALSTOM, STAMFORD, JYOTI, CROMPTON
GREAVES
100 TRANSFORMER STEP
DOWN/STEP UP 400KVA
AND ABOVE
ALSTOM / AREVA, ABB, BHEL, CROMPTON
101 TRANSFORMER STEP
DOWN/STEP UP TO 400KVA
(EXCLUDING 400KVA)
INDIAN TRASFORMER AND ELECTRICALS
(GURGAON), KIRLOSKAR, BHARAT BIJLEE, PACTIL,
VOLT-AMPS, ABB, CROMPTON, RAJASTHAN
TRANSFORMER LTD (RTS), SARAF ELECTRICALS
PVT LTD (RAMPURA, BATHINDA, PB),
POWERWARE, HINDUSTAN TRANSFORMER PVT
LTD, EAST INDIA COMPANY
102 SWITCH AIR BREAK GANG
OPERATED DEVICE
PACTIL, ALSTOM, CROMPTON GREAVES , JAIPURIA
103 HT SWITCH GEAR 11KV
(VCB / SF6)
BHEL, ABB, SCHNEIDER, SIEMENS, CROMPTON
GREAVES, ALSTOM/AREVA,
104 HT SWITCH GEAR
PROTECTION RELAY
ELECTO MECHANICAL/
NUMERICAL
BHEL, ABB, SCHNEIDER, SIEMENS
105 HT RING MAIN UNIT,
SF6/VCB, 11KV
ABB, SCHNEIDER, SIEMENS, CROMPTON GREAVES,
ALSTOM/AREVA
106 PACKAGE/UNIFIED SUB
STATION
BHEL, ABB, SCHNEIDER, SIEMENS, CROMPTON
GREAVES, KIRLOSKAR
107 RUBBER INSULATION MAT JYOTI, DUNLOP
Contd…
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 56
APPENDIX „B‟ (CONTD… )
1 2 3 4
108 CAST IRON PRESSURE
PIPES AND FITTINGS
ELECTRO-STEEL CASTINGS, NECO, KESHO RAM,
TATA JINDAL
109 ERW PIPES JINDAL, BST, TATA, TIRUPATI,PRAKASH, SWASTIK
110 SLUICE VALVE KIRLOSKAR, LEADER, KARTAR, BIR,
KALPANA,UPADHAYAY
111 NON RETURN VALVE KIRLOSKAR, LEADER, KARTAR, BIR, KALPANA,
UPADHAYAY
112 CHEMICAL DOZING
PLANT/
CHLORONOME
PLANT/GASEOUS
CHLORINATOR
CHILOTECH, JESCO, ADVANCE-2000, RAMCO,
CAPITAL, DOUSE, DECRINE, AMS (PANCHKULA),
PENN
113 PUMP SET: MONOBLOCK KIRLOSKAR, CROMPTON, JYOTI, BEACON
114 CENTRIFUGAL PUMP KIRLOSKAR, CROMPTON, JYOTI, BEACON
115 VERTICAL TURBINE PUMP KIRLOSKAR, JOHNSON, JYOTI
116 SUBMERSIBLE PUMP KSB, BS, CROMPTON GREAVES, KIRLOSKAR,
JYOTI, CALAMA/MBH,
117 FLANGED COLUMN PIPE TATA, JINDAL, NIDHI, ELECTROSTEEL,BST,
TIRUPATI, PRAKASH, SWASTIK
118 WATER PRESSURE GAUGE GURU, FIEBEG
NOTES:-
Makes specified above shall be provided only when no makes are mentioned in the „Schedule of Works‟ and
Particular Specifications.
DCWE (CONTRACTS)
SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER
DATED _____________________
CA NO CWE/AF CHD/CHD-46/2016-2017 Serial Page No. 57
Appendix „C ‟
CEMENT SUPPLY/ACCEPTANCE FORM
Contract No.
: __________________________________________________
Name of Work
: ______________________________________________________
Control No.
: ______________________________________________________
Details of Purchase :
(a) Particulars of
Manufacturers
: ______________________________________________________
(b) Details of the supplier,
if any
: ______________________________________________________
Details of Test Certificates :
(a) No. and Date
: ______________________________________________________
(b) Particulars of the
issuing Authority
: ______________________________________________________
Sl
No
Nom
encl
ature
of
the
Cem
ent
IS R
efer
ence
Qty
Specific
Surface by
Blair
permeability
Method
Soundnes
s by L
e‟
Chat
tlie
rs M
ethod
Set
ting T
ime
init
ial
Set
ting
Tim
e F
inal
Average compressive Strength of three
mortar cubes as defined in relevant IS
Codes
Rem
arks
24 Hrs
+
30 Min.
72 Hrs
+
1 Hr.
188 Hrs
+
2 Hrs
372 Hrs
+
4 Hrs.
1 2 3 4 5 6 7 8 9 10 11 12 13
Remarks with Signatures :-
(a) JE (CIVIL)
: ______________________________________________________
(b) Engineer-in-Charge
: ______________________________________________________
(c) Contractor
: ______________________________________________________
ACCEPTED/REJECTED :
GARRISON ENGINEER :
Remarks of BOO/Inspecting Officer/CWE: ___________________________________________
SIGNATURE OF CONTRACTOR DCWE (Contracts)
DATED: _____________________ for Accepting Officer
CA NO CWE/AF CHD/CHD-46/2016-2017 Serial Page No. 58
APPENDIX „D‟
STEEL SUPPLY ACCEPTANCE FORM
Contract Nos
Name of Work
Control No
Details of Purchase
(a) Particulars of Manufacturer
(b) Details of suppliers (if any)
Details of test Certificate
(a) No and date
(b) Particulars of Issuing Authority
Sl
NO
Nomenclature
and size of steel
IS Ref Quantity(T)
Physical Properties IS Test sheet Random
test
Bond test Rem-
arks
UTS (N/Sq mm)
Actual Conversion IS Test sheet Random test
1 2 3 4 5 6 7 8 9 10 11 12 13
*As ordered Remarks with signature
Sudpt B/R Grade I (JE Civil)
Engineer-in-Charge
Contractor.
________________________________________________________________________________________
Accepted/Rejected.
Signature
Garrison Engineer
________________________________________________________________________________________
Remarks of B.O.O/Inspecting Officer/CWE
DCWE (Contracts)
FOR ACCEPTING OFFICER SIGNATURE OF CONTRACTOR
DATED:______________________
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 59 to 91
&
92 to 98
GENERAL CONDITIONS OF CONTRACT
(IAFW-2249, 1989 PRINT)
FOR
LUMP SUM CONTRACTS (IAFW-2159)
A copy of General Conditions of contracts IAFW-2249(Print : 1989) with errata 1 to 20 and amendment Nos.
1 to 40 has been supplied to me/us and is in my/our possession. I/We have read and understood the provisions
contained in the aforesaid General Conditions of contract before submission of this tender and I/We agree that I/We shall
abide by the terms and conditions thereof as modified, if any else where, in these tender documents.
It is hereby further agreed and declared by me/us that the General Conditions of Contract IAFW-2249
(Print:1989) including Condition 70 thereof pertaining to settlement of disputes by
Arbitration containing 33 pages (Page No 60 to 92) with errata 1 to 20 and amendment Nos. 1 to 40 (Page 93 to 99)
form part of these tender documents.
DCWE(Contracts) SIGNATURE OF THE CONTRACTOR
FOR ACCEPTING OFFICER DATED:___________________________ _______________________________________________________________________________________________
CA NO: CWE/AF CHD/CHD-98/2015-2016 Serial page No. 99 to 108
MINIMUM WAGES UNDER THE MINIMUM WAGES ACT 1940
A copy of the Minimum wages including explanatory notes, payable to various categories of workmen as
revised under the Govt Notification dated 10 Mar 92 has been made available to me/us. I/We have read and
understood the provisions regarding minimum wages to labour before submitting this tender and I/We agree that I/We shall
abide by the terms and conditions thereof.
DCWE (Contracts) SIGNATURE OF THE CONTRACTOR
FOR ACCEPTING OFFICER DATED:___________________________