0% found this document useful (0 votes)
37 views86 pages

Tenderdocuments 8165

The document outlines the tender process for the addition and alteration of the main gate at AFS Thanjavur, including submission deadlines and requirements for contractors. Key details include the need for an Earnest Money Deposit, performance security, and compliance with tax regulations, as well as instructions for filling out and submitting tender documents electronically. The document also specifies that conditional tenders will not be accepted and emphasizes the importance of adhering to the provided guidelines and deadlines.

Uploaded by

vigy1990
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
37 views86 pages

Tenderdocuments 8165

The document outlines the tender process for the addition and alteration of the main gate at AFS Thanjavur, including submission deadlines and requirements for contractors. Key details include the need for an Earnest Money Deposit, performance security, and compliance with tax regulations, as well as instructions for filling out and submitting tender documents electronically. The document also specifies that conditional tenders will not be accepted and emphasizes the importance of adhering to the provided guidelines and deadlines.

Uploaded by

vigy1990
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 86

CA No: GE (AF)/TNJ/ of 2024-2025 Serial Page No: 01

MILITARY ENGINEER SERVICES


GARRISON ENGINEER (AF) THANJAVUR-613 005

CONTENTS SHEET

NAME OF WORK : ADDN / ALTN TO MAIN GATE AT AFS THANJAVUR.

Srl Description Pages


No
From To

1. Contents 01 -

2. Forwarding letter 02 03

3. Instructions for filling tender documents 04 08

4. Notice of tender (IAFW-2162) (Revised) including Appendix `A‟ to 09 13


Notice of Tender and Errata to Appx „A‟

5. Lumpsum tender and contract for works required IAFW-2159 14 30


(Revised 1947) including Schedule „A‟ (Excel Sheet in BOQ), sch of
credit „B‟, „C‟ & „D‟

6. General Conditions of contracts IAFW-2249 (1989 Print) including 31 82


errata and amendments thereto

7. Schedule of Minimum Fair Wages 83 83

8. Special Conditions 84 94

9. Particular Specifications 95 138

10. Corrigendum to the tender documents

11. Relevant correspondence

12. Acceptance letter


Total Pages

Total No of Drawings 02 Sheet

Signature of Contractor
Dated : For Accepting Officer
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 02
REGD POST ACK DUE
टे ऱी/फैक्स : ०४३६२-२२६९३६ सैन्य अभियंता सेवाये
Tele/Fax : 04362-226936 दर्
ु ग अभियंता (वायु सेना)
E Mail ID : afthanj4-mes@nic.in वायु सेना स्टे शन, पद
ु क्
ु कोट्टई रोड
तंजावरु -६१३००५

Military Engineer Services


Garrison Engineer (Air Force)
Air Force Station, Pudukkottai Road
Thanjavur- 613005

8165 / 02 /E8 08 Oct 2024

M/s _____________________________
________________________________

________________________________

NAME OF WORK : ADDN / ALTN TO MAIN GATE AT AFS THANJAVUR

Dear Sir(s),

1. A set of tender documents along with BOQ for the work mentioned above is uploaded in the MES portal
of www.defproc.gov.in.

2. The last date of receipt of online application (Cover-1 & 2) alongwith scanned copies of documents
mentioned in Notice Inviting Tender shall be 05 Nov 2024 upto 1800 Hrs.

3. The complete priced tender including (BOQ) shall be uploaded by tenderers on the MES portal
www.defproc.gov.in on or before the due date of price bid (Cover-2) closing i.e. 05 Nov 2024
upto 1800 Hrs.

4. Information/documents (forming part of the contract) mentioned herein below are not enclosed with
the tender documents. These are available for perusal in the office of CWE (AF) Trivandrum.
(a) IAFW-2249 (1989 Print) including errata/amendments thereto and Schedule of Minimum Fair
Wages.
(b) SSR-2009 – Part I and Part II 2004 Print including amendments/errata thereto.

5. Whether documents mentioned in Para 4 above are actually seen or not, if you submit a valid tender,
you are deemed to have taken into account the contents thereof.

6. Water will not be supplied by the MES.

7. Sales Tax/ turn over tax on works contract, Workers Welfare fund tax, Cess Value Added Tax (VAT)
levied by state Government, Service Tax and GST shall not be reimbursed to the contractor and the
contractor‟s quoted rates shall deemed to include all taxes and duties including recovery of income tax and
sales tax / Turn over tax on works contract which is deductible at source.

Contd…/-
CA No: GE (AF)/TNJ/ of 2024-2025 Serial Page No: 03
8. Conditional tender is not acceptable to the Government.
(a) The tenderer is not permitted to make any condition or alteration or insertion in the tender
documents other than the amendments issued by the Department. The applicability of amendment
issued by the Department remains hold good irrespective of the amendment carried out by the
tenderer in their offer.

(b) Any condition/stipulation/insertion etc without showing it in the tenderer‟s tender forwarding
letter will not be accounted during scrutiny and the effect shall be ceased in case the tender is
accepted.

(c) Tenderers are requested to ensure that all errata / amendments issued prior to the due date
are accounted in their offer.

9. Contractors who are not enlisted with MES / who are enlisted, but have not executed the Standing
Security Bond shall submit. Earnest Money Deposit in the form of FDR / Call Receipt from a scheduled
Bank. Earnest Money Deposit in the form of DD, Cheque / Bank Guarantee etc., will not be accepted.

10. Bidders (both enlisted and un-enlisted) shall mandatorily upload scanned copy of
Provident Fund Code Number allotted by Employees provident fund organization in
addition to other documents in Technical bid stipulated in tender documents. Bidders not
in possession of Provident Fund Code Number shall be disqualified in T-Bid evaluation
(Tech bid evaluation) and their financial bid will not be opened.

11. Tenderer are required to have Service Tax Registration. Tenderer shall upload scanned
copy of Service Tax Registration Number issued by Service Tax Department alongwith
connected documents. In case tenderer not registered with Service Tax Department and
do not upload his / their Service Tax Number (Certificate) issued by Service Tax
Department alongwith other documents will be liable for rejection while evaluation of bid.
12. GST ( GOODS AND SERVICE TAX ACT) :

Contractor‟s attention is drawn to effect that GST (Goods and Service Tax Act) shall be
rolled out w.e.f 01st July 2017. Therefore, the quoted rates shall be deemed to have been
included GST as applicable on last date of bid submission. Accordingly certain types of
taxes have been merged with GST and the tenderer shall be deemed to consider the same
while quoting the tender. Nothing extra whatsoever shall be admissible on this account.
The clauses pertaining to tax liabilities wherever mentioned in the tender shall be deemed
to be amended accordingly.

13. Instructions for filling and submission of tenders are also enclosed herewith for strict compliance. This
letter and the instructions shall form part of the contract and shall be uploaded duly signed along with
the tender documents.

Yours faithfully,

Signature of Contractor
Dated: For Accepting Officer
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 04

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS


TO BE COMPLIED WITH BY THE CONTRACTORS

1. EARNEST MONEY:
Contractors 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 any one of the
following forms, along with their tender :-

(a) Deposit at Call Receipt from a scheduled Bank in favour of Garrison Engineer (AF)
Thanjavur.

(b) Receipted Treasury Challan for the amount being credited to the Revenue Deposit of
Garrison Engineer (AF) Thanjavur.

Note :- Earnest Money in the form of Cheque / Bank Guarantee etc., will not be accepted.

NON SUBMISSION OF ORIGINAL EARNEST MONEY DEPOSIT BY 10 Nov 2024 UPTO 1200
HRS WILL RENDER THE TENDER AS NON-BONAFIDE AND CONSEQUENTLY LIABLE TO BE IGNORED.

2. PERFORMANCE SECURITY DEPOSIT:

The lowest contractor is required to submit the performance security deposit immediately of the
acceptance in favour of “GE (AF) Thanjavur” an amount to 5% of the contract sum. The performance
security deposit in the form of FDR / BGB from a schedule bank. Work order shall be placed only after
submission of performance security as per policy issued by E-in-C Branch letter No
66546/Manual/11/E8 dated 01 Jan 2020 and amended vide E-in-C letter No:66546/P-2/44/E8 dt: 16
Feb 2021.

3. Lowest tenderer those not in possession of performance security deposit shall be cancelled of the
award of the work, Incase of MES enlisted contractor, amount equal to the Earnest money stipulated in
the NIT, shall be notified to the tenderer for depositing the amount through MRO. Issue of tender to
such tenderers shall remain suspended till the aforesaid amount equal to the EMD in Govt. treasury .

4. The performance security deposit may be refunded to the contractor after the expiration of
the defects liability period (Twenty four calendar months) after the works handed over to
Government. In the event of contract being cancelled under condition 52, 53 & 54 of General
Condition of Contract, the performance security shall be forfeited in full and shall be credited into
consolidated fund of India.

5.0 GENERAL INSTRUCTIONS FOR COMPLIANCE:-


5.1 The tender will only be accepted in the electronic form. All bids to be submitted in
“eprocuremes.gov.in” portal. Documents should be scanned and forwarded in “pdf” form or “Xls”
form as indicated.

5.2 Tenders shall be uploaded / quoted and submitted on “eprocuremes.gov.in” portal on or before the bid
closing date mentioned in the tender. No physical form of the tender will be accepted.

5.3 All bids shall be digitally signed by the contractor.


Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 05

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS


TO BE COMPLIED WITH BY THE CONTRACTORS (Contd…/-)

5.4 The tender shall be accompanied by the scanned certified true copy of the power of attorney of the
signatory to the tender documents. In case the signatory himself is the Sole Proprietor, 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. The
person signing the tender on behalf of another partner(s) or on behalf of the firm or company shall
attach with the tender scanned copy of a proper Power of Attorney duly executed in his favour by
such other person or by the partner(s) or in accordance with constitution of the company in case of
company, stating that he has authority to bind such other person or the firm or the company as the
case could be, in all matters pertaining to the contract including the Arbitration Clause.

5.5 Even in case of firms or companies which have already given power of attorney to an individual
authorizing him to sign tender and in pursuance of which tender documents are being signed 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 (s) of the firm, or the company as the case could
be, including the condition relating to Arbitration clause should be submitted with the tender as a
scanned copy.

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

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

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

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

5.7 Bids (Cover-1 & 2) shall be submitted online well in time. Bid closes on 05 Nov 2024 upto 1800 Hrs.

5.8 The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to Special Condition 3 and also Conditions 24 and 25 of IAFW-2249 (General
Conditions of Contracts).

5.9 Tenders will be opened by two bid openers.

5.10 The tenderer shall quote his rates on the BOQ file only. No alteration to the format will be accepted
or the bid will be disqualified.

5.11 In case the tenderer has to revise / modify the rates quoted in the Schedule „A‟ and / or General
Summary, he can do so only in the Schedule „A‟ and / or General Summary through
“www.eprocuremes.gov.in” site only.

5.12 In case a tenderer has to revise his offer, he can do so through the eprocuremes.gov.in site only
before the bid closing time and date.
Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 06

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS


TO BE COMPLIED WITH BY THE CONTRACTORS (Contd…/-)

5.13 In the event of lowest tenderer revoking his offer or revising his rates upwards / offering voluntary
reduction, after opening of the tenders, the Earnest Money deposited by him shall be forfeited. In
case of MES enlisted contractors, the amount equal to the Earnest Money stipulated in the Notice
Inviting Tender, shall be notified to the tenderer for depositing the amount through MRO. Issue of
tender to such contractors shall remain suspended till the aforesaid amount equal to the earnest
money is deposited in Govt. Treasury. In addition, such tenderer and his related firm shall not be
issued the tender in second call or subsequent calls. Reduction offered by the tenderer on freak high
rates referred to the tenderer for review shall not be treated as voluntary reduction.

6.0 CPM
6.1 The tender is based on CPM.

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

6.3 The tenderers attention is drawn to special condition of the tender regarding preparation of the
detailed net works and time schedule for the works and his liability for employing sufficient
resources to adhere to this schedule. Any inability on the part of the tenderer in using the
technique will be taken as his technical insufficiency and will affect his class of enlistment and future
prospects of receiving tenders for works.

6.4 The department may issue amendments/erratas to the tender documents before due date of
submission of tenders. The tenderer is required to read the tender documents in conjunction with
amendments, if any, issued by the department. The tenderer is not supposed to incorporate the
amendments/erratas in the body of the tender documents issued either in ink or pencil. In case the
amendment/errata issued are incorporated by the tenderer in the body of the tender, they shall not
be considered and the amendments/erratas to tender documents as issued by the department shall
only hold good.

6.5 These instructions shall form part of the contract documents and shall be signed and returned along
with the tender documents on acceptance of the bid. Accepted firm to submit hard copies of all
documents duly signed by the authorized person.

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

7.0 The details of documents which are to be uploaded by un-enlisted bidders /firms are listed below. All
the documents stated below shall be uploaded in one folder in sequence as above. In case of non
uploading of above by due date or submission of incomplete documents / information, same will be
construed as your disinterestedness and your application for above tender shall be rejected without any
further reference. Any deficiency in documentation in physical form if found, such Bidder‟s BOQ will not
be considered for opening. The documents uploaded shall be fresh documents for the present
cyclic period of enlistment 2020 and valid till cyclic period ending 2025.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 07
INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS
TO BE COMPLIED WITH BY THE CONTRACTORS (Contd…/-)

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

Ser No Eligibility Criteria as per E-in-C‟s Branch letter Nos at Contractors documents to
reference meet the eligibility Criteria
1. Works carried out in MES / other Central / State Govt /
PSU
(a) Two works costing not less than ₹ 25.00 Lakhs.
OR
One work costing not less than ₹ 40.00 Lakhs.

(b) Average annual turnover for last two consecutive years


shall not be less than ₹ 50.00 Lakhs certified by approved
chartered accountant.
2. Solvent upto ₹ 20.00 Lakhs or Financially sound for engagement up
to ₹ 50.00 Lakhs obtained from Nationalized Bank.
3. Working Capital not less than ₹ 7.50 Lakhs obtained from
Nationalized Bank.
4. Employment of Engineer.
Affidavits of Non Judicial stamp paper ₹ 100/- duly Notarized for
One graduate Engineer from a government recognized
institution or one diploma Engineer form Govt recognized
institution with minimum experience of two years.
5. Immovable property
Affidavit of Non Judicial stamp paper ₹ 100/- duly Notarized for
limit of minimum reserves / total of movable or immovable
property ₹ 8.00 Lakhs, immovable property ₹ 8.00 Lakhs
(Minimum).
6. Affidavit on Non Judicial stamp paper ₹ 100/- duly Notarized for
minimum requirement of special T & P.
7. Affidavit on Non Judicial stamp paper ₹ 100/- duly Notarized for
constitution of firm.
8. Affidavit on Non Judicial stamp paper ₹ 100/- duly Notarized
containing list of works executed in last five years in MES / Central
/ State Govt / PSU as per Appendix „A‟ attached herein after.
9. Annual turnover certificate from approved Chartered Accountant /
Income tax deduction at source / Certificate from GE /AGE in
support of annual turnover during last three years.
10. Balance sheet of last five years in case of companies certified by
approved chartered accountant.
11. Partnership deed in case of partnership firm and company duly
notarized.
12. General power of attorney in case of partnership firm and
company duly notarized.
13. Certificate of Registration from State Govt.
14. Affidavit on Non Judicial stamp paper ₹ 100/ - duly Notarized for
Indemnity Bond.
15. Affidavit on Non Judicial stamp paper ₹ 100/- duly Notarized for
No recovery / dues outstanding to Government.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 08

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS


TO BE COMPLIED WITH BY THE CONTRACTORS (Contd…/-)

LIST OF DOCUMETNS REQUIRED TO BE UPLOADED BY UN-ENLISTED BIDDERS (Contd…/-)

16. Affidavit on Non Judicial stamp paper ₹ 100/- duly Notarized for
Not involved in any arbitration / litigation.

17. Police verification report for partner/ directors / proprietor or


copy of passport duly notarized.

18. Memorandum of articles of association in case of Limited


companies duly notarized.

19. Pan card copy.


20. Copy of registration certificate in case of company.
21. Affidavit on Non Judicial stamp paper for ₹ 100/- duly Notarized
for No relative of the contractor or their employees /agents are
working as Gazette / commissioned officer / JEs in MES / Corps
of Engineers.

22. Affidavit on Non Judicial stamp paper for ₹ 100/- duly Notarized
for:-
(i) Firm not banned /black listed/ not banned from
tendering in any Govt Dept.
(ii) Firm will not employ directly and indirectly any Army
Personnel dismissed from service, the team Army Personnel is
intended to include Govt Servants above.

23. Copy of last income tax return.


24. A separate sheet containing specimen signatures and affixed
with photograph of proprietor/ partner/ directors.

25. Affidavit of Non Judicial stamp paper ₹ 100/- duly Notarized


declaration of postal address and address of police station.

APPENDIX „A‟
FORMAT OF AFFIDAVIT CONTAINING LIST OF WORKS(LAST FIVE YEARS) IN HAND PERIOD OF
COMPLETION, DATE OF COMMENCEMENT AND COMPLETION OF WORK AND REMAINING WORKS
TO BE COMPLETED AS ON DATE OF APPLICATION DULY SIGNED ON AN AFFIDAVIT ON NON-
JUDICIAL STAMP PAPER OF RS.100.00 DULY NOTARIZED

Ser CA CA Period of Value of Date of Date of Concerned GE


No No & Amount completion work commence- completion executing the
Name in months completed ment work
of
work

Signature of Contractor
Dated : For Accepting Officer
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 09
MILITARY ENGINEER SERVICES
NOTICE OF TENDER
1. A tender is invited for the work (See Main NIT).
2. The work is estimated to cost (See Main NIT). This estimate however, is not a guarantee and is merely
given as a rough guide and if the work costs more or less, a tenderer will have no claim on that
account.
3. The tender shall be based as mentioned in main NIT. The work is to be completed as per the period
(See main NIT) in accordance with phasing if any indicated in the tender) from the date of handing
over the site which will be on or after as mentioned in main NIT.
4. Normally contractors whose names are borne on the MES approved list for the area in which the
work lies and within whose financial category, the estimated amount would fall may tender but in
case of term contracts in categories 'SS' to 'E' may tender. In cases where the tendered amount is in
excess of the financial category whether or not the estimated amount was within the financial
category of the contractor, the Accepting Officer reserves the right to accept the tender in which
event the tenderer would be required to lodge additional security deposit as notified by the
Accepting Officer in terms of conditions of the contract.
5. Contractors whose names are borne on The MES approved list of any MES formation and who have
deposited standing security and have executed standing security bond may also tender without earnest
money along with the tender such tenderer would be required to deposit security deposits notified
by the Accepting Officer. Not more than one tender shall be submitted by one contractor or one
firm of contractor. Under no circumstances will a father and his son (s) or other close relations who
have business dealing with one another be allowed to tender for the same contract as separate
competitors. Breach of this condition will render the tenders of both parties liable to rejection.

6. Applications for the tender forms must be submitted to the Garrison Engineer (AF) Thanjavur to reach
this office on or before (See Main NIT).
7. Tender forms and conditions of contract and other necessary documents (together with addressed
envelopes to be used for the return of tender forms and other documents) will be issued on and
after (See Main NIT). The appropriate standing security amount for the work shall be deposited by
Contractors enlisted in the area in which the work lies for category (See Main NIT).
8. Submission of bids for the tender does not constitute any guarantee for consideration of tender/bid of
the applicant, even of enlisted contractors of appropriate class. The applicant contractor shall not
become automatically entitled for considering the tender/bid by virtue of enclosing copy of demand
draft along with application. The Accepting officer shall reserve the right to deny considering the
financial bid of tender to any applicant contractor. Firms to be considered for financial bid will be
decided by the Accepting officer based on interalia experience of similar works executed by the
applicant/contractor. The Accepting officer shall consider tender/bids received up to date of receipt of
applications/extended date of receipt of tender/bids. The applicant/contractor, if so desires, can appeal
to the next higher Engineer authority with copy to the Accepting officer. No appeal/representation
shall be entertained in respect of applications for consideration of tenders/bids as received after the
due date of receipt of application/extended date of receipt of tender/bids. The decision of the next
higher engineer authority should be final. No applicant/contractor shall be entitled for any
compensation whatsoever or rejection of his application.
8.1 PERFORMANCE SECURITY DEPOSIT:
The lowest contractor is required to submit the performance security deposit immediately of the
acceptance in favour of “GE (AF) Thanjavur” an amount to 5% of the contract sum. The performance
security deposit in the form of FDR / BGB from a schedule bank. Work order shall be placed only after
submission of performance security as per policy issued by E-in-C Branch letter No
66546/Manual/11/E8 dated 01 Jan 2020 and amended vide E-in-C letter No:66546/P-2/44/E8 dt: 16
Feb 2021.
8.2 Lowest tenderer those not in possession of performance security deposit shall be cancelled of the
award of the work, Incase of MES enlisted contractor, amount equal to the Earnest money stipulated in
the NIT, shall be notified to the tenderer for depositing the amount through MRO. Issue of tender to
such tenderers shall remain suspended till the aforesaid amount equal to the EMD in Govt treasury .
Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 10

NOTICE OF TENDER (Contd…/-)

8.3 The performance security deposit may be refunded to the contractor after the expiration of
the defects liability period (Twenty four calendar months) after the works handed over to
Government. In the event of contract being cancelled under condition 52, 53 & 54 of
General Condition of Contract, the performance security shall be forfeited in full and shall
be credited into consolidated fund of India.

8.4 The Garrison Engineer (AF) Thanjavur will be the Accepting Officer here-in-after referred to as such
for the purpose of this contract.

8.5 Garrison Engineer (AF) Thanjavur will return the earnest money wherever applicable to all unsuccessful
tenderers by endorsing authority on the deposit receipt for its refund, on production by the tenderer
of a certification of the Accepting Officer that a bonafide tender (vide Condition 14 below) was
received and all documents were returned.

8.6 Garrison Engineer (AF) Thanjavur will either return the earnest money to the successful tenderer, by
endorsing an authority on the deposit for its refund, on receipt of an equal amount of security deposit
or will retain the same on account of security deposit, if such transaction is feasible.

8.7 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) and samples of materials and
stores to be supplied by the contractor will be open for inspection by the tenderers at the office (See
Main NIT) during office working hours.

9. The tenderers are advised to visit site by making prior appointment with the Garrison Engineer (AF)
Thanjavur in sufficient time. A tenderer shall be deemed to have full knowledge of all relevant
documents, samples, site etc. whether he has inspected them or not.

10. Tenders will be received by the Garrison Engineer (AF) Thanjavur online till 05 Nov 2024 upto
1800 hours (See Main NIT).

11. Any tender which proposed any alterations to any of the conditions laid down or proposed any other
conditions of any description whatsoever is liable to be rejected.

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

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

14. Tenderers must be very careful to submit a bonafide tender. A bonafide tender must satisfy each and
every condition laid down in this Notice. Refer the help for contractors in “eprocuremes.gov.in site”.

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

16. This notice of tender alongwith main NIT shall form part of the contract.

Signature of Contractor
Dated: For Accepting Officer
CA NO: GE(AF)/TNJ/ OF 2024-2025 Serial Page No : 11

APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT)

1 Name of work ADDN / ALTN TO MAIN GATE AT AFS THANJAVUR.

2 Estimated Cost Rs 42.07 Lakhs (At Par Market)


3 Period of completion 04 (Four) Months
4 Cost of tender documents Rs 500/- in the shape of DD/Bankers cheque from any schedule
Bank in favour of GE (AF) Thanjavur and payable at
Thanjavur.
5 Website“/portal address www. defproc.gov.in and www.mes.gov.in
6. Type of contract The tender shall be item rate contract based on IAFW-1779A
and GCC (IAFW-2249) & with list of works to be quoted by the
tenderers electronically (BOQ).

7. Information & Details :


(a) Bid submission start date 30 Sep 2024
(b) Bid submission end date 05 Nov 2024
(c) Date of bid opening 06 Nov 2024
8. Eligibility criteria
(A) For MES enlisted All contractors enlisted with MES in Class „D‟ and above and
contractors category (a) (i) shall be considered qualified provided they do
not carry adverse remarks in WLR of Competent Engineer
Authority.

(B) For contractors not (a) The firms not enlisted with MES shall meet the
enlisted with MES enlistment criteria of Class 'D‟ MES contractors & category
(a) (i) i.e. with regard to having satisfactorily completed
requisite value works, Annual turnover, Solvency, working
capital, 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 copy of Police verification


from police authority of the area where the registered office of
the firm is located / notarized copy of valid passport of
proprietor/each partner/each Director.

(c) Firm should not carry adverse remarks in WLR/or any


other similar report of any authority.
(C) For All Contractors Contractor will not be allowed to execute the work by subletting
or through power of attorney holder on his behalf to a third
party/another firm except sons / daughters of
proprietor/partner/Director and firm‟s own employees, Director,
Project Manager. This shall be subject to certain conditions
which will be prescribed in the NOT forming part of the tender
documents.
9 Tender issuing and Accepting GE(AF) Thanjavur
Officer
10 Executing agency GE(AF) Thanjavur.
11 Earnest Money Rs 84,500/- in favour of GE(AF) Thanjavur.

Contd…..
CA NO: GE(AF)/TNJ/ OF 2024-2025 Serial Page No : 12
APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT)(Contd…/-)
Notes:-
(a) Contractor one class below may also bid for this tender. Their application shall be considered subject to
fulfillment of other eligibility criteria given in NIT when number of applicants of eligible class qualifying
for the tender are less than 7 (Seven).
(b) In case after opening of Cover 1, the number of MES enlisted contractors of eligible class as well as
eligible un-enlisted contractors, if any, fulfilling the other eligibility criteria given in NIT is less than
7(Seven), applications in respect of MES Contractors of one class below the eligible class shall also
be considered subject to fulfillment of other eligibility criteria given in the NIT. Therefore MES
contractors, one class below may also bid for this tender. Such contractors (contractors of one class
below the eligible class) shall not be considered in case their present residual works in hand is
more than FIVE TIMES their present tendering limit. However in case such contractors fulfill the
criteria of up gradation to the stipulated eligible class based on past experience of completed works
(individual work experience and / or average annual turnover, as applicable) and financial soundness
(solvency/financial soundness and working capital), the ceiling of present residual work will not apply
and they will be considered for issue of tender. Such bidders shall upload in their Cover-1 bid details
related to residual work in hand like details of work in hand showing names of work, names of Accepting
Officers, Contract amounts, dates of commencement and completion (stipulated) and progress as on
bid submission date. Such contractors, if claim to fulfill the criteria of upgradation shall also upload the
requisite information/ documents in support of upgradation. These details shall be verified by the
Tender Issuing Authority from concerned formations in case bids of such contractors are considered for
evaluation
(i) Applications/bids not accompanied by scanned copies of requisite DD/Bankers Cheque towards
cost of tender and earnest money (as applicable) shall not be considered for validation of T bid and
their finance bids will not be opened.
(ii) Contractors should ensure that their original DDs and earnest money (as applicable) are
received within 05 (Five) 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, their finance bids will be opened. However non-submission of physical copies of
cost of tender shall be considered as willful negligence of the bidder with ulterior motives and such
bidder shall be banned from bidding for a period of six months commencing from the date of opening
of finance bid (cover 2).
(iv) In case of applications/bids from 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 contractors along with complete
address shall be circulated for not opening of their bids for a period of six months commencing from
the date of opening of finance bid (cover 2)
(v) In case of applications/bids( enlisted contractor as well as un-enlisted contractor) where
scanned copies of requisite Earnest money (as applicable) were uploaded but the same are not
received in physical form within stipulated time, such bids shall not qualify for opening of finance bid
(cover 2).
(c) In case any deficiency is noticed, in the documents required to be uploaded by the tenderers as per
NIT, after opening of cover 1 (T bid) and during technical evaluation, a communication in the form of
e-mail/whatsapp /sms/Speed post etc shall be sent to the contractor to rectify the deficiency within a
period of 7 days from date of communication failing which financial bid (cover-2) shall not be opened
and contractor shall not have any claim on the same.
(d) Contractors enlisted with MES will upload following documents for checking eligibility:-
(i) Application for bid in Firm's letter head
(ii) Enlistment letter
(ii) Scanned copy of DD of cost of tender
(iii) It is mandatory to upload their Goods and Service Tax Registeration Number alongwith “T” bid
(cover1). Contractor who do not upload Goods and Service Tax regn No shall be disqualified in
the “T” bid (cover1) and his Finance bid (cover2) shall not be opened.
CA NO: GE(AF)/TNJ/ OF 2024-2025 Serial Page No : 13

APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT)(Contd…/-)

(e) 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 I of MES Manual on Contracts 2020. Following documents shall also be uploaded amongst
others:-
(i) Details of three highest valued similar nature of works executed during last five years, financial
year-wise in tabular form giving name of work, Accepting Officer's details, viz, Address, Telephone, Fax
No, E-mail ID etc, date of acceptance of tender and actual date of completion. This shall be duly signed
by proprietor /all partners /authorized Director of Pvt /Public Ltd, as applicable. It should indicate
whether extension was granted or compensation was levied. Attested copy of acceptance letter and
completion certificate shall be enclosed of each work. In case performance report has been given by
the client same shall also be submitted duly attested.

(ii) Solvency certificate and working Capital Certificate issued by scheduled bank.

(iii) Annual turnover certificate for last 2 years issued by Chartered Accountant alongwith relevant
pages of audited balance sheets in support thereof.

(iv) 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.

(v) Scanned copy of DD of cost of tender and earnest money.

(vi) It is mandatory to upload their Goods and Service Tax Registration Number alongwith “T” bid
(cover 1). Contractor who do not upload Goods and Service Tax regn No shall be disqualified in the “T”
bid (cover 1) and his Finance bid (cover 2) shall not be opened.

(vii) Declaration of UAM (Udyog Adhar Memorandum number) by MSE bidders on CPPP is
mandatory, failing which such bidders will not be able to avail the benefits as per Public Procurement
policy for MSEs order 2012 issued by MSME.

(f) In case of rejection of technical /prequalification bid, contractor may appeal to next higher Engineer
authority i.e CWE (AF) Trivandrum on email cwetvme8.ker@nic.in 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.

(g) Contractor shall ensure compliance of the EPF & MP Act 1952, in case work is awarded to him.
Note: Court of the place from where tender has been issued shall alone have jurisdiction to decide any
dispute out of or in respect of this tender. After acceptance of tender, condition – 72 of jurisdiction of court of
IAFW-2249 shall be applicable.

AGE (Contracts)
For Accepting Officer
File No. 8165/ 02 / E8

Dated: 08 Oct 2024


CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 14

(In lieu of IAFW-2159) (Rev 1947)

(TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS OF


CONTRACTS IAFW-2249)

MILITARY ENGINEER SERVICES

REGD POST ACK DUE


Tele/Fax : 04362-226936 Military Engineer Services
E Mail ID : afthanj4-mes@nic.in Garrison Engineer (Air Force)
Air Force Station, Pudukkottai Road
Thanjavur- 613005

8165 / 02 /E8 08 Oct 2024

LUMPSUM TENDER FOR WORKS REQUIRED IN THE EXECUTION OF


ADDN / ALTN TO MAIN GATE AT AFS THANJAVUR

M/s ________________________________________________ is hereby authorised to


tender for the above work. The technical and price bid (Cover 1 & 2) to be uploaded in the web site
www.eprocuremes.gov.in on ___ Jun 2024 up to 1800 Hrs.

Any correspondence concerning to this tender, should be addressed quoting the reference as to
Garrison Engineer (AF) Thanjavur, Military Engineer Services, Air Force Station, Pudukkottai
Road, Thanjavur-613 005 and marked on the outside CA No : GE (AF)/TNJ/ of 2024-2025.

“THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO


ACCEPT THE LOWEST OR ANY TENDERS.”

________________________
Appointment : AGE (Contracts) Signature of the Officer issuing
The Tender Documents:
Dated :

(Signature of Contractor)
Dated:
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 15
SCHEDULE - `A‟

NAME OF WORK: ADDN / ALTN TO MAIN GATE AT AFS THANJAVUR


Notes :
1. This Schedule is divided into Four (04) parts as under:-

(i) Schedule „A‟ Part I - BUILDINGS / STRUCTURES


(i) Schedule „A‟ Part II - MISC CIVIL WORKS
(i) Schedule „A‟ Part III - ELECTRIFICATION

2. SCHEDULE 'A' PART I TO IX For Schedule of items refer BOQ sheet in excel format

2.1 The unit rates inserted by MES under column 4 of Schedule „A‟ have been worked out at par with MES
Standard Schedule of Rates - 2020 including amendments and errata‟s thereto as indicated in tender
page, or at the rates analogous thereto. The accuracy of unit rates is however not guaranteed. The
tenderer‟s attention is invited to Condition 6A(B) of IAFW-2249.

3. PERIOD OF COMPLETION
3.1 The entire work under this contract shall be completed within 04 (Four) months from date of
commencement as shown in Work Order No 1.
4. The quantum of "PROVISIONAL ITEMS" under Sch' A' Parts II & III shall be assessed based on site
requirements before ordering on contractor as provided under condition 6 of IAFW- 2249 within
reasonable time from the date of on which the work is to be commenced as per work order.

5. The description of items in of Schedule „A‟ Part II & III shall be deemed to be amplified and read in
conjunction with Special Conditions, particular specifications, specifications for materials and
workmanship and Conditions in relevant trade section of MES standard schedule of rates Part I -2009
and Part II - 2020 and Contract drawings.

6. The unit rates inserted by MES in column 4 of SCHEDULE „A‟ PART- I to III mentioned in Note 2.

7. The unit rate inserted by the MES against items in Schedule „A‟ Part – I shall be deemed to include the
cost of construction of the entire work all as specified and/or shown on drawings except the items of
works listed in other parts of Schedule „A‟.

8. “Unit Rate” inserted by MES, in column 4 of Schedule „A‟ Part I shall be deemed to include cutting
chases for concealing pipes, PVC conduits, Steel conduit/specials and terminal boxes etc., and forming
holes in/through walls, floors etc where required and making good the disturbed surfaces to match with
the adjoining surfaces, No price adjustment to lump sum rates in Sch „A‟ shall be made for cutting
chases, forming holes etc, in the event of any variation in provisional quantities of other Schedule „A‟
Parts.
Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 16

SCHEDULE - `A‟ (CONTD….)


Notes (Contd….):-

10. In case details in respect of items shown on main drawings are not given in the drawings referred in
the main drawings, then the same shall be followed from any other drawings included in the list of
drawings or mentioned thereon in the drawings.

11. Probable layout system of various items of internal/external services are indicated on drawings. These
are tentative and may be varied wherever necessary at the discretion of the Engineer-in-Charge. The
contractor shall not be entitled for any claim on account of such variation.

12. The layout of buildings indicated and structures in the site plan/layout plan is tentative and may be
varied where necessary at the discretion of the GE. No adjustment in prices shall be done on account
of final approved layout within the site plan area.

13. The under mentioned remarks shall be deemed to have been inserted in respective columns of Sch 'A'
against each items:-

Under Col 3 - Refer list of drawings.


Under Col 7 - Refer Note No.3 of Sch 'A'(Period of completion).
Under Col 8 - Refer Notes of Sch 'A'.

14. SCHEDULE „A‟ PART- I to IX (Sl Nos. 02 & 10 of BOQ)

The tenderer shall work out his own unit rates from the drawings, specification and other information
furnished to him in the tender documents and arrive at a lumpsum price for each part of Schedule „A‟.
The lumpsum for Schedule „A‟ Part – I to III shall be worked out by him independently of the prices or
rates inserted by MES in the tender and irrespective of any error or inaccuracies therein. The
Lumpsum amount to be quoted by the contractor above or below the price inserted by MES
against each part of Schedule „A‟ in respect of Schedule „A‟ Part- I to IX in the BOQ
format in Col.6 only against each part of Schedule „A‟ as compared to the amount inserted
by MES against it. It is an express Condition of the Contract that the tendered amount shall be
deemed to include for the full and entire completion of the items of work and the contractor shall have
no claims on account of any error in the unit rates/prices inserted by MES.

15. The tenderer shall work out his own unit rates from the drawings, specifications and other
information furnished to him in the tender documents and arrive at a lumpsum price for
each items of Schedule „A‟ and insert unit rate in figures column 6. It is an express Condition
of the Contract that the tendered amount shall be deemed to include for the full and entire completion
of the items of the work.
16. All soil pipes shall be taken, vertically below ground level to a depth as required but exceeding 30 cm
and not exceeding 60 cm from finished ground level and shall be provided with a bend at the lower end
and connected upto first manhole with required slope. Irrespective of what is shown on drawing, the
first manhole shall be at a distance of 2 metre from the respective external face of wall. Waste pipe
from Nahani trap to gully trap shall be 75 mm bore UPVC pipe. The quoted lumpsum for Schedule „A‟
Part – I shall be deemed to include the cost of UPVC (SWR) pipes from building to first manhole and
UPVC (SWR) waste pipes upto gully traps and including construction first manhole. 100 mm dia SWG
line including excavation, RFR etc. connecting from gully trap to first manhole shall be deemed to be
included in the quoted lumpsum. UPVC soil pipes shall be of type „B‟ with IS – 13592 marked.

16.A ATT shall be carried out to the entire building specified under Sch ‟A‟ Part-I as per the relevant IS.

Contd.....
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 17

SCHEDULE - `A‟ (CONTD….)


Notes (Contd…./-):-

16. DRAWINGS

16.1 If specification for any fittings/fixtures are not given anywhere in tender documents, the same shall be
provided all as shown/described in drawing and or conforming to latest IS Standard make/specification
as approved by GE.

16.2. Typical details of drawings given in the list of drawings of individual type of buildings shall be followed
as applicable.

16.3. The details of fittings/fixtures and other minor items shown on main building drawings shall supersede
the details of the same given in typical drawings, enclosed in case of variance.

16.4. Whether indicated in drawings or not all openings in walls shall be provided with suitable lintels/beams if
not specifically marked as given in Sch of lintels/beams or as directed by Engineer-in-Charge. The
lumpsum quoted by the tenderer is deemed to include for the same.

17. Any drawings mentioned in the Contract drawings or particular specifications but if specifically not
included in the list of drawings shall also be deemed to form part of Contract.

18. After completion of work Contractor shall submit the complete set of completion drawings consisting of
B/R & E/M site plan marked with external services as executed. One set of architectural drawings and
structural drawings duly incorporating the changes if any during execution along with schematic
drawings of internal water supply and internal electrification be submitted to GE in a cloth bound tracing
sheet, together with soft copy of the same. The cost of submission of such drawings both in hard and
soft copy shall be deemed to be included in the rates quoted for Schedule „A‟ Part-I.

19. The built in furniture shall be provided as shown on drawings and lumpsum quoted for Schedule `A‟ Part
- I is deemed to include for the provision of built in furniture.

20. Contractor may use Mechanical devices required for excavation in trenches, without any extra cost to
Govt. However, payment shall be done only for the authorized width as per drawings and preambles of
SSR, irrespective of the actual width excavated. The unit rate quoted shall be included for such
provisions, contractor shall have no claim on this account.

21. PENAL RECOVERY IN CASE OF NON- PAYMENT OF SEIGNIORAGE CHARGES TO STATE GOVT.

21.1 The contractors are required to pay seigniorage fee for quarry materials obtained from quarries
situated in Tamil Nadu State.

21.2 The contractor shall furnish documentary evidence for payment of the seigniorage fee/mining tax to
the GE failing which penal recovery of normal seigniorage fee/mining tax with five times penalty
shall be recovered from his RARs/Final bill.

21.3 No claim will be entertained on account of any misunderstanding of this note.

Contd...../-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 18

SCHEDULE - `A‟ (CONTD….)

22. Definition of term ” local” given para 1.3 (c) of SSR Part I is not applicable in this tender in respect of
items of stone aggregate and fine aggregate i.e. sand. Since huge quantity of stone aggregate and
sand are involved in the work therefore contractor has to make his own arrangement for procuring the
same from any source. However these materials shall conform to specifications given in tender
documents. Please note that no claim whatsoever including extension of time on account of this
provision is admissible.

23. All royalty & cess charges for bricks, stone aggregate, sand, stone boulders including all earthwork
done at site of work and other allied items for which royalty & cess charges are levied by State Govt. as
per statutory rules / law shall be deemed to be included in unit rates quoted by contractor for
Schedule „A‟ and no claim whatsoever on this account is admissible. The contractor shall be solely
responsible to pay necessary royalty and cess charges and the same shall be recovered from any
payment due to the contractor & remitted to the state Revenue Authorities in case of default /
dispute if any or on receipt of demand notice from them.

24. Since the work lies in restricted area, carrying camera enabled mobile phone by contractors or their
agents are strictly prohibited. Also all vehicles brought by contractors in connection with execution of
work shall possess valid papers and license and shall produce for security check.

25. Service taxes inclusive of CESS as notified by Govt including subsequent tax revisions if any after
notification in this regard issued by Govt time to time, shall be applicable to all contracts except
contracts for Water Supply, Water Treatment, supply of new furniture and Sewerage Treatment or
Disposal. Other taxes viz labor welfare Cess/ Tax and element towards ESI and PF contribution shall be
applicable to this contract besides other applicable taxes/ levies as per law of land. The quoted offer is
deemed to include this provision.

26. The bidders shall check and confirm if any Revised BOQ has been uploaded, and shall quote in Revised
BOQ only. Thus uploading tender in pre-revised BOQ shall be considered as a willful negligence by the
bidder and his tender shall be considered as non-bonafide.

27. SPECIAL NOTE


27.1 Contractor may use crushed stone sand produced from hard stone having cubical shaped particles with
grounded edges of ground gradation for concrete and masonry work without any price adjustment in lieu of
natural sand/river sand.
27.2 Crushed stone sand for concrete work shall conform to materials specifications and grading within the
limits of grading zones II to III all as specified in Clause 4.4 to 4.4.7.3 of MES Schedule Part-I
27.3 Crushed stone sand can be used for plastering with river sand in the ratio of 1:1 without any price
adjustment and conforming to IS 1542-1992 and SSR Clause of Plastering.

27.4 EWC shall be inclusive of all necessary accessories incl ABS body mild steel CP health faucet with 1.25
m flexible tube, PVC sheet cover, brass CP fancy type two way angel cock 15mm dai etc complete.

27.5 WHB & Sink shall be inclusive of all necessary accessories incl 15mm dia brass CP fancy type pillar tap,
PVC connection, waste coupling and waste pipe etc complete.

27.6 Flush tank shall be inclusive of all necessary accessories incl flush pipe, PVC connection etc complete.

Signature of contractor
Dated : For Accepting Officer
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 19
In lieu of IAFW-2159 (Revised 1947)
SCHEDULE 'A' PART-I
(BUILDINGS / STRUCTURES)

Sl No Description of items of works Ref to Unit rate Approx No of Total Amount Period of Remarks
drg Units Reqd comp-letion of
No individual
items after
date of
handing over
Rs. Ps Rs. Ps site
1 2 3 4 5 6 7 8

1 Construction of rain shelter of size 24mx8.90mx7mtr (clear inner dimensions) with Alu-zinc 2815000.00 1.00 2815000.00
colour coated profiled steel roof sheets 0.50 mm thick (TCT) and yield strength of 550 mpa One Job
in wall cladding and roofing including RCC foundation, anchor bolts, base plates and all
structural steel items, rain water eaves gutters, Aluminium composite panel of 3mm thick
with skin thickness of 0.25mm of aluminium on both sides, sandwitched by 2.5 mm
polyethylene core with PVDF coating of 30.0 micron fixed over frame of MS sections, 1.0 mm
thick Stainless steel box type writing letters 32 nos (Block, Roman, Italic or Indian) of size
400mm height, 50mm to 70mm width & 30mm to 50mm depth to wall surfaces including
necessary drilling/punching in walls & incl necessary sealant etc and down take pipes etc
complete all as specified and as directed.

Total of Sch 'A' Part-I C/O to BOQ 2815000.00

Signature of Contractor AGE (Contracts)


Dated : for Accepting Officer
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 20
In lieu of IAFW-2159 (Revised 1947)
SCHEDULE 'A' PART-II
(MISC CIVIL WORKS)

Sl No Description of items of works Ref to Unit rate Approx No of Total Amount Period of Remarks
drg Units Reqd comp-letion of
No individual
items after
date of
handing over
Rs. Ps Rs. Ps site
1 2 3 4 5 6 7 8

1 Demolition of cement concrete (unreinforced) in ground floor & paving not exceeding 15 cm 1379.50 5.00 6897.50
thick below or above ground level complete all as specified and as directed. Cum
2 Removing of existing gate carefully and refixing the same after necessary strengthening of 5000.00 8.00 40000.00
existing joints if any exc 2sqm and n.exc 4 sqm each complete all as specified and as Each
directed.
3 Cutting holes into or through cement concrete columns exc 250 sq cm but n exc 500 sq cm 28.20 160.00 4512.00
complete all as specified and as directed. Per CM depth

4 S & F Bands, straps, supports or stays for rainwater, ventilating pipes, including bolts, if 181.08 150.00 27162.00
required, hooks (stay), heavy, for large gates, hook and pintle hinges, large hasps and Kg
staples, chains, hand made sliding bolts, clamps, hold fasts, wall ties, hooks for hanging
fans, plain angle cleats for securing purlins to wood trusses or rafters, knee piece inserts,
two way and three way straps, plate washers and similar small articles conforming to Fe-290
Gde-E-165 complete all as specified and as directed.

5 S & F MS wheel 6mm thick 50 to 80mm dia fixed to botom of iron gate complete all as 110.00 8.00 880.00
specified and as directed. Each

6 S & F MS heavy duty pintel hinge for iron gate complete all as specified and as directed. 550.00 8.00 4400.00
Each
7 Dismantling floor, hearth or wall tiling including CM bedding, removing rubbish off the 89.50 40.00 3580.00
premises complete all as specified and as directed. Sqm
Total C/O to Summary 87431.50

Signature of Contractor AGE (Contracts)


Dated : for Accepting Officer
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 21
In lieu of IAFW-2159 (Revised 1947)
SCHEDULE 'A' PART-II
(MISC CIVIL WORKS)

Sl No Description of items of works Ref to Unit rate Approx No of Total Amount Period of Remarks
drg Units Reqd comp-letion of
No individual
items after
date of
handing over
Rs. Ps Rs. Ps site
1 2 3 4 5 6 7 8

8 M & L for preparing new plaster surface of walls and applying two coats of cement base paint 70.50 60.00 4230.00
complete all as specified and as directed. Sqm

9 Excavating in trenches, not exceeding 1.5m wide and not exceeding 1.5m in depth for 675.00 25.00 16875.00
foundations, shafts, wells cess pits etc., and getting out in hard dense soil complete all as Cum
specified and as directed.
10 M&L Plain cement concrete 1:3:6 type C2 (using 40 mm graded stone aggregate) as in 5862.00 14.00 82068.00
foundation, filling and mass concrete and sub base complete all as specified and as directed. Cum

11 Brick work with subclass 'B' old size bricks straight or curved on plan exceeding 6 m mean 5370.50 8.00 42964.00
radius built in CM 1:4 complete all as specified and as directed. Cum
12 Taking down cement plaster of any description, raking out joints, hacking for keys and 94.94 60.00 5696.40
washing down with water etc complete all as specified and as directed. Sqm
13 M & L for rendering 15mm thick in CM 1:6 on fair faces of brick or concrete work making 243.37 95.00 23120.15
surfaces even and fair without using extra cement complete all as specified and as directed. Sqm

14 M&L cement concrete work in pavement/hard-standing of flexural strength 40 kg/per square 7107.10 10.00 71071.00
centimetre in field using 400 kg of cement per cubic metre, thickness of concrete 25 cm or Cum
less complete all as specified and as directed.
15 Forming 12mm thick expansion joints filled with pre-formed bituminous filler 578.30 10.00 5783.00
and top 30mm primed and sealed with sealing compound, Grade ‘A’ thickness of concrete n 10RM
exc 100mm complete all as specified and as directed.
16 S & F polythene film, 50 micron thick, laid on a coat of bitumen primer, @ 0.30 to 0.50 kg 74.11 100.00 7411.00
per sqm complete all as specified and as directed. Sqm
17 S&F of aluminium tubular section of size 25mmx 50mmx 20mm thick, duly fixed to 2400.00 45.00 108000.00
wall/ceiling with expansion fastner, having panels not exc 1200 mm x1200 mm with Sqm
necessary silicon filling in approved pattern as in column, beam,wall etc complete all as
specified and as directed.
Note: Necessary MS scafolding required for work shall be deemed to be include in the quoted
rate. (Appx height 10 mtr from GL)
Total C/O to Summary 367218.55

Signature of Contractor AGE (Contracts)


Dated : for Accepting Officer
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 22
In lieu of IAFW-2159 (Revised 1947)
SCHEDULE 'A' PART-II
(MISC CIVIL WORKS)
Sl No Description of items of works Ref to Unit rate Approx No of Total Amount Period of Remarks
drg Units Reqd comp-letion of
No individual
items after
date of
handing over
Rs. Ps Rs. Ps site
1 2 3 4 5 6 7 8

18 M&L for Auminium composite panel sheet of 3.0 mm thk with skin thickness of 0.25mm of 2000.00 45.00 90000.00
aluminium on both sides, sandwitched by 2.5 mm polyethylene core with PVDF coating of Sqm
30.0 micron fixed over frame of aluminium tubular section complete all as specified and as
directed.
19 M & L granite (of any type) tiles machine cut 20mm thick , in skirting/ dado incl laid over 2442.75 40.00 97710.00
10mm thck backing coat in cement mortar (1:3) and jointed with grey cement slurry, and Sqm
pointed with white cement with admixture of pigment to match the shade of granite stone
including grinding and polishing complete all as specified and as directed.

20 M&L for Plate girder or single stanchions, built up of one beam or channel section with 105.29 3400.00 357986.00
flange plates, caps, bases, splices, angle brackets, cleats and other connections as in FOD / Kg
cattle trap complete all as specified and as directed.

21 M&L for preparation of new steel surfaces over 10 cm in width or girth not otherwise 141.30 100.00 14130.00
described and applying 2 coats of synthetic enamel paint over one coat of red oxide primer Sqm
complete all as specified and as directed.

22 M&L for preparation of old steel surfaces and applying one coat of synthetic enamel paint on 74.50 40.00 2980.00
steel surfaces of any description, over 10cm in width or girth,not otherwise described Sqm
complete all as specified and as directed.
23 Returning, filling in, including spreading, levelling, watering and well ramming in layers not 139.10 2.00 278.20
exceeding 25 cm complete all as specified and as directed. Cum

24 Removing excavated material and debris exc. 250 m but n exc.500 m all complete all as 582.60 23.00 13399.80
specified and as directed. Cum

25 Removing of existing gate of 6m and refixing the same after necessary strengthening of 10000.00 3.00 30000.00
existing joints if any complete all as specified and as directed. Each

Total C/O to Summary 606484.00

Signature of Contractor AGE (Contracts)


Dated : for Accepting Officer
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 23
In lieu of IAFW-2159 (Revised 1947)
SCHEDULE 'A' PART-II
(MISC CIVIL WORKS)

Summary of Sch 'A' Part-II


Total B/F from SI Page No 22 87431.50
Total B/F from SI Page No 23 367218.55
Total B/F from SI Page No 24 606484.00
Total of Sch 'A' Part-II C/o to BOQ 1061134.05

Signature of Contractor AGE (Contracts)


Dated : for Accepting Officer
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 24
In lieu of IAFW-2159 (Revised 1947)
SCHEDULE 'A' PART-III
(ELECTRIFICATION)
NAME OF WORK : ADDN / ALTN TO MAIN GATE AT AFS THANJAVUR.
Sl No Description of items of works Ref to Unit rate Approx No of Total Amount Period of Remarks
drg Units Reqd comp-letion of
No individual
items after
date of
handing over
Rs. Ps Rs. Ps site
1 2 3 4 5 6 7 8

1 M & L for Point wiring with 1.5 Sqmm (nominal area) single core PVC insulated unsheathed 992.75 4.00 3971.00
(FRLS) cable, multi-stranded, copper conductor, in universal colour code with & including Per Point
suitable size of rigid non-metallic PVC conduit (not less then 20mm dia med gd)and its all
accessories complete concealed in wall / roof incl cutting & chases( making good all to the
disturbed surfaces as per existing) and including modular flush metal boxes , modular cover
& Plates suitable for modular fittings, concealed type for mounting modular switches,
sockets, regulators etc including earth wire of PVC insulated (FRLS) copper conductor
multistranded of 1.5 Sqmm size in green colour for One light point controlled by one way
switch 5 amp complete all as specified and as directed.

2 Description all as per srl item No 01 here-in-before but One 3 pin 5 Amps socket point 1070.40 4.00 4281.60
controlled by one switch on independent board complete all as specified and as directed. Per Point

3 Description all as per srl item No. 1 but for 3 pin / 5 pin 16 Amps sockets outlet with 4 1930.50 4.00 7722.00
Sqmm PVC insulated & unsheathed (FRLS) copper conductor cable independent complete all Per Point
as specified and as directed .

4 Supply and Fixing Modular switch 6 Amps single pole one-way, 1 Module complete all as 260.50 16.00 4168.00
specified and as directed . Each

5 Supply and Fixing Modular switch 16 Amp single pole one way,1 Module complete all as 343.70 4.00 1374.80
specified and as directed . Each

6 Supply and Fixing Modular socket 2-in-1, 5 pins 6 Amps , combined 2 Module complete all 340.54 4.00 1362.16
as specified and as directed. Each

7 Supply and Fixing Modular socket 2-in-1,3 and 5 pins 6 /16 Amps, combined 2 Module 528.40 4.00 2113.60
complete all as specified and as directed. Each
8 M&L Wiring for circuit/submain wiring along with earth wire with 2x1.5 sq.mm + 1x1.5 163.32 150.00 24498.00
sq.mm earth wire of FR is PVC isulated copper conductor, single core cable in surfaces RM
required in PVC conduit complete all as specified and as directed.
Note : 2 x 1.50sqmm main wire and 01 No 1.50sqmm earth wire alongwith PVC conduit will
be measured as one unit.
Total C/O to Summary 49491.16

Signature of Contractor AGE (Contracts)


Dated : for Accepting Officer
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 25
In lieu of IAFW-2159 (Revised 1947)
SCHEDULE 'A' PART-III
(ELECTRIFICATION)

Sl No Description of items of works Ref to Unit rate Approx No of Total Amount Period of Remarks
drg Units Reqd comp-letion of
No individual
items after
date of
handing over
Rs. Ps Rs. Ps site
1 2 3 4 5 6 7 8

9 S&F Ceiling rose, surface Bakelite, large type, 220/240 volts, three terminals, white/ivory 65.70 12.00 788.40
finish complete all as specified and directed. Each
10 Supply and fixing LED flood light 70 watt 230 volt AC outdoor type with thermal management 6263.82 4.00 25055.28
in multiple optics and equipped with IP66 protection with driver and lamp complete all as Each
specified and as directed.
11 Supply and fix LED high bay light 80 watt.,150 Lm/W, IP65, energy saving, environment 22700.00 4.00 90800.00
friendly & robust highbay LED with PDC housing suitable for ceiling (Surface/Suspended) Each
mounting with system efficacy complete with all connection complete all as specified and as
directed.

12 S&F Sheet metal enclosure for 8way Distribution Boards (DB’s), double door, single pole & 1912.70 1.00 1912.70
neutral with 200 amps rated bus bar, IP-43 protection suitable for fixing MCB"S/lsolators after Each
and including taking down old DB with MCB complete all as specified and as directed.

13 S&F MCB Single pole & neutral, 5 to 32 amps, 240 volts, ‘C’ curve, 10KA , in the MCB DB 851.20 1.00 851.20
complete with connection testing and commissioning complete all as specified and as Each
directed.
14 S&F MCB Single pole, 5 amps, 240 volts, ‘C’ curve, 10KA , in the MCB DB complete with 294.00 6.00 1764.00
connection testing and commissioning complete all as specified and as directed. Each
15 Material and labour for earthing complete with galvanised steel plate electrodes of size 6688.40 1.00 6688.40
600x600x6mm thick burried directly in ground with earth pit not less than 2.25 meter deep Each
below normal ground level with top edge of plate not less than 1.5 meter below normal
ground level connected to galvanised 4.0mm dia earth lead by means of nuts bolts check
nuts GI washers earth wire protected by galvanised iron or steel all as shown in electrical
Plate No-3 connected to earthing test point or indicated including testing on completion
complete all as specified and as directed.

Total C/O to Summary 127859.98

Signature of Contractor AGE (Contracts)


Dated : for Accepting Officer
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 26
In lieu of IAFW-2159 (Revised 1947)
SCHEDULE 'A' PART-III
(ELECTRIFICATION)

Sl No Description of items of works Ref to Unit rate Approx No of Total Amount Period of Remarks
drg Units Reqd comp-letion of
No individual
items after
date of
handing over
Rs. Ps Rs. Ps site
1 2 3 4 5 6 7 8
16 Supply and fixing in replacement LED light fitting 20W, 220V, AC decorative box type with 1305.40 4.00 5221.60
driver, holder including LED tube light connecting up with three core flexible copper Each
conductor cable of size from ceiling rose complete all as specified and as directed.

17 M&L in replacement Wiring for circuit/submain wiring along with earth wire with 2x6.0 sq.mm 259.20 25.00 6480.00
+ 1x6.0 sq.mm earth wire of FR is PVC isulated copper conductor, single core cable in RM
surfaceas required complete all as specified and as directed.
Note : 2 x 6.0sqmm main wire and 01 No 6.0sqmm earth wire alongwith PVC conduit will be
measured as one unit.

18 S &F post top lantern LED type 40 watt 230 V AC outdoor type with decorative post top for 9997.99 4.00 39991.96
360 degree indirect light IP 65 protection with impact and corrosion resistant complete with Each
driver and lamp complete all as specified and as directed.

Total C/O to Summary 51693.56

Summary of Sch 'A' Part-II


Total B/F from SI Page No 25 49491.16
Total B/F from SI Page No 26 127859.98
Total B/F from SI Page No 27 51693.56
Total of Sch 'A' Part-III C/o to BOQ 229044.70

Signature of Contractor AGE (Contracts)


Dated : for Accepting Officer
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 28

SCHEDULE ‘B’

ISSUE OF MATERIAL TO THE CONTRACTORS


(SEE CONDITION 10 OF IAFW-2249)

Sl Particulars Rate at which materials will be Place of issue (by Remarks


No issued to contractor name)
Unit Rate
R Ps
1 2 3 4 5 6

------------------------------------NIL------------------------------------

---------------------------------------------------------------------------------------------------------------------------------

SCHEDULE ‘C’

ISSUE OF TOOLS AND PLANTS (OTHER THAN TRANSPORT)


WHICH WILL BE HIRED TO THE CONTRACTOR
(See condition 15, 34 and 35 of IAFW-2249)

Sl Quantity Particulars Details Hire Standby Place of Remarks


No of MES charges charges issue
crew per Unit per unit (by
supplied per working per `Off' name)
day day

1 2 3 4 5 6 7 8

------------------------------------NIL------------------------------------

---------------------------------------------------------------------------------------------------------------------------------

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR


(See Conditions 16 and 35 of IAFW-2249)

Sl Qty Particulars Rate per Place of Remarks


No unit per issue
working day (by name)

1 2 3 4 5 6

------------------------------------NIL------------------------------------

---------------------------------------------------------------------------------------------------------------------------------

Signature of Contractor
Dated : For Accepting Officer
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 29

(In lieu of IAFW-2159 (Revised 1947)

TENDER

TO
THE PRESIDENT OF INDIA

Having examined and pursued the following documents :-

1. Specifications signed by AGE (Contracts), Garrison Engineer (AF) Thanjavur

2. Drawings as detailed in the specifications.

3. Schedule 'A', 'B', 'C' and 'D' attached hereto.

4. MES Standard Schedule of Rates 2009 (Part-I Specifications) with Amendments Nos 1 to 3 and Part-II
2020 (here-in-after to as the MES Schedule) together & amendment Nos 1 to 122 for Part-II (rates)
2020 as applicable to the above said schedule.

5. General conditions of contract IAFW-2249 (1989 Print) together with amendment Nos 1 to 49 and
errata 1 to 20.

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

Water will be supplied by MES

7. SHOULD THIS TENDER BE ACCEPTED

I/We agree

*(a) That the sum of Rs. 84,500/- (Rupees Eighty four thousand five hundred only)
forwarded as earnest money shall either be retained as part of security deposit or be refunded by the
Government on receipt of appropriate amount of Security Deposit all as per conditions 22 of IAFW-
2249.

(b) To execute all the work referred in the said documents upon the terms and conditions
contained in the aforesaid Schedule ‘A’ or at such other rates that may be fixed under the provisions
of condition 62 of IAFW 2249 and to carry out such deviations as may be ordered vide conditions 7 of
IAFW-2249 up to 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 degree in
Engineering or equivalent or having passed final/ direct final examinations of Sub-Division II of
Institution of Surveyors (India) recognized by the Government of India to be appointed by the Chief
Engineer (Air Force) Bangalore or in his absence officer Officiating as Chief Engineer whose decision
shall be final, conclusive and binding.

* Delete whichever is not applicable.

Contd.....
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 30

(In lieu of IAFW-2159) (Rev 1947)

TENDER (CONTD...)

______________________Signed by __________________________________________________________

in the capacity of _______________________________________________________________ hereby

authorized to sign the tender for and on behalf of _____________________________________________.


(IN BLOCK CAPITALS)

Dated: ___________________ Postal address: ___________________

Witness ___________________

Signature: ___________________ ___________________

Address: ___________________

___________________ Telegraphic address: ___________________

___________________ ___________________

___________________

Telephone No: ___________________

Fax No./Mob No: ___________________

ACCEPTANCE

___________________ alterations have been made in this documents and as evidence that these
alterations were made before the execution of the contract agreement, they have been initialed by contractor
and AGE (Contracts), Garrison Engineer (AF) Thanjavur.

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 at the item rates contained

in the Schedule 'A' on the _________ day of ________2024.

Signature ___________________ dated this ________ day of _______2024.

Appointment : GARRISON ENGINEER (AIR FORCE)

(For and on behalf of the President of India)


CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No. 31 to 82

GENERAL CONDITIONS OF CONTRACTS


(IAFW-2249 - 1989 PRINT)

FOR

LUMPSUM CONTRACT (IAFW-2159)

A copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249 1989 Print) with Errata 1 to 20 and
Amendments No.1 to 49 has been supplied to me/us and is in my/our possession. I/we have read and
understood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before
submission of this tender and I/We agree that I/we shall abide by the terms and conditions thereof as
modified, if any, elsewhere in these tender documents.

It is hereby further agreed and declared by me/us, that the General Conditions of Contracts (IAFW-
2249-1989 Print) including Condition 70 thereof pertaining to settlement of disputes by Arbitration containing
33 pages (Serial Page Nos 31 to 63) with Errata 1 to 20 and Amendment Nos.01 to 49 (Serial Page Nos. 64
to 82) form part of these tender documents.

For Accepting Officer


Signature of Contractor

Date :
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No. 83

SCHEDULE OF MINIMUM FAIR WAGES

(PAYABLE BY THE CONTRACTOR UNDER MINIMUM FAIR WAGES ACT)

(See Condition 58 of IAFW-2249)

1. It is hereby agreed that the "Schedule of Minimum Fair Wages" (SMFW) as published vide Government of
India which specifies the minimum rates of wages for various categories of workmen as applicable on the last
due date of receipt of this tender shall form part of the tender documents and is in my/our* possession. I/We
have read and understood the provisions contained in the aforesaid Schedule of Minimum wages before
submission of tender.

2. My/our* signature(s) here under amounts to my/our* having signed the aforesaid Schedule

of Minimum Fair Wages forming part of this tender.

(* Delete whichever is not applicable)

For Accepting Officer


Signature of Contractor

Date :
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 84

SPECIAL CONDITIONS
1. GENERAL

1.1 The following special conditions shall be read in conjunction with the General Conditions of Contracts
IAFW-2249 and IAFW-2159 including Errata / Amendments thereto. If any provision in these special
conditions is at variance with that of the aforesaid documents, the former shall be deemed to take
precedence there over.

2. ADMISSION TO SITE BY CONTRACTOR AND RESPONSIBILITY TO ASCERTAIN HIS OWN


INFORMATION
(a) The tenderers shall contact the Garrison Engineer (AF) Thanjavur 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 / labours and other cogent condition which may affect
the execution and entire completion of work under this contract.
(b) The tenderer shall be deemed to have visited the site (s) and made themselves acquainted with
the working conditions, whether they actually inspected the site (s) or not.

3. CONTRACTOR’S REPRESENTATIVES, AGENTS AND WORKMEN

3.1 Refer condition 26 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 considerations 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. GE shall order the contractor to cease to
employ in connection with this contract any representative agents, servants and workmen or
employees, whose continued employment, in his opinion, is undesirable. The contractor shall not be
allowed any compensation on this account.

3.2 The contractor shall, on demand by the Engineer-in-Charge submit list of his agents, employees and
work people concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such people.

3.3 Verification of antecedents of contractor‟s representatives/labour deployed at site in connection with


execution of work under the contract, as per security requirement of User/unit installation shall be the
responsibility of the contractor and all expenses in connection with verification of antecedents by
Police/Security Agency shall be brone by the contractor.

4. CONDITIONS OF WORKING IN RESTRICTED AREA

4.1 The work under this contract lies in RESTRICTED AREA.

4.2 VISIT TO SITE WITHIN THE RESTRICTED AREA

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

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 85

SPECIAL CONDITIONS(CONTD…)
4.3 ENTRY / EXIT

4.3.1 The contractor, his agent (s) / representatives, workmen etc., and his materials, carts, trucks or other
means of transports etc., will be allowed to enter through and leave only from such gate 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 of identifying his carts, truck etc., to the personal in charge of the
security of Restricted Area.

4.4 IDENTITY CARDS OR PASSES

4.4.1 The contractor, his agents and representatives are required individually to be in possession of an
identity card or pass duly verified by the Garrison Engineer. 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.

4.5 IDENTITY OF WORKMEN

4.5.1 Every workman shall be in possession of an identity card. The identity card will be issued after
thorough investigation of the antecedents of the labourers employed 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.

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

4.6 SEARCH

4.6.1 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 within the Restricted Area.

4.7 FEMALE SEARCHER

4.7.1 If the contractor desires to employ female labour on works to be carried out inside the area of a
factory, Depot, park etc., and a female searcher is not borne on the authorized strength of the factory,
Depot, park etc., at the time of submission of the tender, he shall be deemed to have allowed in his
tender for pay and allowance etc., for a female searcher (Class IV Servant / Group „D‟ Servant)
calculated for the period female labour is employed by him inside that area. If more than one
contractor has / have to be employed female searcher in addition to the authorized strength of the
factory, Depot, Park etc., the salary and allowances paid to the additional female searcher (s) shall be
distributed on an equitable basis between the contracts employing female labour taking into
consideration the value and period of completion of their contractors. The GE‟s decision in regard to
the amount recoverable on this account from any contractor shall be final and binding.

4.8 WORKING HOURS

4.8.1 The units controlling restricted 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 however, appreciably reduced
because of the time taken in security checks observed at the time of entry, exit and during working
hours.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 86

SPECIAL CONDITIONS(CONTD…)

4.8.2 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 contractors before submitting his tender.
The tenderer‟s attention is invited to the fact that the total number of working hours for a unit is prescribed
in regulations and they can not be increased by the Garrison Engineer.

4.8.3 Contractor‟s materials, transport etc shall normally be permitted to come in / go out of the area between 9
A.M to 5 P.M only.

4.9 ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORKS

4.9.1 After the works are completed and surplus stores etc., removed, the contractor, his agents, representatives
or workman etc., may not be allowed to have access to the restricted area except for attending any
rectification of defects pointed out to him by the GE.

4.10 FIRE PRECAUTIONS

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

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

5. MINIMUM WAGES PAYABLE

5.1 Refer condition 58 of IAFW-2249. The contractor shall not pay wages lower than minimum wages for labour
as fixed by the Government of India /State Government / Union Territory whichever is higher.

5.2 Contractor‟s attention is also drawn, amongst other things to the „explanations‟ to the schedule of minimum
wages referred to above.

5.3 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 as up to date from time to time.

5.4 Schedule of minimum wages are not enclosed along with tender documents. However contractor shall be
deemed to have verified the fair wages payable as on the last due date of receipt of tender.

5.5 The contractor shall have no claim whatsoever, if on account of local factors and or regulations, he is
required to pay the wages in excess of minimum wages as described above during the execution of work.

6. ROYALTIES

6.1 Reference condition 14 of General Conditions of Contracts (IAFW-2249). No quarries on defence land are
available.

7. LAND FOR TEMPORARY WORKSHOP STORES ETC

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

7.2 “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 Rs. 1/- per year or part of the 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 purpose but free of charge”.

8. WATER

8.1 Refer Condition 31 of General Conditions of contracts IAFW -2249 and clause 1.13 of MES Schedule.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 87

SPECIAL CONDITIONS (CONTD…)

8. WATER (Contd…/-)

8.2 Water will be supplied by MES at All in one cost rate of Rs 31.02 on payment basis.

9. CO-OPERATION WITH OTHER AGENCIES

9.1 The contractor shall permit free access and generally afford reasonable facilities to other agencies or
departmental workmen engaged by the Government to carry out their part of the work, if any, under
separate arrangements. The contractor shall not be entitled for anything extra on this account.

10. ELECTRIC SUPPLY

10.1 Electricity will be supplied by MES up to a maximum of 10KW, three phase, 415 volts. The
contractor will be charged for electric energy consumed at the rate of Rs. 18.95 per unit for lighting
and power. Electric supply required for works shall be made available by the MES at the electric supply
point marked on the layout plan. The exact location of the electric point (s) shall be shown by the GE.
The main switch and KWH meter to register the electric energy supplied shall be provided and installed
by MES. The contractor shall provide all necessary connections, cables, fittings, etc., from the main
switch in order to ensure proper and suitable supply of electricity. The MES do not guarantee for
continuity of supply and no compensation whatsoever shall be allowed for supply becoming intermittent
or for breakdown in the system by any reason whatsoever. GE or his representatives shall be free to
inspect all the power consuming devices or any electric lines provided by contractor, which, if not to
the satisfaction of the GE shall be disconnected from the supply, if so directed by him.

11. NET WORK ANALYSIS

11.1 The time and progress chart to be prepared as per condition 11 of General conditions of contracts
IAFW-2249 shall consist of detailed net work analysis and a time schedule. The critical path network
will be drawn jointly by the GE and the 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 the GE who will approve it after due scrutiny. The schedule will be submitted in four
copies within two weeks from the date of handing over the site.

11.2 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 work ordered on the contractor is substantially changed
through deviation orders or amendments. Any revision of the time schedule as a result of the review
will be submitted by the contractor to the GE within a week for his approval after due scrutiny.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 88

SPECIAL CONDITIONS (CONTD…)

11.3 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. Accepting Officer‟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.

11.4 Contractor shall mobilize and employ sufficient resource to achieve the detailed schedule within the
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 department.

12. SAMPLE OF MATERIALS

12.1 Refer condition 10 of IAFW-2249 and clause 1.6 and 1.7 of MES Schedule, Part- I.

12.2 Materials provided by the contractor for incorporation in the work shall be of makes as given in
Particular Specifications.

12.3 The contractor shall not procure materials unless the samples are first got approved by the Asst
Garrison Engineer.

12.4 The tenderer is advised to inspect the 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 actually inspected them or not.

12.5 The order of precedence for acceptance of materials shall be as under:-

(a) Materials of makes as given in Sch „A‟.

(b) Materials of makes given in Particular Specifications.

(c) Materials whose makes are not given in Schedule ‟A‟/Particular Specifications, then such material
shall be ISI marking. IS means Indian Standards as issued by the Bureau of Indian Standards.
Wherever in the specifications IS is referred to, it means the edition with all amendments, current on
the due date of receipt of the tender documents. In case of non manufacturer of ISI marked materials,
materials shall confirm to relevant ISI.

(d) In case of non-availability of materials at (a) & (b) above, best available materials in the market as
desired in clause 1.3(b) of SSR 2009 Part I and approved by GE.

12.6 For obtaining sample approval, contractor shall down load list of BIS marked manufacturers from BIS
site www.bis.org.in and select manufacturers meeting contract specifications criteria and hand over
the report with a request letter to Engineer – in -Charge with his signature. The GE shall convey the
approval of samples within 7 days of contractor‟s request after verifying the correctness of details
submitted by the contractor.

13. CONDITION 63 OF IAFW-2249:

13.1 Condition 63 of IAFW 2249 shall not be applicable to this contract and no price escalation what so ever
shall be payable for works under this contract.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 89

SPECIAL CONDITIONS (CONTD…)

14. PERIOD FOR KEEPING THE TENDER OPEN

14.1 The tender shall remain open for acceptance for a period of 60 (sixty) days from the next day subsequent to
last date of submission of bid.

15. ADVANCE ON ACCOUNT OF MATERIALS WHICH DOES NOT LOSE IDENTITY

15.1 The contractor may be paid advance on account of the full value of the under mentioned materials only,
brought on the site on his furnishing guarantee bonds from scheduled bank for the amount of retention
money which should otherwise be recoverable from him under this contract:-

(a) Electrical fittings / fixtures / cables / wires.


(b) Water supply pipes / fittings / fixtures.
(c) Steel for reinforcement.
(d) Any non-perishable materials as decided by GE.

15.2 The Bank Guarantee Bonds shall be executed for a period and on a form as directed by the Accepting
Officer. The contractor shall further arrange to extend the period of Guarantee Bond, if and when
necessary, as directed by Accepting Officer or shall furnish fresh Guarantee Bond of similar value in lieu.

15.3 It will be noted that advance on account to the full value of materials brought on the site is permissible only
in respect of fittings and fixtures and other manufactured items which do not lose their identity. Materials
like bricks, aggregate precast concrete and similar items shall not be taken in the list.

16. SECURITY OF CLASSIFIED DOCUMENTS

16.1 Contractor‟s special attention is drawn to conditions 2A and 3 of IAFW-2249 (General conditions of
Contracts). The contractor shall not communicate any classified information regarding work either to
subcontractors or others without the prior approval of the Engineer-in-Charge. The contractor shall also not
make copies of the design / drawings and other documents furnished to him in respect of the work, and
shall return all documents on completion of the work or on earlier determination of the contract. The
contractor shall along with the final bill, attach a receipt from the Engineer-in-Charge in respect of his
having returned the classified documents as per condition 3 of IAFW-2249 (General Conditions of Contract).

17. OFFICIAL SECRETS ACT

17.1 The contractor shall be bound by the official secrets Act – 1923.

18. RECORD OF MATERIALS

18.1 The quantity of materials such as cement, paints, steel water proofing compound, chemicals for anti termite
treatment and the like, as directed by the Engineer-in-Charge (the quantity of which can not 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.

18.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge and those already recorded in
Measurement Book shall be suitably marked for identification.

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

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 90

SPECIAL CONDITIONS (CONTD…)

18.4 Contractor shall produce paid vouchers 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 advance on account of the work done and / or materials collected in accordance with
condition 64 of General Conditions of contracts IAFW-2249:-
(a) Cement and steel, PCC blocks.
(b) Paints, Distemper and Snowcem.
(c) Cast iron pipes and PVC pipes and fittings.
(d) Salt glazed stone – ware pipes.
(e) Electrical and water supply fittings / fixtures where names of manufacturers / brands are
specified or approved.
(f) Electrical and water supply fittings / fixtures where names of manufacturers / brands are
specified or approved.
(g) Cable / wires.
(h) Particle Board, Glass, Wire gauze
(j) Water proofing compound and
(k) Any other as directed by GE.

19. ACCEPTANCE QUALITY OF WORK AND FINISHES

19.1 To determine the acceptable standard of materials and workmanship / final finishes and layout of
fittings etc., the contractor shall execute stages of work viz., excavation, foundation concrete, walling
upto plinth / lintel / roof levels, roofing, flooring, joinery, built-in-items, finishes and the like and
services i.e., internal electrification, water supply, plumbing, sanitary fittings in sample room and shall
get it completed within time as mentioned in Sch „A‟ notes from the date of commencement of work
under the close supervision of Engineer-in-Charge and shall be labeled as “SAMPLE ROOM”. The
workmanship of various trades and finishes of the sample room shall serve as guiding sample for the
work in remaining portion.

19.2 Approval of the stages and workmanship of sample room shall be separately entered and approved in
stage passing register giving reference to sample quarter for easy identification even at a later date.

20. CONTRACTOR’S PLANT / EQUIPMENT AT SITE

(a) The contractor shall furnish to the Engineer-in-Charge every morning distribution return of his
plants / equipments on the site of work stating the following particulars.
(i) Particulars of plants / equipments, their make, manufacturer‟s model No. if any,
Registration No., if any, capacity, year of manufacture and year of purchase.

(ii) Total No. (Quantity) on site of work.

(iii) Location indicating No. (Quantity) at each location on the site of work.

(iv) For the purpose of this condition, purchase value on the date of purchase for plant /
equipment and vehicle No. of trucks and lorries shall be furnished. However neither the
workman‟s tools nor manually operated tools / equipment shall be given. The Engineer-in-
Charge shall record the particulars supplied by the contractor in the works dairy and send the
return to the GE for record in his office.

21. RELEASE OF ADDITIONAL SECURITY DEPOSIT.

21.1 Refer Condition 22 and 68 of IAFW-2249 General Conditions of contracts.

21.2 The contractor, in case he has to deposit additional security for the contract, is advised to deposit the
additional security in two equal parts so as to its release in accordance with condition 68 of IAFW-2249.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 91

SPECIAL CONDITIONS (CONTD…)

22. CLEANING DOWN

22.1 Refer condition 49 of IAFW-2249 General Conditions of contracts.

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

23. SALES TAX ON WORKS CONTRACT.

23.1 The tenderer shall specially note that his offer shall be inclusive of all taxes, statutory levies etc.,
including sales tax on works contract consequent upon 46th Amendment to constitution of India and
nothing extra shall be admissible on this account.

23.2 Any conditional tender regarding payment of sales tax will not be considered and is liable to be
rejected.

23.3 In terms of State Govt Sales tax rules in vogue and as promulgated from time to time, sales tax on
works contract is deemed to include in the quoted rate and no extra payment shall be admissible to the
contractor on this account.

24. DAMAGE TO EXISTING STRUCTURES.

24.1 Any damage done to the existing pavement and structure. etc., during the execution of the
work shall be made good by the contractor at his own expenses and site of works left clean
and tidy on completion. Rectification, reinstatement, replacement, making good and touching up
etc., shall be carried out to conform to the materials and workmanship originally as provided and to the
satisfaction of the Engineer-in-Charge. In case of any dispute on this account, the decision of the CWE
shall be final and binding.

25. RECORD OF CONSUMPTION OF CEMENT.

25.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages
initialed by Engineer-in-Charge against numbering showing quantity of cement brought at site, used in
work and balance at the end of each day. The form of record shall be as approved by Engineer-in-
Charge. The register shall be singed daily by representative 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.

25.2 The register shall be kept at site in safe custody of the contractor‟s representative during the progress
of the work and shall on demand be produced for verification to the Inspecting Officer(s).

25.3 On completion of work the contractor shall deposit the cement register with the Engineer-in-Charge for
record.

26. CONSTRUCTION LABOUR WELFARE TAX.

26.1 Consequent upon promulgation of ordinance by the President of India, contractors shall be liable to pay
an element for construction labour welfare tax if any and the quoted rates shall be deemed to be
inclusive of this element, and no extra payment shall be admissible to the contractor on this account,
irrespective of the actual payment.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 92

SPECIAL CONDITIONS (CONTD…)

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


CONTRACT VALUE:-

(a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including Sales Tax /
VAT on materials, Sales Tax/VAT on works contracts Turnover Tax, Service Tax, Labour welfare cess /
tax etc.,), duties, Royalties, Octroi & other levies payable under the respective Statutes. No
reimbursement / refund for variation in rates of taxes duties, Royalties, Octroi and other levies, and / or
imposition / abolition of any new / existing taxes, duties Royalties, Octroi and other levies shall be
made except as provided in sub para here-in-below:-
(i) The taxes which are levied by Govt at certain percentage rates of Contract Sum/Amount shall be
termed as “Taxes directly related to Contract value” such as Sales Tax/VAT on works Contracts,
Turnover Tax, Labour Welfare Cess / Tax and like but excluding Income Tax. The tendered rates shall
be deemed to be inclusive of all “taxes directly related to contract value” with existing percentage rates
as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly
related to contract value” with reference to prevailing rates on last due date for receipt of tenders shall
be reimbursed to the contractor and any decrease in percentage rates of “taxes directly related to
Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be
refunded by the Contractor to the Govt/deducted by the Govt from any payments due to the
Contractor. Similarly imposition of any new “taxes directly related to Contract value” after the last due
date for receipt of tenders shall be reimbursed to the Contractor and abolition of any “taxes directly
related to contract value” prevailing on last due date for receipt of tenders shall be refunded by the
Contractor to the Govt/deducted by the Govt from the payments due to the Contractor.
(ii) The contractor shall, within a reasonable time of his becoming aware of variation in percentage
rates and/or imposition of any further “taxes directly related to Contract 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 of supply. The Con tractors shall submit the
other documentary proof/information as the GE may require.
(iii) The Contractor shall, for the purpose of this condition keep such books of account and other
documents as are necessary and shall allow inspection of the same by a duly authorized representative
of Govt, and shall further, at the request of the GE furnish, verified in such a manner as the GE may
require, any documents so kept an such other information as the GE may require.
(iv) Re-imbursement for increase in percentage rates/imposition of “taxes directly related to Contract
value” shall be made only if the Contractor necessarily and 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.

Note : Labour Welfare Cess / Tax and element towards ESI & PF contribution shall be applicable to
this Contract besides other applicable taxes / levies as per Law of Land. The quoted offer is deemed to
include this Provisions

28. TAXES/ LEVIES.

28.1 Service taxes inclusive of CESS as notified by Govt including subsequent tax revisions if any after
notification in this regard issued by Govt time to time, shall be applicable to all contracts except
contracts for Water Supply, Water Treatment, supply of new furniture and Sewerage Treatment or
Disposal. Other taxes viz labor welfare Cess/ Tax and element towards ESI and PF contribution shall be
applicable to this contract besides other applicable taxes/ levies as per law of land. The quoted offer is
deemed to include this provision.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 93

SPECIAL CONDITIONS (CONTD…)


29. CONCILIATION

29.1 Scope of conciliation.

29.1.1 The scope of conciliation shall be restricted to the following types of disputes with financial
limits as indicated therein :-

(a) Disputes relating to levy of compensation for delay in completion-actual amount of


compensation.

(b) Disputes relating to technical examination of works.

(c) Disputes relating to interpretation of the provisions of the contract with reference to
their application to parties.

(d) Disputes relating to non return of Schedule „B‟ stores over-issued to contractor.

(e) Any other disputes having fair chances of being resolved by conciliation and considered
fit to be conciliation by the parties.

For item (b), (c), (d) and (e) each as stated above the financial limit shall be Rupees two lakhs
or one percent of the contract amount whichever is less.

29.2 COMMENCEMENT OF CONCILIATION PROCEEDINGS

29.2.1 The party initiating conciliation shall send to the other party a written invitation to conciliate,
briefly identifying the subject of the dispute.

29.2.2 Conciliation proceedings shall commence when the other party accepts in writing the invitation
to conciliate.

29.2.3 If the other party rejects the invitation, there will be no conciliation proceedings. If the party
initiating conciliation does not receive a reply within 30 days from the date on which he sends
or within such other periods of time as specified in the invitation, he may elect to treat this as a
rejection of the invitation to conciliate and if he so elects, he shall inform in writing the other
party accordingly.

29.3 NUMBER OF CONCILIATORS

29.3.1 There shall be a sole conciliator.

29.4 APPOINTMENT OF CONCILIATOR

29.4.1 All disputes brought out in para 31.1.1 (a) to (e) above shall be referred to the sole conciliator
viz Serving Officer not below the rank of Superintending Engineer / Superintending
Engineer(QS&C) having degree in Engineering or equivalent or having passed final/direct final
examination of sub division II of Institution of Surveyors (India) to be appointed by the
Engineer-in-Chief, Army Headquarters, New Delhi or in his absence the Officer officiating as
Engineer-in-Chief or Director General of Works specifically delegated by the Engineer-in-Chief in
writing.

29.5 STATUS OF EFFECT OF SETTLEMENT AGREEMENT

29.5.1 The settlement agreement signed by the parties as a result of conciliation proceedings shall
have the same status and effect as it is an arbitral award on agreed terms.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 94

SPECIAL CONDITIONS(CONTD…)

30. CHARGES FOR TESTING OF MATERIALS.

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

30.2 The charges for tests shall be recovered from the contractor only if he does not carry out the test
catered for in the contract. The testing charges shall be recovered at the rates mentioned as per Appx
„A‟.

30.3 The construction materials shall be tested as per the relevant IS, IRC as specified in SSR/CA document
and shall be tested at a frequency as laid out in relevant IS/IRC.

30.4 Level of testing shown in legend as A, B & C are defined as under :-

(a) LEVEL ‘A’ : Level „A‟ test indicates “Site Lab” means own site lab established by the contractor at
the work site for such tests. Within 15 days of placement of work order No 1, site lab shall be
established and fact reported by the contractor to GE in writing who will verify the fact and satisfy
himself of the facilities provided. Thereafter, GE shall issue a certificate to this effect in writing listing
out equipment particulars etc of each material test. Only after issue of this certificate by GE, the tests
shall be carried out and materials so approved shall be incorporated in the work. Manpower, material
and infrastructure like electricity, water etc required for conducting these tests shall be provided by the
contractor .

(b) LEVEL ‘B’ :- Level „B‟ test indicates “Zonal Lab” means any lab of MES and the same is not
applicable to this contract. The test mentioned against Level- B shall be carried out in Govt approved
Laboratories / Recognized Engg Colleges where such facilities exist as directed by Engineer in Charge.

(c ) LEVEL ‘C’ :- Level „C‟ test indicates stands for National Test House, SEMT Wing, Pune located in
CME Pune –31/Govt approved Laboratories / Recognized Engg Colleges where such facilities exist.

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

Signature of Contractor
Dated: For Accepting Officer
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 95

PARTICULAR SPECIFICATIONS

1.0 GENERAL
1.1 Work under the contract shall be carried out in accordance with Schedule „A‟, particular
specifications, drawings and general specifications and other provisions in MES Standard Schedule of
Rates (here-in-after called Schedule) Part-I and Part-II read in conjunction with each other.

1.2 Term "General Specification" referred to hereinbefore as well as referred to in IAFW-2249 (General
Conditions of Contracts) shall mean the specifications contained in the MES Schedule Part-I.

1.3 General Rules, specifications, special conditions and all preambles in the MES Schedule shall be
deemed to be applicable to the work under this contract, unless specifically stated otherwise in
these documents in which case the provisions in these documents shall take precedence over the
aforesaid provisions in the MES Schedule. The terms "as specified" wherever appears in tenders
documents and drawings, relates to relevant particular specifications and in its absence general
specifications. All reference to MES Schedule (Standard Schedule of Rates) in these specification relate
to Part-I of MES Schedule unless otherwise mentioned. References to only some paragraphs of MES
Schedule has been made in these particular specifications but other paragraphs and provisions as
applicable are also to be followed for all section/parts of Schedule „A‟ even though not particularly
mentioned hereinafter.

1.4 Where specifications for any item of work are not given in MES Schedule or in these particular
specifications, specifications as given in relevant Indian Standard or Code of Practice shall be followed.

1.5 Rate quoted for a particular item and / or lumpsum quoted by the tenderer is deemed to include for
any minor details /items of work and /or constructions which are obviously and fairly intended and
which may not have been included in these documents but which are essential for the execution and
entire completion of the work in a workman like manner. Decision of the Accepting Officer as to
whether any minor details of work and/or constructions is obviously and fairly intended to be included
in the contract or not, shall be final, conclusive and binding.

1.6 However, some of the minor details/items which shall be deemed to be essential for execution and
entire completion of work are detailed as under for guidance:-

(i) Reinforcement for any RCC member not indicated in the drawings shall be minimum
requirement as per structural and codal requirement.

(ii) Builders hardware for doors/windows etc, though not indicated on drawings but essential for
usage.

(iii) Dwarf wall in situations like verandah, passage etc, not indicated in the drawings.

(iv) Lintels over doors, windows and openings not shown in the main drawings shall be as per TD
drawings.

(v) Members shown but sizes not indicated.


(vi) Plastering / pointing to any exposed brick / RCC member not shown.

(vii) Schedule of finishes not shown in any room.


(viii) Any other item which is not covered above and is essential for the construction and completion
of the entire work in a workman like manner conforming to normal engineering practices and BIS code
can be treated as minor details at the absolute discretion of Accepting Officer.
Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 96

PARTICULAR SPECIFICATIONS (CONTD…)

1.0 GENERAL (Contd…/-)


1.7 In all the above and other similar cases, the details indicated elsewhere in the drawings which
are similar or near similar to the missed out items of work shall be followed. In the absence of any other
similar or near similar details, minimum essential requirement for completion of the work from structural and
utility point of view shall be deemed to be included in the lumpsum quoted. In the event of any dispute,
decision of the Accepting Officer shall be final and binding.

2.0 SCOPE OF WORK


2.1 The scope of work under this contract shall consist of “ADDN / ALTN TO MAIN GATE AT AFS
THANJAVUR” as detailed in Sch "A" as specified, special conditions and particular specifications.

3.0 EXCAVATION AND EARTH WORK


3.1 PREPARATORY WORK
3.1.1 Before setting out the structures and commencing the construction, the contractor shall carry out the
preparatory work, i.e. site clearance as required in Sch „A‟ Part-I the area covered by the building
under Schedule A Part I is included in lumpsum.

3.2 SURFACE EXCAVATION


3.2.1 Before starting excavation work, the contractor shall carry out surface excavation in hard / dense soil
not exceeding 30 cm deep and averaging 15 cm deep over the entire area covered by the building /
structure upto the edge of plinth protection and dispose off the spoil to a distance not exceeding 50
m, spread and levelled, as directed by the Engineer-in-Charge. The cost of such work shall be
included in the contractor's lumpsum quoted under items of Sch „A‟. The ground level shown on
drawing shall be considered as ground level after surface excavation. The item of surface excavation
shown in Sch of site clearance and PCC path is exclusive of this provision in the building lumpsum.

3.3 EXCAVATION GENERAL


3.3.1 Unit rate for all items in Schedule „A‟ shall include for excavation and earth work in hard / dense soil.
In case during execution any other type of strata is met with, the same shall be regularised through
deviation order. Also refer Clause 3.7.1 hereinafter.

3.3.2 If rock / boulder is met at site, the contractor shall immediately notify the fact to the GE in writing
who will after due verification, regularize the same through a proper deviation order. The rock /
boulder so obtained shall be sorted out and neatly stacked as directed by Engineer-in-Charge, without
any extra cost to the Government. The measurement of these boulders and stones, in stacks shall be
entered in the measurement books duly signed by the contractor and Engineer-in-Charge. The rock /
boulder shall become the property of the contractor and a recovery at the rate of Rs 400.00 per cubic
metre will be effected under abstract of Credit. The rock thus obtained shall be permitted to be used
for hard core or WBM provided it conforms to the specifications and other requirements.

3.3.3 In case timbering to excavation is required and specifically ordered by the GE in writing, it shall be
paid as deviation.

3.3.4 Bailing / pumping of water where required shall be carried out as described in Clause 3.17 of MES
Schedule Part-I. The cost of bailing/pumping out water as catered in Para 3.7 (c) of Section 3 of SSR
Part-II shall be deemed to be included in the contractor's lumpsum.
Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 97

PARTICULAR SPECIFICATIONS (CONTD…)

3.4 FILLING IN TRENCHES/UNDER FLOORS


3.4.1 The approved earth from excavation in foundations shall be used for filling in trenches, under floors
and any other situation after removing big stones, grass, roots and vegetables and other organic
matter. Earth mixed with small stones / pebbles (if approved by GE) is permitted for use in filling
under floors and foundations. The filling around pipes after the pipes are laid and tested shall,
however, be with earth free from pebbles/stones. Any additional earth required for the purpose of
filling shall be arranged by contractor at no extra cost to the Department from outside the defence
land. For the purpose of lumpsum the entire earth obtained from excavation except surface dressing
and surface excavation shall be deemed to be fit for reuse.

3.4.2 Lumpsum price shall include for any extra soil if required for filling even after reusing all the useful
excavated soil obtained by the contractor from his own source without any extra cost to the
Government. In case of any deviation related to the soil brought from outside the MD land, lead for
the same shall be considered as exceeding 100 m and not exceeding 200 m.

3.4.3 Filling under floors/sides of trenches shall be in layers not exceeding 250 mm and each layer shall be
watered, compacted and rammed as approved by Engineer-in-Charge.

3.4.4 Surplus soil shall be removed and spread and levelled at places as directed by the Engineer-in-Charge
at a distance not exceeding 50m.

3.5 TRENCHES FOR FOUNDATION AND PIPES


3.5.1 The excavation shall be restricted to dimensions shown on the drawings and as specified in MES
Schedule. Excavation made, if any, in excess of required depth/width shall be made good by the
contractor with cement concrete 1:7:12, type F2 without extra cost to the Government.

3.5.2 The beds of the trenches, shall be watered and well rammed and any depressions thus formed shall
be filled with approved earth as required to the level and slope as directed by Engineer-in-Charge.

3.6 DRESSING AROUND BUILDINGS


3.6.1 After construction and before handing over of building, the area all around the buildings / structures
up to 3 M from the edge of building, plinth Protection /structure shall be dressed without extra cost to
the government. Spoil obtained from surface dressing shall be removed to a distance not exceeding
50 meters, spread and levelled as directed by Engineer-in-Charge. The cost of dressing and removal
of soil is included in the units rates inserted by MES against respective item of Schedule „A‟ Part-I.

3.7 FOUNDATION AND PLINTH


3.7.1 The lumpsum for works under Schedule „A‟ shall be for the construction of items of Sch`A' as per the
contract drawings. Any change in foundation/plinth, necessitated due to undulating ground, which
may have to be carried out as per the decision of the GE, shall be adjusted through a proper deviation
order.

3.7.2 For the purpose of reckoning the depth of the foundation, the average level of the ground after
surface excavation shall be considered.

3.8 HARD CORE


3.8.1 The material for hardcore shall be locally available, best quality and as per sample kept in GE's Office.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 98

PARTICULAR SPECIFICATIONS (CONTD…)

3.8 HARD CORE (Contd…/-)

3.8.2 Hard core shall be of stones/boulders (broken to gauge) not exceeding 63 mm. Hard core shall be
deposited, spread and levelled in layers not exceeding 15 cm thick and well watered, rammed to a
true surface and compacted. The thickness of the hard core specified or as indicated in the drawings,
is the thickness after consolidation.

4.0 CEMENT
4.1 Cement required for the work under the contract shall be procured, supplied and incorporated in the
works by the contractor under his own arrangement. Cement shall be of tested quality and shall
comply with the requirements mentioned in the drawings, SSR, IS specifications as amended and
particular specifications given herein after. Type of cement for the subject work shall be Ordinary
Portland cement Grade 43 (forty three) in accordance with IS 8112-1989 or Portland Pozzolana
cement (PPC) as per IS-1489-1991 (subject to conditions mentioned here-in-after).

4.2 SOURCES OF PROCUREMENT


(a) Cement shall be procured by the contractor from any of the following main producers of OPC &
PPC :-

(i) The Associated Cement Companies Ltd (xi) Mangalam Cement


(ii) Grasim Industries Ltd (xii) Birla Cement
(iii) Ultra Tech Cement (xiii) Orient Cement
(iv) The India Cement (xiv) Lafarge Cement
(v) Dalmia Cement (xv) Shree Cement
(vi) Andhra Cement Ltd (xvi) J K Cement
(vii) Century Cements (xvii) Lakshmi Cement
(viii) Saurashtra Cement (xviii) Jaypee Rewa Cement
(ix) Binani Cement (xix) Gujrat Ambuja Cement
(x) Madras Cement (xx) Rassi cement Cement
(xxi) Chettinad cement corporation ltd (xxii) M/s Sanghi Industries Ltd.
(xxiii) M/s Cement manufacturing Co Ltd Brand : “STAR Brand: "SANGHI
(xxiv) M/s OCL India Ltd Brand : KONARK (xxv) M/s Heidelberg CementIndia Ltd
(xxvi) M/s My Home Industries Ltd Brand „MAHA‟ for OPC Brand : MYCEM
&‟MAHASAKTHI‟ for PPC (xxvii) M/s Parasakti Cements Ltd (xxviii)
M/s Zuari Cement Ltd Brand „ZUARI‟ Brand : “PARASAKTI”
(xxix) M/s Toshali Cements Pvt Ltd Brand „Gajapati‟ (xxx) M/s Saifco Cement Pvt Ltd
(xxxi) M/s Prism Cement Ltd Brand : “PRISM” Brand : SAIFCO”
(xxxii) M/s Shree Guru Kripa Cement (Pvt) Ltd (xxxiii) M/s Barak ValleyCements Ltd
Brand : “SARTAJ” Brand : “BVCL”
(xxxiv) M/s Dhruv Industrial Company Ltd Brand: “DHRUV”

(b) However where estimated requirements of cement for this work is less than 1200 bags, the
Contractor can procure cement from the authorized distributors / dealers of approved firms but the
Contractor will have to submit test certificates of the batch issued by the main producers. The
particulars of the main manufacturers of cement along with the date of manufacture shall be obtained
from the Contractor for every lot of cement separately. The documents in support of the purchases of
cement shall be verified by the site staff and GE.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 99

PARTICULAR SPECIFICATIONS (CONTD…)

4.2 SOURCES OF PROCUREMENT (Contd…/-)

4.3 The contractor shall furnish the particulars of the manufacturer of cement alongwith the date of
manufacturing of cement to the Garrison Engineer for every lot of cement separately.

4.3.1 For each lot of cement brought by the contractor, before acceptance of the cement the following
actions will be taken by the GE and Engineer-in-Charge:-

(a) Inspect the lot and verify the general conditions of the cement.

(b) Obtain the vouchers (IN ORIGINAL) of the manufacture of cement for each lot containing the
date of manufacturing, from the contractor.

(c) Obtain from the contractor for each lot of cement the manufacturer‟s Test Certificate (IN
ORIGINAL) alongwith Test Sheets giving the result of each physical test and chemical composition
of cement or authenticated copy thereof duly signed by manufacturer. The Test Sheet should
include the results of the following mandatory test:-

(i) Specific surface by Blains air Permeability method.

(ii) Soundness Test by Le” Chatlier method.

(iii) Initial setting time.

a.
(iv) Final Setting time.

b.(v) Compressive strength test at 3, 7 & 28 days as specified in the relevant IS code.
c.
(vi) The test report should also show the chemical properties of the cement as per
relevant IS Codes.

(d) d. Verify the documents listed at Clause Nos 4.3.1.(b) & (c) above given by the contractor
from the manufacturer.
4.3.2 The cement so brought shall be fresh and in no case older than 60 days from the date of
manufacture. The GE accordingly in consultation with the contractor will work out the Schedule
of procurement and ensure that the same is adhered to. This Schedule should be vetted by CWE
from time to time. The document in support of the purchases of cement shall be verified by the
Engineer-in-Charge. Before placing the order for supply of cement by the contractor, he shall
obtain written approval from the GE regarding name of manufacturer, quantity of cement etc.
Cement shall be procured for minimum requirement of one month and not procured for minimum
requirement of more than two months at a time and should match with the physical progress of
the work. The cement shall be consumed in the work within three months after receipt. Cement
shall conform to the requirement of Indian Standard Specification and each bag of cement shall
bear relevant ISI mark. The weight of each consignment shall be verified by the GE and
recorded. The content of cement shall be checked at random to verify the actual weight of
cement per bag. However, the content of cement per bag shall be 50 Kg only subject to
tolerance given in relevant IS code.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 100

PARTICULAR SPECIFICATIONS (CONTD…)

4.4 TESTING OF CEMENT

4.4.1 The contractor shall submit the manufacturer‟s test certificate in original or attested true copy
alongwith test sheets giving the results of each physical test as applicable in accordance with
relevant IS provision and the chemical composition of cement or authenticated copy there of
duly signed by the manufacture with each consignment, as per the following IS provision :-

(a) Method of sampling hydraulic cement as per IS-3535.

(b) Method of physical test for hydraulic cements as per IS-4031.

4.4.2 The test certificate and test sheet shall be furnished with each batch of manufacture. The
Engineer-in-Charge shall record these details in cement acceptance register to be maintained by
him which will be signed by Junior Engineer (Civil), Engineer-in-Charge, Garrison Engineer and
the contractor as given in the format hereinafter for verification.

4.4.3 The contractor shall however organise, setting time and a compressive strength test of cement
through designated approved laboratory on samples collected from the lot brought at site
before incorporation in work. The contractor will be allowed to use the cement only after
satisfactory compressive strength test results of three days & seven days. To meet this
requirement contractor is required to keep minimum 10 days stock before any new lot brought
at site which can be used in the work. The contractor shall be required to remove the cement
not meeting the requirement from site within 24 hours. Seven days strength test will be relied
upon to accept the lot of cement to commence the work. 28 days compressive strength test
will be the final criteria to accept/reject the lot.

4.5 INDEPENDENT TESTING OF CEMENT BY GE

4.5.1 The GE shall carry out independent testing as per the tests mentioned in the „CEMENT
SUPPLY/ACCEPTANCE FORM‟ (Physical and Chemical requirement) of random samples of
cement drawn from various lots. The testing shall be carried out through National test house,
SEMT, CME, Regional Research Laboratories, Govt approved Laboratories, Zonal Laboratories
as per IS-3535 (method of sampling hydraulic cement), IS-4031 (method of physical test for
hydraulic cement) and IS-4032 (Method of chemical analysis of hydraulic cement) referred to
above. The decision as to where the testing of cement is to be done shall be taken by GE. In
case the cement is not of requisite standard despite manufacturer‟s test certificate, the
contractor shall remove the total consignment from the site within 24 hours at his own cost
after written rejection order of the consignment by the GE. The cost of testing, transportation
and of material used in testing etc. shall be borne by the contractor irrespective of the results
of testing and no extra claim whatsoever shall be admissible.

4.6 SAMPLING FOR INDEPENDENT AND ADDITIONAL TESTS

4.6.1 Sample of cement from each lot should be collected by the Engineer-in-Charge and GE in
accordance with IS 3535-1986, for independent or additional tests. Minimum of 2% of the
cement bags shall be tested. The cement shall be tested within 1-3 weeks on supply but
before incorporation of the same in works. The cost of testing, transportation and of material
used in testing etc. shall be borne by the contractor irrespective of the results of testing and no
extra claim whatsoever shall be admissible. The record of such samples selected by the GE for
testing shall be properly maintained in the „Cement Testing Register‟ giving cross reference to
relevant consignment of cement and quantity received etc.

4.6.2 Cost of transportation of samples to the approved laboratory/test house and all testing charges
including cost of sample shall be borne by the contractor.
Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 101

PARTICULAR SPECIFICATIONS (CONTD…)

4.7 DOCUMENTATION

4.7.1 The following documents will be maintained by the Engineer-in-Charge/GE for cement supplied
by the contractor in addition to the documents specified here-in-before :-
(a) Original vouchers of cement shall be kept in the concerned file of the contract in
GE‟s office, serially numbered on each page.
(b) Original Test Certificate and Test Sheet should also be kept in the concerned file
of the contract in the GE‟s office duly numbered.
(c) Cement Acceptance Register as per Appendix „A‟.
(d) In/Out Register for Cement as per Appendix „B‟.
(e) Register containing results of independent and additional testing by GE.
(f) Register containing records of surprise checks and BOO's.
(g) Inspection Register.

4.7.2 The contractor shall submit original purchase vouchers 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 the GE alongwith the relevant documents to ensure the requirements
as mentioned hereinbefore, before acceptance. The original purchase vouchers and the test
certificates shall be verified for subject contract and defaced by the Engineer-in-Charge and
kept on record in the office of the Garrison Engineer duly authenticated and with cross
reference to the consignment/control number recorded in the Cement Acceptance Register.
The cement acceptance register shall be signed by the Junior Engineer (Civil), Engineer-in-
Charge, GE and the contractor. The GE will personally check the documents concerned with
cement periodically at least once in a month and record of these checks will be kept in the
cement Acceptance Registers. The contractor shall maintain schedule of supply of cement for
each consignment.

4.8 STORAGE/ACCOUNTING/PRESERVATION OF CEMENT

4.8.1 Cement shall be stored in covered godown over dry platform at least 20cm high in such a
manner as to prevent deterioration due to moisture or intrusion of foreign matter. In case of
store room, the stack should be at least 60cm away from floors and walls. Different lots of
cement received will be stacked separately displaying the control number and date of receipt of
cement. It will be ensured that the tested and untested cement are segregated and stored
with distinct identification. For proper accounting and control of cement brought by contractor
a double lock system in the contractor‟s cement godown will be followed. The stacking of
cement shall be done as specified in relevant IS. The storage accounting and preservation of
cement supplied by the contractor shall be done as per standard engineer practice till the same
is incorporated in the work and the cost of the same shall be deemed to be included in the unit
rate/amount quoted by the tenderer. The Engineer-in-Charge shall inspect once a day to verify
that cement lying at site is stored, accounted, preserved and maintained as per the norms.
The cement shall be stored so as to differentiate each tested and untested consignment
separately with distinct identification. If the GE is not satisfied with the storage/preservation of
cement, he may order for any test(s) of cement as applicable for that consignment to ensure
its conformity to the quality mentioned in the manufacturer‟s test certificate. The contractor
shall bear the cost of necessary testing(s) in this regard and no claim whatsoever shall be
entertained.

4.8.2 Stacking of cement shall be done as per relevant IS and as under :-


(a) Each cement consignment shall be stacked separately and shall be issued to work on the
basis of „First come First go”.
(b) Adequate top cover will be provided.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 102

PARTICULAR SPECIFICATIONS (CONTD…)

4.7 DOCUMENTATION (Contd….)

(c) Stacks in no case shall be higher than 12 bags. The maximum width of each stack shall
be 3.00 m. If the stack is to be more than 7 or 8 bags high, the bags shall be arranged in
header and stretcher fashion, i.e., alternatively lengthwise and crosswise so as to tie the piles
together and avoid danger of toppling over.

(d) Adequate space shall be kept between two stacks.

4.8.3 Cement godown 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 authorised agent at site of works so that cement is removed from the
godown only according to daily requirement with the knowledge of both the parties. During
the period of storage, if any cement bag(s) found to be in damaged condition due to
whatsoever reasons, the same shall be removed from the cement godown on written orders of
the GE and suitable replacement for the cement bag(s) so removed shall be made and no
claims whatsoever shall be admissible on this account.

4.8.4 Cement shall be removed from the store only according to daily requirement with the
knowledge of both parties and daily consumption of cement shall be recorded in cement
consumption register which shall be signed by the Engineer-in-Charge and the contractor.
Cement constants given in Appendix „C‟ which shall form the basis of consumption of cement
for various items of works (except for design mix concrete) unless specifically indicated
otherwise which is enclosed herewith. For design mix concrete the cement constant shall be as
mentioned here-in-after. For item not covered under Appendix „C‟ the cement consumption for
the same shall be worked out based on actual requirement at site through a Board convened
for the purpose including a representative from the contractor. The design mix approved shall
not be changed unless a fresh design mix is made due to change of source and quality of
material.

4.8.5 In case the consumption of cement as per cement consumption register is found to be more
than the estimated quantity of cement due to whatsoever reason, the contractor shall not have
any claim, whatsoever, for such excess consumption of cement.

4.9 SCHEDULE OF SUPPLY

4.9.1 The contractor shall procure the cement timely as required in accordance with CPM chart
agreed between GE and the contractor. The contractor will forfeit his right to demand extension
of time if the supply of cement got delayed due to his failure in placing order in time to the
manufacturer.

4.10 MEASUREMENTS AND PAYMENT OF CEMENT

4.10.1 The entire quantity of cement shall also be suitably recorded in the Measurement Book for
record purposes as „Not to be abstracted‟ before incorporation in the work and shall be signed
by the Engineer-in-Charge and the contractor.

4.11 RELEASE OF PAYMENT

4.11.1 The payment shall only be allowed after production of original purchase vouchers, certified
copies of test certificates from manufacturer for each consignment and results of testing carried
out in laboratory on receipt of cement (7 days compressive test) are found satisfactory after
testing as specified hereinbefore and taking action on points enumerated in Para 3.1.3 here-in-
before and completing the documents in this regard as mentioned in Para 3.4. Cement shall be
paid as material lying at site as per Condition 64 of IAFW-2249.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 103

PARTICULAR SPECIFICATIONS (CONTD…)

4.12 ACCEPTANCE/REJECTION OF CEMENT

4.12.1 The contractor will keep a separate stack 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. The cement should be
weighed and each bag shall be of nominal average net mass of 50 Kgs. The tolerance on
weight of the cement shall be as per the relevant IS Codes.
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 104

PARTICULAR SPECIFICATIONS (CONTD…)

Appendix 'A'
CEMENT SUPPLY & ACCEPTANCE REGISTER
1. CA No. & Name of Work :
2. Control No.* :
3. Name of Manufacturer/Brand Name/Gde of Cement (A) Manufacturer _________ (b) Brand _________ (c) Grade ____________
4. Qty of Cement & Lot No/Week No (in Bags) : (a) Qty _________ (b) Lot No./Week No._______________
5. Manufacturer‟s test Certificate No. ______________________________
6. Random Test Details (a) Physical test report from _______vide their letter No. _________________________________
(Name of approved Lab/Engg College)
(b) Chemical test report from ____________ vide their letter No.___________________________
(Name of approved Lab/Engg College)
7. Details of Physical & Chemical properties :
Physical Requirements (As per IS 4031) Chemical Requirements (As per IS 4032)
Compressive

Insoluble Residue
Soundness by Le

Consistency (%)
Strengths (Mpa)

Magnesium (%)
Lime Saturation

Loss on ignition
Specific surface

Anhydride (%)
Time(Minutes)

Time(Minutes)
Soundness by

Chlorides (%)
Factor (Ratio)

Ratio (Ratio)
Initial Setting

Temp during

Alumina iron
Final Setting

Alkalis (%)
testing 0 C
Auto Clave

Sulphuric
(M / Kg)

Standard
03 Days

07 Days

28 Days
Chatliar
2

(%)

(%)
As per relevant IS

As per manufacturers test


certificate

As per random test


certificate
Remarks with signature Accepted/ Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer

Remarks of BOO/Inspecting Officer/CWE * To be allotted serially by GE Consignment wise


Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 105

PARTICULAR SPECIFICATIONS (CONTD…)

Appendix `B‟

IN/OUT CEMENT REGISTER

Sl Date Cement IN Cement OUT Qty Balance Signature Rem


No Qty Contro Qty Reasons* Age of (In Bags) Contra AGE/ arks
(In l No. (In cement ctor GE
Bags) Bags)
(a) (b) (c) (d) (e) (f) (g) (h) (j) (k) (l)

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

(a) For testing purpose

(b) For use in work

(c) Rejected cement taken out of site

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 106

PARTICULAR SPECIFICATIONS (CONTD…)

5.0 CONCRETE
5.1 CEMENT
5.1.1 Cement required shall be all as described hereinbefore.

5.2 FINE AGGREGATE


5.2.1 Fine aggregate for concrete work shall conform to material specifications and gradings with the limits
of grading zones II and III all as specified in Clause 4.3 of MES Schedule.

5.3 COARSE AGGREGATE


5.3.1 Coarse aggregates for all cement concrete work shall be graded crushed / broken hard granite stone
obtained from approved quarries all as specified in Clause 4.4 of MES Schedule. Mixture of two types
shall however not be used.
5.4 GRADING OF COARSE AGGREGATE
5.4.1 Graded aggregate of nominal sizes given here-under, shall be used unless specified otherwise, in the
specification here-in-after:-

(a) All reinforced cement concrete :- The size of aggregate shall be as per IS-456-2000, but in
no case more than 20 mm graded aggregate.

(b) Plain cement concrete in foundation of Brick/stone walls, pillars, floors and sub-
base to floor :-

(i) Under 30 mm thickness - 12.5 mm


(ii) 30 to 75 mm thickness - 20 mm
(iii) Exceeding 75 mm thickness - 40 mm

5.5 WATER
5.5.1 Water shall conform to the requirement stipulated in IS-456-2000 and as per Clause 4.9 of MES
Schedule.

5.6 MIX OF CONCRETE


5.6.1 Irrespective of what is shown on drawing and unless otherwise specified here-in-after particularly mix
of cement concrete in various situations shall be as under:-

Ser SITUATIONS TYPE OF CONCRETE


No
(a) Cement concrete in foundation, and bedding concrete PCC (1:4:8) type D2 by volume.
for RCC column.
(b) Cement concrete in coping, bed blocks and plinth PCC 1:3:6, type C1 by volume.
protection
(c) Filling in plugging of scaffolding holes. PCC (1:3:6) type C0 by volume
(d) Sub base for floors PCC M-7.5
(e) All RCC works such as foundation, column, lintels, M-30 Design Mix as per IS-456-
beams, Slabs including roof slabs, shelves, pillars etc. 2000
(f) Cement concrete in any other situation not mentioned PCC (1:2:4), Type B1, by volume
above / not specified elsewhere.
Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 107

PARTICULAR SPECIFICATIONS (CONTD…)

5.7 IMPORTANT REQUIREMENT OF REINFORCED CEMENT CONCRETE/PLAIN CEMENT


CONCRETE
5.7.1 (i) All the materials, workmanship inspection and testing for the cement concrete shall be as per
requirements given in IS-456-2000.

(ii) The contractor shall provide all facilities for casting, curing and conveyance of test cubes of
cement concrete to authorised laboratory as approved by the GE for testing as laid down in IS-
456-2000 at no extra cost to Government.

(iii) Engineer-in-Charge shall maintain a record of actual consumption of cement in proper


register (other than the cement register mentioned in special condition) for all design mix and
initial the entry for every change in quality of cement bag.

5.7.2 All cement concrete, both plain and reinforced shall be mixed in mechanical mixer of Hopper
type. However, in case of small quantity (i.e) the quantity of concrete required being less than
one batch of mix, the contractor may, after obtaining written permission of the Engineer-in-
charge, be allowed hand mixing without any price adjustment. Where hand mixing is permitted,
it shall be carried out on a water tight platform and care shall be taken to ensure that mixing is
continued until the concrete is uniform in colour and consistency. However, all design mix
concrete shall be weigh batched and volumetric conversion will not be permitted.

5.8 COMPACTION

5.8.1 Concrete should be thoroughly compacted and fully worked around the reinforcement,
embedded fixtures and into corner of the form work. Internal vibrators (needle vibrator) shall
be used for compaction of RCC beams, columns and the slabs of thickness more than 150mm.
For slab of thickness upto 150mm, screed vibrator (surface vibrator) shall be used for effective
compaction.

5.9 PROPORTIONING OF CONCRETE


5.9.1 The proportioning of Volumetric Mix concrete for all PCC work shall be as specified in MES Schedule
Part-I.

5.9.2 The mix for all RCC work shall be design mix of grade M-30.

6.0 DESIGN MIX CONCRETE


6.1 The proportions of Design Mix Concrete M-30 for RCC shall shall be arrived at by designing
the concrete for the parameters as given in the IS-456-2000.

6.2 Design Mix shall satisfy the durability criteria as per IS-456-2000 for moderate exposure conditions.

6.3 Design mix shall have requisite workability and 28 days characteristic strength not less than
30N/Sqmm for M-30 and the acceptance criteria shall be as per IS-456-2000. The mix shall be
designed as per recommended guide lines for concrete design mix as per IS. The concrete mix shall
be got designed from any NABL accredited lab or NIT trichy or any other Govt Engineering college so
as to produce the grade of concrete having the required workability and characteristic strength not
less than that specified. Adequate number of trial mixes shall be carried out at the commencement of
the work to decide the proportion for the grade of the concrete and yield. The initial mix design
particulars along with all connected documents shall be submitted to the Accepting Officer for
approval. The work on ground shall not be progressed until approval of design mix. However work
may be commenced if the results of 7 days test are satisfactory and the contractor undertakes to redo
the work at “No extra cost to Government” in the event of unsatisfactory results after 28 days test.
Subsequent design mix due to change in aggregate or for any other reasons shall be approved by the
Accepting Officer.
Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 108

PARTICULAR SPECIFICATIONS (CONTD…)

6.0 DESIGN MIX CONCRETE (Contd…/-)


6.4 Adequate number of tests at regular intervals shall be carried out to ascertain the properties of
materials. In case of variation in grading of aggregate noticed at any point of time the same shall be
made good by suitably blending of different sizes of aggregates wherever possible. If this is not
feasible, the mix design shall be changed immediately before carrying out further work.

6.5 To ensure adequate control and consistency of the properties of materials incorporated in concrete as
per initial mix design, the materials shall be got tested at approved lab Accepting Officer at intervals
as decided by him.

6.6 Cost of such testing charges shall be borne by the contractor.

6.7 Minimum quantity of cement shall be as provision of IS-456-2000 meeting the requirements from
durability point of view. However if extra quantity of cement is used for whatever reasons, the same
shall be at no extra cost basos to Government.

6.8 TESTING
6.8.1 Tests of concrete cubes shall be carried out as laid down in IS-456-2000. The cost of all materials and
labour for casting and curing the requisite number of cubes, cost of testing in laboratory approved by
Accepting Officer including transportation of cubes to approved laboratory, testing fees and other
expenses etc., shall be borne by the contractor.

6.9 BATCHING AND MIXING OF CONCRETE

6.9.1 BATCHING

(a) The mixing of cement and aggregate for cement concrete for all grades and type of RCC
work shall be done by weigh batching.

(b) The batching shall be as per clause 10.2 of IS 456: 2000 and clause 4.11.3 (Excluding
provision vide sub clause 4.11.3.1) of MES SSR Part –I

(c) CONCRETE WEIGH BATCHING PLANT


The concrete will be mixed in mini concrete weigh batching plant. The plant will have a capacity of
12-13 cum/hr (Approximate) with auto feeding system of cement and aggregate. It will have
handle for manual ejection in case of power failure. Mini plant manufactured by any reputed
company capable of giving rated output will be acceptable.

6.10 WATER SUPPLY SYSTEM FOR CONCRETE MIXER

6.10.1 Mixing of water to prepare PCC/RCC shall be done by the contractor by following the method
described here-in-after :-

(a) The water shall be stored in a transparent storage tank as shown on drawing. The water
supply system shall be designed all as shown on drawing No. AFB/TD/233/05 sheet 1/1.
Contractor shall take every precaution for the safety of workers working with this system
considering the fact that system is on steel legs and on steel platform.

(b) Depending upon the volume of concrete work involved, contractor shall provide above
arrangements in adequate numbers, so that the work at different places simultaneously to be carried
out does not hamper.

Contd../-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 109

PARTICULAR SPECIFICATIONS (CONTD…)

6.10 WATER SUPPLY SYSTEM FOR CONCRETE MIXER (Contd…/-)

(c) The above provision shall be for all types of concrete work including those catered
in provisional schedules. The lumpsum quoted for bldg / structure of Schedule „A‟ Part I &
IA are deemed to include for the above provision.
Note:- (i) Mixing of water / addition of water shall not be permitted manually through
buckets and / or un-graduated containers.

(ii) However where hand mixing is allowed by Engr-in-Charge, the method of mixing of
water shall be all as directed by Engr-in-Charge.

6.10.1 All concrete for RCC work shall be consolidated / compacted by mechanical vibrators of approved
type (plate type for slabs and needle type in other locations). Plain cement concrete may however,
be rammed and consolidated by tamping and rodding as specified in MES Schedule.

7.0 FORM WORK

7. 1 Form work shall comply with requirements of clause No 4.11.6 (4.11.6.1 to 4.11.6.5) & 7.15
(7.15.1 to 7.15.10) of MES Schedule Part-I except that the form works to be provided under this
contract shall be of steel only as specified here-in-after in lieu of timber formwork. Props shall be
of only steel and bottom plates and side shuttering shall be of either steel or plywood without any
price adjustment. For supporting small heights, wooden support may be used in lieu of steel
support at the discretion of GE.

7. 2 Deformed steel sheet shall not be permitted for use as form work. In case of any deviation
involving form work to surfaces exposed to view, the pricing shall be done at the rates of timber
form work for rough finish and in case of unexposed concrete surfaces; the pricing shall be done at
the rates of timber work, clean sawn subject to contractor‟s percentage. The contractor shall have
no extra claim on account of this.

7.3 EXPOSED SURFACE OF CONCRETE

7.3.1 All exposed surfaces shall be finished such as to present a fair and even surface and shall not be
plastered. The surfaces shall be presentable without any further treatment. Any irregularity and
protruding formwork marks shall be removed and minor honey combing made well with cement
and sand mortar (1:3). Lines along formwork joint may however show.
7.4 PRECAST CONCRETE
7.4.1 All concrete items except those specified as precast on the schedule shall be deemed to be cast-in-
situ. The contractor may however precast some of the small items after obtaining approval of the GE
without any extra charge to the Government. Precast articles shall be provided as specified in Clause
4.20 of MES Schedule Part-I and these shall be set in cement mortar 1:4. In case of deviation
involving these items, pricing shall be done on the basis of cast in situ work.

8.0 THROATING / WEATHERING


8.1 Throating in projections of PCC/RCC beyond external faces of the walls where shown on drawings and
where RCC chajjas are not provided with downward facia, shall be formed in the concrete while
casting by planting fillets or bars of 12 mm dia in the formwork and finished smooth. PCC fillet of size
50 mm x 50 mm in the same mix shall be provided in downward drops.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 110

PARTICULAR SPECIFICATIONS (CONTD…)

8.2 BEARING OF RCC STRUCTURAL MEMBERS


8.2.1 Bearing to all roof slabs on masonry walls of buildings shall comprise of 20 mm thick bearing plaster in
Cement mortar 1:4 finished even and smooth with 2 layers of laminated water proofing building paper
type 1 conforming to IS 1300 weighing not less than 100gms per square metre each layer, laid over it.
However, in case floor/roof slab resting on RCC Beams/Bands, this provision does not apply.

8.2.2 All RCC beams/bressumers resting on masonry work shall be provided with PCC bed blocks cast-in-
situ, PCC (1:2:4) type B1.Bed blocks shall be width of beams plus 300 mm in length covering the
entire thickness of wall and of depth 150 mm all as shown on drawings.

8.2.3 The bearing of lintels shall comprise of a full brick with vertical joints in brick work staggered.

8.2.4 No treatments shall be provided under bearings of RCC bands.

9.0 PLINTH PROTECTION


9.1 Irrespective of what is shown on drawings, plinth protection shall be provided with 75 mm thick PCC
(1:3:6) type C-1 over 75 mm thick consolidated bed of hard core of broken granite stone
aggregate not exceeding 63mm gauge over well consolidated sub grade. The width of the plinth
protection shall all as shown on drawing. PCC shall be laid in alternate bays (not exceeding 2 Sqm)
and finished even and smooth on top without using extra cement. Plinth protection shall be laid to a
slope of 1:20. Joints 6 mm wide shall be provided throughout the thickness of plinth of protection in
concrete bays at corners and turning points and also in between wall and plinth protection. All joints
in bays as well as between wall and concrete in plinth protection shall be filled-in with mastic filling
comprising one part of heated bitumen 85/25 grade and three parts of sand (all by weight). Plinth
protection shall not be provided where steps/ramps/apron are indicated.
10.0 RCC CILLS
10.1 RCC cills shall be provided all as described in drawing notes. Cills shall be for windows, ventilators and
RCC jalli resting on masonry. RCC cills shall not be projected / extended beyond the face of the wall.

11.0 CONCRETE PADDING


11.1 Where the required height of walls, openings, is not obtained with adequate size of bricks, the same
shall be obtained by providing PCC 1:3:6, type C-1. The lumpsum price quoted by the contractor shall
be deemed to include for the above provision.
11.2 BRICK WORK

11.2.1 Unless otherwise specified here in after and/or shown drawings, brick work in various situation shall
be built in cement mortar as under :-

SITUATION MIX OF MORTAR


(i) Brick work in manholes, ramp, steps, pillars Cement and sand mortar (1:4)
and brick work as in half brick thick walls.

(ii) All other brick work Cement and sand mortar (1:6)

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

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 111

PARTICULAR SPECIFICATIONS (CONTD…)


11.3 CURING

11.3.1 Masonry work shall be kept constantly moist on all the faces for a minimum period of 7 days.

12.0 STEEL AND IRON WORK

12.1 GENERAL

12.1.1 All steel required for the work under the contract shall be procured, supplied and incorporated in
the works by the contractor under his own arrangements. The reinforcement steel as well as the
structural steel like angles, I Sections channels etc shall be of tested quality and shall comply with
the requirement mentioned in the drawings, SSR and particular specifications here-in-after. The
specifications mentioned in the tender documents shall be read in conjunction with the provisions
laid down in SSR Part I Section 10 – Steel and Iron work. The contractor shall submit test
certificate from the manufacturers.

12.2 TYPES OF STEEL

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

12.3 STEEL FOR CONCRETE REINFORCEMENT

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

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

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

(b) STRUCTURAL STEEL

(i) Definition of structural steel as given in Clause 10.4 of SSR Part I shall be applicable.
Standard quality steel of grade E-250 (Fe -410 W quality A ) conforming to IS: 2062 for all
types of steel structures including those subject to dynamic loading shall be used.

(ii) Ordinary quality structural steel wherever mentioned shall be conforming to IS-1977 of
grade E-165 (Fe-290)

(iii) Galvanised steel sheets (plain and corrugated) shall conform to IS -277. Grade of zinc
coating to be used shall be the one which is given in Clause 10.29.1 of SSR Part I which is
dependant on thickness of sheet. Minimum coating of zinc shall be 450 g/sqm.

12.4 SOURCE OF PROCUREMENT

(a) TMT / TMT HCR/CRS STEEL : TMT/TMT HCR/CRS steel bars of all sizes supplied by the
contractor shall be procured directly from the approved by E-in-C‟s Branch listed in Annexure here-
in-after.
NOTE : In no case TMT/TMT HCR/CRS Steel bars of any size shall be procured from other than
the above mentioned main producers / other primary producers approved by E-in-C‟s Branch.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 112

PARTICULAR SPECIFICATIONS (CONTD…)

12.4 SOURCE OF PROCUREMENT (Contd…..)

(b) STRUCTURAL STEEL: The contractor shall procure Structural steel sections directly from
SAIL/RINL/TISCO. In case of non-availability of structural steel with SAIL/ RINL/TISCO the
same can be procured from approved secondary producers given below and as listed in
Annexure with a reduction of 5% (five percent) of the accepted rates of structural steel with
prior approval of the Accepting Officer. In case the desired section of structural steel is not
rolled/manufactured by SAIL/RINL/TISCO, there shall be no price adjustment in case of
structural steel procured from approved secondary producers given below:

1 M/s KL Steel Pvt Ltd.,


Post Box No 61, Lal Kuan,
Bulandshahar Road,Ghaziabad (UP)
Tele : 0120 – 2867911, 2867915
Fax : 0120 – 2867917

2 SRMB Udyog Ltd.,


46, BB Ganguli Street,
Kolkata – 700 012,
Tele : 2236 9999

3 M/s Shri Badrinarain Alloys & Steels


Ltd.,95, Stephen House, 4 BB D Bag
Kolkata – 700 001
Tele : 033 2220 5381 / 2248 1601
Fax : 033 2248 8664

4 M/s Shree Parashnath


Re-Rolling Mills Ltd
14C Maharshi Devendre Road 3rd
Floor, Kolkata – 700 007
Phone : 033 – 22740045/4475
Fax : 033 22740039

5 M/s Pushpak Steel Industries Pvt. Ltd


Gate No 119, Alandi markal Road
Dhanore, Tah Khed Pune
Tele – Fax : 020-26444700/070

6 M/s Tata Steel Structural, Tata Steel


– Tube Division, Jeevan Tara
Building, 1st Floor, 5, Sansad Marg,
New Delhi – 110 001
Tele : 991112334, 264601734
309983, 309986

7 M/s Amba Shakti Ispat Ltd., Plot No


6, Phase-II Industrial Area
Kala Amb, Dist Sirmour, 173030
(H.P.)
Tele : 01734-309983, 309986, Fax :
01702-238927

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 113

PARTICULAR SPECIFICATIONS (CONTD…)

12.4 SOURCE OF PROCUREMENT (Contd…..)

(c) Galvanized steel sheets and Fabric Reinforcement for concrete shall be procured directly from
SAIL/ RINL/ TISCO and shall be ISI marked.

(d) Steel section for railing, gates, fencing, guard bars, grills, steel chowkats, hold fasts 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 minus
price adjustment. Tests for such steel sections shall not be insisted by GE.

(e) The steel will be procured from the storage depots of the main producers / approved secondary
producers (as applicable) and not from their authorized agents / dealers as the authorized agents
deal with the steel manufactured by more than one manufacturer. The GE will ensure that
contractors place their demand / requisition of steel with adequate lead time.

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

12.6 Contractor will give to GE manufacturer‟s test certificate (IN ORIGINAL) along with the test sheet
giving result of each mechanical test and the chemical composition of steel (as per IS 1786) for
reinforcement steel or authenticated copy thereof duly signed by manufacturer with each
consignment. The documents such as original purchase vouchers and test certificates in support of
the purchases of steel shall be produced by the contractor to the site staff & GE for verification and
record.

12.7 APPROVAL OF STEEL BROUGHT BY THE CONTRACTOR

12.7.1 Following action shall be taken by GE before incorporating steel procured by the contractor for the
work:-

(a) Physical verification of steel received to confirm the actual quantity of steel as well as to verify
aspects brought out in foregoing.

(b) GE will obtain original machine numbered purchase vouchers of manufacturer from contractor.

(c) Verify the documents listed in Ser (b) & foregoing given by the contractor from the
manufacturer.

(d) No consignment or part thereof will be allowed to be incorporated in the work until and unless
the test results of independent testing are obtained and the consignment is passed by GE Schedule
of procurement will be prepared keeping in view the time lost for testing etc.

(e) Three samples of pieces (3.00m long) of each section of each consignment will be retained at
the project site till completion of the work. These samples will be suitably marked and properly
preserved.

Contd…./-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 114

PARTICULAR SPECIFICATIONS (CONTD…)

12.8 TESTING OF STEEL

(a) The manufacturers of steel are to carry out inspection and testing of steel in accordance with
the relevant BIS provisions. The contractor shall submit manufacturer‟s test certificate in original
alongwith the test sheet giving the result of each mechanical test as applicable in accordance with
relevant IS provision and the chemical composition of the steel or authenticated copy thereof with
each consignment duly signed by manufacturer with each consignment. The Engineer-in-Charge
shall record these details in a steel acceptance register which will be signed by the Junior Engineer,
Engineer-in-Charge, GE and Contractor as given in the format as Appendix „E‟ here-in-after, after
due verification and Engineer-in-Charge shall send a certified true copy of test sheet to GE for his
records.

(b) For independent testing ,random samples of steel drawn from various lots and shall be got
tested from a National Test House, SEMT wing CME, Regional Research Labs or NABL approved
Labs, etc as per the minimum frequency given in clause 9.6.3.1(a) & (b). Samples from each lot
shall be also tested for quality and elongation. The elongation shall not be less than 18%.

(c) Ultimate tensile strength elongation, bend and rebend test for reinforcement steel bars shall be
carried out as per Clause 9 and test specimen shall be as per Clause 11 and delivery inspection shall
be as per Clause 12 of IS-1786. Bend tests and tensile tests for structural steel shall be carried out
as per IS-2062.

12.8.1 In all cases mentioned above contractor at his cost shall provide all facilities required for the testing.
Cost of materials consumed in tests including transportation & testing shall also be borne by
contractor. The records of such checks shall be maintained in steel test register.

12.9 FREQUENCY OF SAMPLING FOR INDEPENDENT TESTING BY GE

12.9.1 Frequency for nominal mass, tensile strength, bend and re-bend tests of steel for checking nominal
mass, tensile strength, bend, re-bend test, test specimen at random shall be selected by the GE at
following frequency :-

(a) STEEL FOR CONCRETE REINFORCEMENT

(i) Bars size less than 10mm : One sample (3 specimen for each test
for every 25 tonnes or part thereof)

(ii) Bars size 10mm to 16mm : One sample (3 specimen for each test
for every 35 tonnes or part thereof)

(iii) Bars size over 16mm : One sample (3 specimen for each test
for every 45 tonnes or part thereof)

(b) STRUCTURAL STEEL

(i) Tensile test : 1 test for every 25 tonnes of steel or part


thereof.

(ii) Bend test : 1 test for every 25 tonnes of steel or part


thereof.

Note: For various tests, acceptance criteria, tolerance etc, refer relevant BIS codes.

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 115

PARTICULAR SPECIFICATIONS (CONTD…)

12.9 FREQUENCY OF SAMPLING FOR INDEPENDENT TESTING BY GE (Contd…./-)

12.9.2 The testing by GE as per above frequency is mandatory before payment is released to the contractor
in case of structural steel from secondary producers. The GE may also increase the 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.

12.9.3 Test shall not be insisted upon for the steel required for guard bars, holdfasts, grills and such other
allied items.

12.9.4 In case test results of testing pursuant to Clause above are not within the acceptable limits, then
that consignment of steel shall stand rejected and contractor shall remove the same from site at his
own cost. The rejected material shall not be incorporated in the work. The contractor shall have no
claim on this account.

12.9.5 Cost of test samples as per frequency given in Clause above shall be borne by the contractor
irrespective of test results.

12.10 DOCUMENTATION

12.10.1 Original purchase vouchers from the manufacturer, and original or authenticated test certificates of
the manufacturers for the total quantity of steel supplied under each consignment to be
incorporated in the work shall be produced to the Engineer-in-Charge of the work by the contractor.
All consignments received at the work site shall be inspected by the GE along with the relevant
documents before acceptance. The original vouchers and the test certificates shall be defaced and
signed by the Engineer-in-Charge and kept on record 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 shall be signed by JE, Engineer-in-Charge, GE and contractor. The entire
quantity of all consignments shall also be suitably recorded in the measurements book for record
purposes as „NOT TO BE ABSTRACTED‟ before incorporation in the work and shall be signed by the
Engineer-in-Charge and contractor. The following provisions shall also be complied:-

(a) All original vouchers will be kept in a file serially numbered and to be kept in GE‟s office.

(b) Test certificates of each steel consignment will be kept in a file, serially numbered and kept in
GE‟s office.

(c) Steel Acceptance Register as per Appendix „E‟ will be maintained by the GE.

(d) In/Out Register for details of receipt, acceptance/rejection and consumption of steel will be
maintained as per Appendix „D‟.

(e) Register containing results of independent and additional testing by GE.

(f) Inspection registers.

12.10.2 GE will check the documents personally, connected with the steel, at least once a month and record
of these check will be kept in the Inspection Register (Para 19.10.1(f) above).

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 116

PARTICULAR SPECIFICATIONS (CONTD…)

12.11 STORAGE ACCEPTANCE/PRESERVATION OF STEEL

12.11.1 The steel procured by the contractor shall be stored in the site of work as directed by Engineer-in-
Charge / GE neatly in separate stacks at least 15 cm above GL for various grades/quality / sizes /
consignments with distinct paint marks for identification. The steel so stacked shall be removed for
incorporation in the work only in the presence of departmental representative. The quantity of steel
of various sizes received at site and recommended for incorporation in the work shall be entered in a
separate register and signed by the contractor and the Engineer-in-Charge daily.

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

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

12.12 CONVERSION WEIGHT OF STEEL

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

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

12.12.3 Advance on account of payment made towards these cut pieces shall be adjusted from advance on
account of payment immediately falling due and before removal of such cut pieces from site.

12.13 PAYMENT IN RAR

12.13.1 Payment of the steel brought by the contractor should only be released by the GE after taking
action on points enumerated in Para here-in-before and after completing the documentation
mentioned here-in-before in this regard.

12.13.2 Before procurement of steel, contract and structural drawing shall be read thoroughly and various
grades/types of steel to be incorporated in the work shall be identified by contractor and got
approved by the GE. Steel shall be procured sufficiently in advance as mentioned here-in-after under
Clause 19.15.

12.14 SAFETY OF STEEL

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

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

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 117

PARTICULAR SPECIFICATIONS (CONTD…)

12.16 WELDING

12.16.1 Welding wherever shown on drawing shall be by metal arc process in accordance with IS 816 and IS
822 unless specifically indicated otherwise on drawings.

12.17 BINDING WIRE

12.17.1 Binding wire for reinforcement shall be mild steel wire annealed not less than 0.9mm dia.

Contd…./-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 118

PARTICULAR SPECIFICATIONS (CONTD…)

Appendix „D‟

Sl Date Steel IN Steel OUT Qty


No Balance
Qty Section Control Qty Section Reasons*
(Tons) No (Tons)

*Note : The following reasons may be mentioned for taking out steel from
storage:-

(a) For testing purpose

(b) For use in work

(c) Rejected steel taken out of site

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 119

PARTICULAR SPECIFICATIONS (CONTD…)

Appendix „E‟(Refer Clause No.19.7.1(c))

STEEL SUPPLY & ACCEPTANCE REGISTER


1 CA No & Name of Work
2 Control No
3 Name of Manufacturer‟s T. C. No
4 Manufacturer
5 Random Test Details (a) Physical test report from--------------vide their letter No
(Name of approved Lab/Engg Collage)

(b) Chemical test report from--------------vide their letter No


(Name of approved Lab/Engg Collage)

6 Types of Steel, Dia & Qty (a) Type : TMT/CRS (b) Dia----mm (c ) Actual Wt ---- MT (d) Conversion Wt -----MT

Chemical Test Mechanical Test Remarks


Carbon % Sulphur Phosphorous Manganese Silicon Corrosion Wt per Stress Tensile Elongation Bend Rebend
% % % % Resistant meter (N/mm2) Strength % Test Test
Element 0.2% (N/mm2)
(CRE) proof
As per IS 1786
As per manufacturer‟s
test certificate
As per independent
test

Remarks with Signature Accepted/Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer (AF)

Remarks of BOO/Inspecting Officer/CWE


CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 120

PARTICULAR SPECIFICATIONS (CONTD…)

12.18 HOLD FASTS/LUGS

12.18.1 Flat iron hold fasts/lugs shall be provided by welding as and where shown on drawings. Hold
fasts/lugs shall be embedded in PCC (1:2:4) type B1 (using 20mm graded stone aggregate) bed
blocks of size 230 x 200 x 75mm. Hold fasts/lugs shall be hot tarred and sanded before fixing in
position.

13.00 Blank.

14.00 Blank.
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 121

PARTICULAR SPECIFICATIONS (CONTD…)

15.0 PREPAINTED GALVALUME ALUMINIUM ZINC COATING GI BASED CORRUGATED STEEL


SHEET ROOFING:-

15.1 The sheeting shall be 0.5mm thick TCT Zinc Aluminium Alloy Coated Steel of Grade AZ 150/550 MPA.
The sheeting shall be of make as specified in Schedule A. The roof sheet shall be laid with end lap of
200mm and side lap of 100 mm or as per the manufacturer instructions. The roof sheets coming at
gable ends shall be round up below the flashing to prevent the reverse flow of water.

15.2 Cavities and gaps, if any, at eaves end, ridges and gable end shall be sealed with polymer filled blocks
and metallic flashings and capping of appropriate design.

15.3 Tapping screws of 5 x 40mm with metal washer and PVC gripper at 500mm centre to centre
horizontally shall be used or as required as per the manufacturer‟s instructions.

15.4 Flashings shall be of plain galvalume sheet 0.5mm thick bend to shape as directed. Flashing shall be
of 2 meters long and shall have end lap of 200mm. At the lap portion of flashing one layer of silicon
sealant shall be provided to prevent water entering through joints.

15.5 All welding electrode should confirm to IS - 814 [Part - III]. All MS black bolts and nut shall confirm
to IS - 1363 [Part - I to III]. Washers shall conform to IS - 5369, IS - 5370 and IS - 5372.

16.0 FLOORING
16.1 GENERAL
16.1.1 Provisions contained in Clause 13.25, 13.32, 13.38 and 13.39 of MES Schedule Part-I are to be
adopted for laying floors and pavements.

16.1.2 Floors shall be laid to levels or to falls as shown on drawings and as directed by the Engineer-in-
Charge. Floor finish shall be extended over dwarf walls, doors and other openings. Sinking of floors
in kitchens, baths and WCs etc., where shown on drawings shall not be achieved by reducing RCC
thickness.

16.1.3 The floor levels of the bath, WC etc., shall be lower than the adjacent rooms as indicated in the
drawings. In case not indicated, the same shall be 10mm lower than the adjacent room.

16.1.4 Glass dividing strips 3 mm thick of approved quality shall be provided in floor all as specified in MES
Schedule. In baths/WC where the area of floor is less than 2 Sqm no dividing strips shall be
provided. However the bays shall be laid alternatively.
17.0 PLASTERING

17.1 Plaster and / or skirting / dado shall be returned to jambs, soffits or lintels and window cills etc.

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

17.3 All external plastering shall be carried out upto 15cm below the top level of plinth protection.
CA No: GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 122

PARTICULAR SPECIFICATIONS (CONTD…)

17.0 PLASTERING (Contd…/-)

17.4 All corners, angle, junctions and edges shall be truely vertical or horizontal as the case may
be and shall be carefully finished. Corners around jambs of openings and junction of walls shall
be rounded to minimum radius of 5mm. 12mm wide groove at the junctions of all walls and RCC
slabs to the entire thickness of wall plaster shall be provided. Also trowel groove shall be provided
at junction of walls and RCC columns or any other dissimilar material eg. Wooden/steel chowkats
etc. This provision is deemed to be included in the rates quoted.

17.5 Particular attention of the contractor is invited to take note of local practices and local availability of
materials like bricks, stones, form work etc. for any extra quantity of mortar required for rendering
smooth, extra dubbing required, touching up properly and achieving smooth and even surfaces. This
shall be deemed to have been included in the rates quoted.

17.6 Where dados / skirtings are provided the internal plaster shall commence from the top of the
dado/skirting.

17.7 Cement mortar in all situations shall be machine mixed or hand mixed at the discretion of the
contractor.

17.8 Thickness of cement plaster mentioned here-in-after is the net thickness above the proudest
part of masonry walls. Nothing extra shall be paid for dubbing.

17.9 The thickness of plaster shall as described in Sch "A" Part-I.

17.10 PREPARATORY OF BACKGROUND FOR APPLICATION OF PLASTER

17.10.1 All dirt, dust and foreign matter on surfaces of masonry and laitance on the concrete surfaces
shall be removed by watering or brushing as required. In case, background contains soluble
salts particularly sulphates, only after efflorescence of the salts is complete, plastering shall be
done.

17.10.2 Joints in masonry shall be raked to a depth of 10 mm as the work proceeds. Local projections
beyond the general wall surface shall be trimmed off to avoid variance in thickness of plaster.

17.10.3 For smooth surface of concrete it shall be roughened by wire brushing or hacking or bush
hammering if surface is hard. All projecting burrs shall be removed. The surface shall be scrubbed
by wire brushes. Further pock marks 3mm deep at spacing of 50mm shall be done.

17.10.4 Adequate drying intervals shall be allowed between erections and plastering to bring the surface
suitable for suction adjustment. The wall surface shall be dampened evenly before plastering and
spots dry shall be moistened. Excess water will lead to failure of bond between plaster and
background.

17.10.5 Dubbing coat and rendering coat shall be same type and mix and dubbing coat shall be executed
alongwith rendering coat.

17.10.6 Plastering shall not be done till door frames are firmly fixed. Provide protection to fittings fixed
against splash of plaster. However, if any splash of mortar is noticed it shall be cleaned off
immediately.

17.10.7 Screed 15cm x 15cm shall be laid vertically and horizontally not more than 2m apart to serve as
guide in bringing the work to an even surface.
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 123
PARTICULAR SPECIFICATIONS (CONTD…)

17.10 PREPARATORY OF BACKGROUND FOR APPLICATION OF PLASTER (Contd…/-)

17.10.8 Plastering shall be done from top to bottom continuously without joints.

17.10.9 The finished work of plastering shall not show more than 4mm deviation where checked by straight
edge of 2 m length placed over it.

17.10.10 In one coat plaster, the mortar shall be firmly applied to the masonry walls and well pressed
into the joints and forcing it into the surface depressions for obtaining permanent bond.
The plaster shall be laid little more than the required thickness and leveled with wooden float. On
concrete walls rendering shall be dashed on roughened surface to ensure adequate bond using
strong whipping motion at right angle to face of wall.

17.11 CURING

17.11.1 Each coat of rendering shall be kept damp continuously for atleast two days. Moisturing shall
commence after plaster is sufficiently hardened.

17.12 MATERIALS
17.12.1 CEMENT AND SAND: Please refer Clause 4.1 herein before and Clause 14.5 of MES Schedule
for sand.

18.0 PAINTING

18.1 All synthetic enamel paint shall be of superior quality manufactured by the standard firms listed
here-in-after. This shall be of first quality.

18.2 The contractor shall inform the GE, within four weeks of the acceptance of the tender, the brand
names of manufacturers of paint proposed to be used in the works and submit samples thereof well
in time and obtain prior written approval of the GE before their use in work.

18.3 The contractor shall, when so required by the GE, produce certificate from the manufacturer, or
their representative to establish that the brands of paints purchased by the contractor from them
satisfy the requirements of relevant Indian Standard.
18.4 Paints for priming coat, under coat and finishing coat shall be of same manufacturer.

18.5 Tint of paint, if not mentioned in drawings/Schedule of finishes will be approved by the GE.

18.6 Prepare surfaces and apply two coats of synthetic enamel paint over a coat of primer to all exposed
faces of wood work in joinery etc., other than covered with laminated sheets or surfaces for which
other treatment is specifically indicated.

19.0 WORKMANSHIP

19.1 All wood work surfaces required to be painted shall be smoothened, sized and knotted and then
applied with pink priming coat. Stopping and filling (filler coat) shall be done after priming coat and
surface rubbed down to a level of smooth surface and thereafter under coat and finishing coat
applied, all as specified in Clause 17.6 to 17.6.5 of MES Schedule Part – I. Steel and iron work shall
be painted in the manner as specified in Clause 17.8, 17.8.1, 17.8.3 to 17.8.6 of MES Schedule
Part – I.

19.2 No treatment shall be given to reinforcement.


CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 124

PARTICULAR SPECIFICATIONS (CONTD…)

19.0 WORKMANSHIP (Contd…/-)

19.3 All steel surfaces (except GI pipes) exposed to view but not covered in Schedule of finishes or their
finishing is not specifically indicated in any other drawings or specified elsewhere, shall be given two
coats of synthetic enamel paint over a coat of zinc chrome primer of tint as directed by GE.

19.4 Bottom of door shutters shall be given one coat of primer only.

19.5 Irrespective of what is indicated on drawings and specified elsewhere, finishing coat and under coat
shall be with synthetic enamel paint.

19.0 EXECUTION OF WORKS

19.1 All works shall be carried out by skilled technicians as specified herein before. Local regulations
particularly relating to the safety of men and equipment during installation and subsequent operation
shall be complied with.

19.2 The following specifications for the item of works are supplementary, to these given in MES Schedule
and shall be read in conjunction with them. These specifications will take precedence over the
specifications in MES Schedule where at variance.

19.3 All electrical works shall be executed as specified in MES Schedule.

19.4 The contractor is deemed to have included in rates, cost of making holes/chases where required
through masonry or concrete work for taking in cables/ conduits and conductors, etc and making good
the same to match with existing work.

19.5 The Engineer-in-Charge will inform the contractor the un-serviceability or any other requirement as
mentioned in Sch „A‟ for immediate rectifications. The cost for dismantling, disconnecting, carrying
over to any destination if required, for repairs and re-fixing in the original position is to be borne by
the contractor.

19.6 No stores for the work involved (except items given in Sch „B‟) will be issued by the department and
has to be arranged by the contractor and the rate quoted by the contractor in the Schedule is
inclusive for the same.

19.7 Any damage to the existing assets/buildings occurred while removing/dismantling the equipments for
repairs to be made good by the contractor without any extra cost to Govt.

19.8 The contractor shall stand guarantee for the spares/equipments replaced/repaired for a period of one
year from the certified date of completion of work.

20.0 STANDARDS

20.1 All materials supplied and incorporated in the work shall comply with requirement of relevant Indian
Standards. The contractor shall ensure that samples of all materials to be incorporated in the work
shall be got approved by the GE before commencement of work.

21.0 GENERAL

21.1 All the fittings and accessories shall be uniform throughout suitable in every way for the supply to
which they are connected. Details of materials and workmanship unless otherwise specified shall be
as per MES Schedule and relevant IS specifications.
21.2 Contractor shall produce necessary test certificate on demand by Engineer-in-Charge/GE.
CA No : GE (AF)/TNJ/ of 2024-2025 Serial Page No : 125

PARTICULAR SPECIFICATIONS (Contd…/-)

22.0 ELECTRIFICATION

22.0 MATERIAL AND SAMPLE BOARD


22.1 All materials unless otherwise specified shall possess ISI mark or conform to relevant IS specification
or to BSS if ISS is not available.
22.2 Approval of GE referred to in the Clauses 19.2.1 and 19.2.2 on page 19-4 of MES Schedule Part I shall
be in writing. Approved samples shall be labeled as such and signed both by the contractor and
Engineer-in-Charge. They shall remain in the custody of Engineer-in-Charge till completion of the work

22.3 The contractor is deemed to have included in rates, cost of making holes/chases where required
through masonry or concrete work for taking in cables/conduits and conductors etc., and making good
the same to match with existing work.

23.0 TYPE OF ELECTRIC SUPPLY


23.1 Type of electric supply will be AC 415 Volts, 3 phase and 240 Volts single phase at 50 cycles.
24.0 SCREWS, NAILS ETC

24.1 All screws and nails used in the electric work shall be brass, unless otherwise specified. Plastic sheet
cover for MS terminal boxes shall be fixed with cadmium plated iron screws.

25.0 LIGHT FITTINGS

25.1 Light fittings shall be of approved make and shall conform to the description given in Sch "A". The
rates shall be deemed to include for fixing the fittings and connecting up complete with necessary
connectors, cables etc., all as directed by Engineer-in-Charge. The make shall be any one of the
makes specified here-in-after. The make shall be got approved by the GE.

25.2 Particular attention is drawn to the neatness in appearance which is to be achieved by judicious
location of light fittings, switches, socket outlets and main controls etc. Due regard shall be given to
doors, windows, openings etc., in fixing the run of cables, position of fittings, control switches etc.
The location of fittings etc., shall be marked in advance on walls etc., as approved by GE.

26.0 CONDUIT, CONDUIT ACCESSORIES AND CONDUIT WIRING

26.1 Non-metallic rigid PVC conduits shall conform to relevant IS specifications and bearing ISI mark. The
diameter shall be as specified in Schedule `A'.

27.0 PLASTIC LAMINATED SHEET

27.1 Plastic laminated sheet shall be 3 mm thick fixed in MS fabricated steel terminal boxes by using
cadmium plated iron screws. Make of laminated sheets shall be as specified here-in-after.

28.0 SWITCH SOCKET AND SWITCH SOCKET OUTLET

28.1 Switch socket and switch socket outlet shall be of approved and best indigenous make and provided
with piano type control switch and shall be approved by GE and shall conform to relevant IS.

29.0 PIANO KEY TYPE SWITCH

29.1 The shall be the best indigenous make conforming to relevant IS suitable for AC single phase 240
volts 5 amps and shall as approved by GE before incorporation in the work. The switches shall be
ISI marked.
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 126

PARTICULAR SPECIFICATIONS (CONTD…)

30.0 PVC CONNECTORS

30.1 These shall be the best indigenous make conforming to relevant IS suitable for AC single phase
240 volts 5amps and shall be approved by the GE before incorporation in the work. The terminal of
grub screws shall be cadmium plated brass and shall be concealed.

31.0 MS TERMINAL BOXES AND MAIN SWITCH BOARD

31.1 MS Terminal Boxes and main switch board for housing regulators, switches etc., shall be made of 1.6
mm thick MS sheet. Its size shall be sufficient to house all the equipment with proper clearance if not
specified in the description of Schedule „A' items. The box shall be coated with 2 coats of red oxide
zinc chromate. It shall be embedded in the walls so that the cover is flush with the finished walls
surface. It shall have two earth terminals.

32.0 DISTRIBUTION BOARD AND MCBs

32.1 Provide distribution board indicated in Schedule „A'. Miniature circuit breaker shall comply with the
requirement of IS-8828 with 9 KA rupturing capacity. The terminals of MCBs shall be brought out
sufficiently to connect cable lugs directly. No adopter should be used for terminating the cable. The
MCBs should have quick breakup trip free mechanism to ensure that contact cannot be held closed
against fault. Bus bars shall be electrolytic copper tin plated and rated to minimum 200
Amps. Exposed faces of sheet metal enclosures shall be finished with two coats of synthetic enamel
paint a over coat of primer. Neutral shall have same number of outgoing hold as the number of
MCBs. Unit rate quoted shall also deem to include for all internal connections in the DB and bus bar
system and shall be completely insulated and fitted in PVC channel. Dummy plates shall be provided
in the board wherever spare ways are left. The MCBs DBs shall be factory made and shall be of the
makes as specified here-in-after. Single phase and three phase bus bar shall be suitably colour
coded.

33.0 END TERMINATION

33.1 All cable termination for internal electrification for various switches, light fittings, MCBs, MCCBs,
junction boxes, connectors etc., shall be provided with suitable crimpled lugs / studs / sleeves as
required to avoid any possibility of loose connections and sparking. Screwing of loose connections
without suitable crimpled legs / studs / sleeves will be strictly prohibited.

34.0 ELECTRICAL TEST

34.1 On completion of wiring the whole installation will be tested in accordance with IS-732 Part III
of 1982 and test certificate shall be prepared and held on records. If the test results are not
acceptable, all repairs and replacement and extra work of removal and relaying or refixing shall be
carried out by the contractor at his own expense and installation retested, until test results
indicate compliance with prescribed requirement. The contractor shall supply all necessary
apparatus, lab and instruments or equipments required for testing. The quoted rates are deemed to
include for the above above provision.

35.0 EARTHING

35.1 The earthing shall be in accordance with Section 19, Clause 19.137 of SSR Part-I and as per electrical
plate No 5 on Page No 19.49 of SSR Part-I, Earthing plate as described in Sch “A”. The work shall be
executed in the presence of MES representative. Excavation for earth pit shall be in any type of soil.
Excavation shall be passed by the Engineer-in-Charge, before filling in. Surplus soil if any shall be
removed to a distance not exceeding 50 metres and the site left clean and tidy. The location of earth
pit shall be as directed by Engineer-in-Charge.
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 127

PARTICULAR SPECIFICATIONS (CONTD…)

35.0 EARTHING (Contd…/-)

35.2 The maximum continuity resistance from any point of the installation including the earth
continuity conductor and earth lead to earth pit shall not exceed 1 Ohm.

35.3 The electrode shall be surrounded by charcoal/coke and salt. The earthing leads shall be securely
bolted to the plate with two bolts, nuts, checknuts and washers.

35.4 All metal works associated with wiring system other than current carrying parts including cable
sheathed armoured conduits, ducts and boxes shall be connected to the earth continuity conductor as
required under Indian Electricity rules 1965 and IEE wiring regulations. The size of earth continuity
conductor shall be as specified in Schedule 'A'. All the metal parts and earth terminals shall be earthed
permanently with two earths.

36.0 EXTERNAL ELECTRIFICATION


36.1. GENERAL
36.1 Work under the contract shall be carried out in accordance with Schedule `A', particular
specifications, drawings and general specifications and other provisions in MES Standard Schedule of
Rates (here-in-after called Schedule) Part-I and Part-II read in conjunction with each other.
36.2 Term "General Specification" referred to hereinbefore as well as referred to in IAFW-2249 (General
Conditions of Contracts) shall mean the specifications contained in the MES Schedule Part I.

36.3 General Rules, specifications, special conditions and all preambles in the MES Schedule shall be
deemed to be applicable to the work under this contract, unless specifically stated otherwise in these
documents in which case the provisions in these documents shall take precedence over the aforesaid
provisions in the MES Schedule. The terms "as specified" wherever appears in tenders documents and
drawings, relates to relevant particular specifications and in its absence general specifications. All
reference to MES Schedule (Standard Schedule of Rates) in these specification relate to Part-I of MES
Schedule unless otherwise mentioned. References to only some paragraphs of MES Schedule has
been made in these particular specifications but other paragraphs and provisions as applicable are
also to be followed for all section/parts of Schedule "A" even though not particularly mentioned
hereinafter.

36.4 Where specifications for any item of work are not given in MES Schedule or in these particular
specifications, specifications as given in relevant Indian Standard or Code of Practice shall be followed.

36.5 Rate quoted for a particular item shall be deemed to include for any minor details /items of work
and /or constructions which are obviously and fairly intended and which may not have been
included in these documents but which are essential for the execution and entire completion of
the work in a workman like manner. Decision of the Accepting Officer as to whether any minor
details of work and/or constructions is obviously and fairly intended to be included in the contract
or not, shall be final, conclusive and binding.

37.0 EXCAVATION GENERAL

37.1 Unit rate for all items in Schedule `A' unless specified otherwise shall include for excavation and
earth work in hard / dense soil. In case during execution any other type of strata is met with, the
same shall be regularised through deviation order.

37.2 Boulders and stones obtained from excavation, if any, shall be sorted out and neatly stacked as
directed by Engineer-in-Charge, without any extra cost to the Govt. These boulders and stones, in
stacks shall be handed over to MES store yard which shall become the property of the Government.
No extra payment shall be allowed on this account
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 128

PARTICULAR SPECIFICATIONS (CONTD…)

37.0 EXCAVATION GENERAL (Contd../-)

37.3 If rock (soft/disintegrated and hard) is met at site, contractor shall immediately notify the fact to the
GE in writing, who will after due verification, regularise the change through a proper deviation order.
The rock so obtained shall be neatly stacked as directed by the Engineer-in-charge, without any
extra cost to Government. These rock shall be handed over to MES Storeyard without any extra cost
to the Government & it shall become the property of the Government and shall be entered in the
Measurement Book duly signed by the contractor and Engineer-in-Charge.

37.4 In case timbering to excavation is required and specifically ordered by the GE in writing, it shall be
paid as deviation.

37.5 Bailing / pumping of water where required shall be carried out as described in Clause 3.17 of MES
Schedule Part-I. The cost of bailing/pumping out water as catered in Para 3.7 (c) of section 3 of SSR
Part II shall be deemed to be included in the contractor's quoted rates.

37.6 FILLING IN TRENCHES/UNDER FLOORS

37.7 The approved earth from excavation in foundations shall be used for filling in trenches, under floors
and any other situation after removing big stones, grass, roots and vegetables and other organic
matter. Earth mixed with small stones / pebbles (if approved by GE) is permitted for use in filling
under floors and foundations. The filling around pipes after the pipes are laid and tested shall,
however, be with earth free from pebbles/stones. Any additional earth required for the purpose
of filling shall be arranged by contractor at no extra cost to the Department from outside the
defence land.

37.8 Filling under floors/sides of trenches shall be in layers not exceeding 250 mm and each layer shall
be watered, compacted and rammed as approved by Engineer-in-Charge.

37.9 Surplus soil shall be removed and spread and leveled at places as directed by the Engineer-in-
Charge at a distance not exceeding 50 metres.

37.10 TRENCHES FOR FOUNDATION AND PIPES


37.11 The beds of the trenches, shall be watered and well rammed and any depressions thus formed
shall be filled with approved earth as required to the level and slope as directed by Engineer-in-
Charge.

37.12 Measurement of excavation shall be as per authorised width as given in Section 3 Clause 3.2.3 para
a, b & c on Page 17 & 18 SSR 1996 Part-II. However to lay GI pipes for external water supply the
width shall be as per clause 18.50.1 of MES Schedule Part-I.

37.13 SAND CUSHION

37.14 The sand required for cushioning for cable laid in trenches shall be river / sea sand. It shall be free
from clay, pebbles, vegetable materials and shall be clean, hard, durable and free from
adherent coatings.

37.15 BRICK PROTECTION FOR CABLE

37.16 Bricks for protection of cable shall be locally available best quality and sub class 'B' bricks and shall
conform to the quality of sample kept in GE's office. Bricks shall be laid across the cable as directed
by the Engineer-in-Charge.
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 129

PARTICULAR SPECIFICATIONS (CONTD…)

38.0 MAKING GOOD


38.1 Roads, footpath including side drains if any, cut through for trenches shall be made good by the
contractor to match the original specifications as directed by the Engineer-in-Charge. When roads
have to be crossed half width of the road shall be dug at a time and proper warning notices, signs
and lights shall be displayed and watchman posted by the contractor at his own cost.

38.2 PROTECTION OF EXISTING WORKS


38.3 All pipes, water mains, cables etc., met within the course of excavation shall be carefully
protected and supported without extra cost to Government and such cost shall be deemed to
be included in the respective quoted item of Schedule 'A'.

38.4 The rate quoted by the contractor for various items of Schedule shall be deemed to include
for all contingencies referred above. No claim whatsoever will be entertained by the department on
this count.

38.5 LT CABLES
38.6 The LT underground cable shall be XLPE insulated, multistranded aluminium conductor served with
an inner sheathing of PVC tape, armoured with galvanised steel strip or wire and working voltages
upto and including 1100 Volts conforming to relevant IS.

38.7 CABLE LAYING AND RECORD


38.8 The cable shall be laid all as specified in Clause 19.75 to 19.81 of SSR Part-I. The following essential
data shall be furnished by the contractor as cable record for all the buried cable insulation.
(a) Size type and make of cable.

(b) Location of cable in relation to bench mark for any other permanent structure.

(c) Cross section showing where cables are laid in pipes or trenches giving heir sizes, type
and depth and position and type of all joints.

(d) Position and depth of all pipes, ducts, etc., which are met and between joint to joint of
each cable run.

(e) Record of accurate lengths from joint to joint and phase sequences between joint to
joint of each cable run.

38.9 The jointing of cables shall be inspected by Engineer-in-Charge and approved by GE after testing
including high voltage tests.

38.10 Contractor shall provide LT cable metal tags indicating size, each run joints, length of cable
between sub load centres, so that at any spot cable can be identified.

38.11 While laying LT cable under the roads, paths etc., exact depth at which the cable are to be laid
shall be as per SSR and as directed by Engineer-in-Charge.

38.12 Before laying the cable, the trenches shall be provided with a layer of sand to the thickness as
directed by Engineer-in-Charge for the purpose of cushioning. Cable with exposed ends shall be
provided with cable ends.

38.13 Cable shall not be bent to small radius while laying in trenches / ducts. The minimum bending radius
shall be taken as 12 mm dia.
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 130

PARTICULAR SPECIFICATIONS (CONTD…)

38.7 CABLE LAYING AND RECORD (Contd…/-)

38.14 All joint of cable in joint boxes etc., shall be done strictly as per the manufacturer's instructions. All
joints shall conform to relevant IS. Each joint will be inspected and passed by Engineer-in-Charge.
Random check shall be exercised by GE also and findings recorded. The PVC cables shall be
terminated through a gland made of brass of suitable size. Before making joints in cables near
substations sufficient loops shall be provided for future maintenance all as directed.

39.0 TESTING
39.1 The testing shall be carried out by the contractor in the presence of Engineer-in-Charge, recorded
and signed by both. Testing shall be carried out all as per Clause 19.93, 19.94 and 19.72.3 for cable
laying and jointing.

39.2 PAINTING
39.2.1 The contractor shall make his own arrangement for the supply of paints of approved manufacturer
and of 1st quality in the sealed containers. The shades shall be as directed.

39.2.2 All iron and steel work to be painted shall be scrapped free from dust, scales etc., with steel brushes
and well cleaned, before painting.

39.2.3 All surfaces to be painted shall be prepared all as specified in MES Schedule and passed by
Engineer-in-Charge.

40.0 EARTHING

40.1 The earthing shall be in accordance with Section 19, Clause 19.137 of SSR Part-I and as per
electrical plate No 5 on Page No 19.49 of SSR Part-I, Earthing plate as described in Sch “A”. The
work shall be executed in the presence of MES representative. Excavation for earth pit shall be in
any type of soil. Excavation shall be passed by the Engineer-in-Charge, before filling in. Surplus soil
if any shall be removed to a distance not exceeding 50 metres and the site left clean and tidy. The
location of earth pit shall be as directed by Engineer-in-Charge.

40.2 The maximum continuity resistance from any point of the installation including the earth
continuity conductor and earth lead to earth pit shall not exceed 1 Ohm.

40.3 The electrode shall be surrounded by charcoal/coke and salt. The earthing leads shall be securely
bolted to the plate with two bolts, nuts, checknuts and washers.

40.4 All metal works associated with wiring system other than current carrying parts including cable
sheathed armoured conduits, ducts and boxes shall be connected to the earth continuity conductor
as required under Indian Electricity rules 1965 and IEE wiring regulations. The size of earth
continuity conductor shall be as specified in Schedule 'A'. All the metal parts and earth terminals
shall be earthed permanently with two earths.

41.0 EXECUTION OF WORKS

41.1 All works shall be carried out by skilled technicians as specified herein before. Local regulations
particularly relating to the safety of men and equipment during installation and subsequent operation
shall be complied with.

41.2 The following specifications for the item of works are supplementary, to these given in MES Schedule
and shall be read in conjunction with them. These specifications will take precedence over the
specifications in MES Schedule where at variance.

41.3 All electrical works shall be executed as specified in MES Schedule.


CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 131

PARTICULAR SPECIFICATIONS (CONTD…)

41.0 EXECUTION OF WORKS (Contd…/-)

41.4 The contractor is deemed to have included in rates, cost of making holes/chases where required
through masonry or concrete work for taking in cables/ conduits and conductors, etc and making good
the same to match with existing work.

41.5 The Engineer-in-Charge will inform the contractor the un-serviceability or any other requirement as
mentioned in Sch „A‟ for immediate rectifications. The cost for dismantling, disconnecting, carrying
over to any destination if required, for repairs and re-fixing in the original position is to be borne by
the contractor.

41.6 No stores for the work involved (except items given in Sch „B‟) will be issued by the department and
has to be arranged by the contractor and the rate quoted by the contractor in the Schedule is
inclusive for the same.

41.7 Any damage to the existing assets/buildings occurred while removing/dismantling the equipments for
repairs to be made good by the contractor without any extra cost to Govt.

41.8 The contractor shall stand guarantee for the spares/equipments replaced/repaired for a period of one
year from the certified date of completion of work.

42.0 STANDARDS

42.1 All materials supplied and incorporated in the work shall comply with requirement of relevant Indian
Standards. The contractor shall ensure that samples of all materials to be incorporated in the work
shall be got approved by the GE before commencement of work.

43.0 GENERAL

43.1 All the fittings and accessories shall be uniform throughout suitable in every way for the supply to
which they are connected. Details of materials and workmanship unless otherwise specified shall be
as per MES Schedule and relevant IS specifications.
43.2 Contractor shall produce necessary test certificate on demand by Engineer-in-Charge/GE.

44.0 TYPE OF ELECTRIC SUPPLY

44.1 Type of electric supply will be AC 415 Volts, 3 phase and 240 Volts single phase at 50 cycles.

45.0 SCREWS, NAILS ETC

46.1 All screws and nails used in the electric work shall be brass, unless otherwise specified. Plastic sheet
cover for MS terminal boxes shall be fixed with cadmium plated iron screws.

47.0 LT CABLES:

47.1. The scope of work will include proper laying of cables in trenches / on existing cable trays / on wall /
on ceilings / in ducts etc, fixing identification tags, crimping with crimping lugs, fixing compression
glands at termination point in panel/marshaling box. The above shall be deemed to be part of the
installation work and the contractor shall not be eligible for any extra charges other than those
specifically mentioned in Schedule "A".

47.2. LT cable shall be 2 core multi stranded aluminium conductor XLPE insulated inner sheathed armoured
and PVC sheathed conforming to IS – 7098 [Part – I & II] suitable for 1100 Volt grade. Cables shall be
laid all as specified in IS – 1225 and MES Schedule Part – I. The cable drum and the cables shall be
handled in the correct manner so as to ensure safety for personal and obviating kinks or other
damage to the cable insulation, armouring or cable sheath.
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 132

PARTICULAR SPECIFICATIONS (CONTD…)

47.0 LT CABLES (Contd…/-)

47.3 The armouring of LT cable shall be with galvanised steel wire or tape or strip and the thickness of
steel wire or tape or strip shall be as per IS – 7098 [Part – I]: 1988.

47.4 Cable shall be fixed in cable trays with help of hot dip galvanized GI strip [25 X 3 mm] clamp bent to
shape and secured with the help of brass screws / bolts and nuts at interval of 1.50m. In case of cable
to be fixed on walls / on ceilings / stanchions, hot dip galvanized GI strip [25 X 3 mm] shall be
bracketed and then cable shall be clamped with GI strip. Each cable laid shall be provided with
identification tag. Each identification tag will indicate cable size, length and place of termination.
Identification tag will be of aluminum or of any hard material duly laminated and the cost of which
shall also be deemed to be included in the rates quoted for cables. Every cable will have tags at every
20 metres interval subject to minimum two tags. All end termination tags shall include the details of
tapping point / terminating point respectively.

47.5 Brass inscription plate duly laminated shall be provided at each end of cable for identification of the
incoming and outgoing cables and the cost of which shall also be deemed to be included in the rates
quoted for cables. Each identification tag will indicate cable size, length and place of termination.
Every cable will have tags at every 20 m interval subject to minimum two tags. All end termination
tags shall include the details of tapping point / terminating point respectively.

47.6 The XLPE insulated cables shall be capable of withstanding a conductor temperature of 250º C during
short circuit without any damage.

47.7. All LT cables shall be tested at manufacturer works as laid down in relevant Indian standard
specifications including physical tests, insulation resistant test and voltage tests. The test certificate
shall be submitted by the contractor in duplicate for approval of the Accepting Officer before effecting
delivery of the cable at site.

47.8 Termination of LT cables shall be carried out by means of crimping sockets of aluminum / copper with
anodized MS bolts / nuts. The glands shall be of brass double compression type and shall be provided
at the termination. These shall be provided as per recommendation of reputed cable manufacturers
and as approved by GE. The cost of cable terminations shall be deemed included in the unit rate
quoted for the cables Armoring of cable shall be bonded to the earthing system at the termination
through the compression glands. A joint in cable length is not permitted unless length of the cable
between two terminating ends is more than 400m.

48.0 STANDARDS

48.1 All materials supplied and incorporated in the work shall comply with requirement of relevant Indian
Standards. The contractor shall ensure that samples of all materials to be incorporated in the work
shall be got approved by the GE before commencement of work.

48.0 GENERAL

48.1 All the fittings and accessories shall be uniform throughout suitable in every way for the supply to
which they are connected. Details of materials and workmanship unless otherwise specified shall be
as per MES Schedule and relevant IS specifications.

48.2 Contractor shall produce necessary test certificate on demand by Engineer-in-Charge/GE.


CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 133

PARTICULAR SPECIFICATIONS (CONTD…)

49.0 DISMANTALING

49.1 Dismantling items shall carefully be taken up or down without damaging the item structure. Laid
down precaution shall be taken prior to dismantling. Dismantled portion shall be made good as
requited/ as directed by Engineer-in-Charge.

49.2 The purchase vouchers shall be submitted by the contractor as and when materials are claimed for
payment. These vouchers shall be endorsed, dated and initialled by the Engineer-in0Charge giving
the contract number and name of work and a certified true copy of each such vouchers signed both
by Engineer –in- Charge and contractor shall be kept in MES record.

49.3 If the equipment/materials are handed over to contractor for any repair, the same shall be done on
proper loan/issue voucher and after repairing, the same shall be taken back through receipt voucher.

50.0 ELECTRICAL TESTS

50.1 One completion of entire work the test result shall be recorded and signed by Engineer-in-Charge and
the contractor. The results of such tests carried out if found not satisfactory, tests shall be re-
executed by the contractor at his own cost. All testing equipments shall be arranged by the
contractor without any extra cost to Govt Contractor shall submit the test result induplicate.

51.0 EARTHING

51.1 The earthing shall be in accordance with Section 19, Clause 19.137 of SSR Part-I and as per
electrical plate No 3 on Page No 19.49 of SSR Part-I, Earthing plate as described in Sch “A”. The
work shall be executed in the presence of MES representative. Excavation for earth pit shall be in
any type of soil. Excavation shall be passed by the Engineer-in-Charge, before filling in. Surplus soil
if any shall be removed to a distance not exceeding 50 metres and the site left clean and tidy. The
location of earth pit shall be as directed by Engineer-in-Charge.
51.2 The maximum continuity resistance from any point of the installation including the earth
continuity conductor and earth lead to earth pit shall not exceed 1 Ohm.
51.3 The electrode shall be surrounded by charcoal/coke and salt. The earthing leads shall be securely
bolted to the plate with two bolts, nuts, checknuts and washers.
51.4 All metal works associated with wiring system other than current carrying parts including cable
sheathed armoured conduits, ducts and boxes shall be connected to the earth continuity conductor
as required under Indian Electricity rules 1965 and IEE wiring regulations. The size of earth
continuity conductor shall be as specified in Schedule 'A'. All the metal parts and earth terminals
shall be earthed permanently with two earths.
51.5 No extra payment shall be made to the contractor where greater depth of pit is required and
consequent extra length of earth wire is required to be provided to obtain proper test results as
specified herein after. All metal works associated with wiring system (other than current carrying
parts) including cables, sockets, steel conduit and boxes shall be earthed through earth continuity
conductor as required under Indian Electricity Rules. Earth terminals for switch socket outlets and
fans/regulators shall be connected to the earth continuity conductor. The size of such earth
continuity conductors shall be as specified in Schedule „A‟.
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 134

PARTICULAR SPECIFICATIONS (CONTD…)


52.0. LIST OF MANUFACTURERS
52.1 The make of various items of materials are as under. The contractor shall ensure that the items of
these makes only are incorporated in the work which conform to the relevant
specifications/requirements/stimulations in the contract. Also other products which are equivalent in
the specification having IS certificate shall be permitted in the work if approved by GE.
(a) SYNTHETIC ENAMEL PAINT
Asian Paint (Apcolite)
Shalimar (Superlac)
Jenson & Nicholson (Brolac)
Goodlass Nerolac (Nerolac Gde-I)
Berger Paints
Luxol (Garwre paints)
Note :- The paint for all situation shall be of brand as approved by GE and shall be of first
quality.
(b) RED OXIDE PRIMER
Asian Paint (Structural steel primer) Shalimar
Jenson & Nicholson (Structural Steel Primer)
Goodlass Nerolac (Nerolac Zinc Chromate primer)
British Paints
(c) PREPAINTED GALVALUME SHEET
Tata Blue scope / Metco / Jindal / JSW / Everest
(d) ALUMINIUM COMPOSITE PANEL
Armstrong / Saint Gobain / Anutone / Jindal or eqvt approved by GE
(e) COPPER CABLE FOR WIRING / SUB MAIN WIRING
Havells / Plaza / Finolex /Universal /Polycab / KEI
(f) PVC RIGID CONDUITS AND CONDUIT ACCESSORIES

Avon plast / Finolex / Atul / Kalinga /Anchor


(g) CASING & CAPPING ACCESSORIES
Precision / Modi / Polycab / Plaza
(h) ENCLOSURE WITH TWO PIN AND EARTH PLUG

Standard / Havells / Legrand / seimens


(j) PLASTIC COATED SHEET

Hylam or equivalent
(k) LED FITTINGS / BULB
Bajaj / Philips / Wipro / Havells /CG
(l) MCBS AND DISTRIBUTION BOARDS
L &T / ABB / Seimens /Bajaj / legrand
(m) SOCKET OUTLET/MODULAR SWITCH & SOCKET CEILING ROSE
Anchor / Crabtree / Leader / Legrand / Havells

Signature of Contractor
Dated: For Accepting Officer
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 135

PARTICULAR SPECIFICATIONS (CONTD…)

80. LIST OF DRAWINGS

80.1 The following drawings shall form part of the tender documents. In addition, any other
drawings/documents mentioned in these drawings shall also form part of contract and shall be
deemed to have been referred to by the contractor in the office of CE/CWE/GE. The tenderer to note
that even if date of last revision is mentioned or not mentioned inadvertently in the list of drawing, the
revisions contained in the drawings forwarded shall form part of tender documents and rates quoted
by the contractor is deemed to include for the same. The list of drawings given below shall be
followed. In case of any dispute on this, the decision of the Accepting Officer shall be final and
binding:-
Sl Description of Drg No. Sheet Date Date of Remarks
No drawing No. last
Revision
1. ARCHITECTURAL GE(AF)/TNJ/WD/02/2024 1/2 16 Aug 2024 -
PLANS,
ELEVATIONS,
SECTIONS,
ELECTRIFICATION
PLAN AND
SCHEDULE OF
FINISHES
2. LAYOUT, DETAILS & GE(AF)/TNJ/STR/01/2024 2/2 16 Aug 2024 -
SECTIONAL DETAILS
OF TRUSS

Signature of Contractor
Dated: For Accepting Officer
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 136

PARTICULAR SPECIFICATIONS (CONTD…)


Annexure-II

LIST OF APPROVED PRIMARY STEEL MANUFACTURERS FOR TMT BAR & STRUCTURAL STEEL

Sl Firm Name & Address Size/Dia and Type


1 1 Rastriya Ispat Nigam Limited Visakhapatnam Steel Plant, For all types & dia of TMT
(RINL) Visakhapatnam-530 031, India, bars
Brand:" RINL" Tel;(91 891) 518226, 518376,
Fax:(91 891) 518316,
Email:cmdvsp@itpvis.ap.nic.in

2 Tata Iron & Steel Company Bombay House, 2, 4 Homi Modi For all types & dia of TMT
(TISCO, or Tata Steel) Street, Mumbai-400001, India . bars
Brand: "TATA" Tele:(91 22) 204 9131,
Fax:(91 22) 204 9522, 287 0840,
Email:corpcomm@jsr.tatasteel.com
(Br office for North: Jeevan Tara
Bldg, Patel Chowk, New Delhi).

3 Steel Authority of India Central Marketing Organisation, For all types & dia of TMT
Limited Northern Region, 17th Floor, Scope bars
Brand: "SAIL" Minar, Laxmi Nagar Distt. Centre,
Delhi-110092.

4 M/s Jai Balaji Industries Ltd., Regd Office : 5 Bentinck Street, 1st TMT bars of Gde
Brand: "JAI BALAJI" Floor, Kolkata – 700 001, Fe 500 & Fe 500D
Delhi Office: 510, Block-b, Navraung
House,
21, Kasturba Gandhi Marg, New
Delhi-110001 .
Tel : 011-43620219, 43620220
Mob:7838272772/9958936103,
E-mail : info@jaibalajigroup.com

5 Shyam Steel Industries Shyam towers, EN-32, Sector – V, TMT bars of Gde
Limited Salt Lake, Kolkata – 700091, Fe 500,Fe 500D & CRS
Brand: "SHYAM TMT" Tele – 033-40074007,
Fax – 033-4007401,
E-mail:marketing@shyamsteel.com,

6 M/S SPS Steel Rolling Mills Elegant Towers, 68A, Ballygunge Fe 500,Fe 500D,Fe 550
Ltd., Brand: "ELEGANT Circular Road, Kolkata – 700 019, TMT bars
TMT" Tele : 033-2895160-67, Fax : 033-
22894386,
Email:-spsdelhi@spsgroup.co.in

7 M/s. Steel Exchange India Ltd My Home Laxminivas Apartments, TMT bars of Gde
Brand: " SIMHADRI TMT" Ameerpet, Hyderabad-500016, A.P. Fe 500/Fe 500D &
Tel-040-23403725 Fe 550
Fax:-040-23413267,
Email:info@seil.co.in

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 137

PARTICULAR SPECIFICATIONS (CONTD…)


Annexure-II

LIST OF APPROVED PRIMARY STEEL MANUFACTURERS FOR TMT BAR & STRUCTURAL STEEL

Sl Firm Name & Address Size/Dia and Type


8 M/s Jindal Steels and Power OP Jindal Road, Hissar, TMT bars of Gde
Ltd Haryana PIN-125005, Fe 500/Fe 500D,
Brand: "JINDAL" Tel - +91 1662 222471-84 Fe 550/Fe 550 D
Fax- +91 1662 220476

9 M/s. SRMB Srijan Ltd. SRMB House, 7, Khetra Das Lane, TMT bars of Gde
Brand: " SRMB " Kolkata – 700012. Fe 500/Fe 500D,
Tel: 033-66006600, Fe 550/Fe 550 D
Fax: 033-2211 0483. (Size 8mm to 32mm)

10 M/s Concast Steel & Power 21, Hemant Basu Sarani, TMT bars of Gde Fe 500
Ltd. Suit Nos - 511 & 512 , 5th Floor, (Size 8mm to 32mm)
Brand: "CONCAST MAXX " Kolkata - 700001,
Tel - 91-33-2213 0481 - 87/
91-33-2213 0488,
Email: info@concastgroup.com

11 M/s Adhunik Metaliks Ltd.,. Lansdowne Towers, TMT bars of Gde


Brand: " ADHUNIK MET " 2/1A Sarat Bose Road, Fe 500 & Fe 500D
Kolkata - 700020, (Size 8mm to 32mm)
Tel: 033 3051 7100.
Fax: 91 33 2289 0285,
Email:info@adhunikgroup.com.
12 M/s Shri Bajrang Power & VIII-Borjhara, Urla Industrial area, TMT Bars of Gde
Ispat Ltd.,. Raipur-493 221, Chhattisgarh, Fe 500 & Fe 500D
Brand:" GOEL TMT " Tel: 0771 4288019/29/39 ( Size 8mm to 32mm)

13 M/s JSW Steel Ltd.,. Jindal Mansion, TMT bars of Gde


Brand: " JSW TMT Plus" 5A Dr G Deshmukh Marg, Fe 500 , Fe 500D & CRS
Mumbai-400026. steel bars (Size
Ph: 022-2351-3000 8mm to 40mm)
022-2352-6400

14 M/s Electrosteel Steels Ltd.,. G K Tower, 2nd & 3rd Floor, TMT Bars of Gde
Brand: " ELECTROSTEEL" 19, Camac Street, Fe 500 D
Kolkata, WB-700017. (Size 8mm to 36mm)
Board No: 91-33-2283-9990
91-33-7103-4400
Fax-91-33-2290-2882

15 M/s Jindal Steels and Power Jindal Centre, Plot No.2, Sector-32, Structural Steel
Ltd Gurgaon-122001, Haryana. (Angle , Beam, Column,
Brand: "JINDAL" Tel-0124 661 2000 . Channel,Plate)
Fax: 0124 661 2125
Website: www.jindalsteelpower.com

Contd…/-
CA No : GE (AF)/TNJ/ OF 2024-2025 Serial Page No : 138

PARTICULAR SPECIFICATIONS (CONTD…)


Annexure-II

LIST OF APPROVED PRIMARY STEEL MANUFACTURERS FOR TMT BAR & STRUCTURAL STEEL

Sl Firm Name & Address Size/Dia and Type


16 16 M/S Shyam Metalics & OP Jindal Road, Hissar, TMT bars of Gde Fe 500
Energy Ltd.,. Haryana PIN-125005, (Size 8mm to 32mm)
Brand: " SEL" Tel - +91 1662 222471-84
Fax- +91 1662 220476
17 M/S Kamachi Sponge & ABC Trade Centre, 3 rd Floor TMT Bars of Gde Fe 500,
Power Corporation Ltd.,. (Inside Devi Theatre Complex) Fe 500D, Fe 550,Fe
Brand " KAMACHI " Old No. 50, New No. 39, Anna Salai, 550D HCRM
Chennai- 600 002, India. (Size 8mm to 40mm)
Tel: + 91 044-42961100
Fax: +91 -044-42961122
Email: Sales@kamachitmt.com
Website: www.kamachitmt.com

18 M/S BDG Metal & Power Ltd HMP House, 4, Fairlie Place, 5th TMT Bars of Gde Fe 500,
Brand " BDG 6 " floor, Kolkatta - 700001, India. Fe 500D, Fe
Tel: + 91- 33-4005-9005 550D
Fax: +91 -33-4005-9095 (Size 8mm to 32mm)
Email: info@goyalgroup.in
Website: www.goyalgroup.in
19. M/s Tulsyan NEC Ltd, Apex plaza, 1st floor, No 3, TMT Bars Fe-500, Fe-
BRAND : “TULSYAN TMT” Nungambakkam High Road 500D, Fe-550
Chennai – 600 034, Tamilnadu (8mm to 32 mm) valid
upto M2020

Signature of Contractor
Dated: For Accepting Officer

You might also like