0% found this document useful (0 votes)
150 views78 pages

Deolali Tender Draft 1

The document outlines the tender process for comprehensive repairs to JCOs & ORs quarters at GE, Ahmednagar, including instructions for submission, conditions for earnest money, and performance security requirements. It specifies the necessary documents, timelines for submission, and the obligations of contractors regarding compliance with guidelines and conditions. Additionally, it emphasizes the importance of adhering to the tender documents without unauthorized alterations and the consequences of non-compliance.
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)
150 views78 pages

Deolali Tender Draft 1

The document outlines the tender process for comprehensive repairs to JCOs & ORs quarters at GE, Ahmednagar, including instructions for submission, conditions for earnest money, and performance security requirements. It specifies the necessary documents, timelines for submission, and the obligations of contractors regarding compliance with guidelines and conditions. Additionally, it emphasizes the importance of adhering to the tender documents without unauthorized alterations and the consequences of non-compliance.
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/ 78

CA No: CWE (D) OF 2024-2025 SRL PAGE NO 01

MILITARY ENGINEER SERVICES

NAME OF WORK: COMPREHENSIVE REPAIR TO JCOs & ORs QTRS AT GE,


AHMEDNAGAR

Sl. Particulars Srl Page(s) No


No
1. Contents sheet 01

2. Tender Forwarding letter Including Instructions to Tenderers for 02 to 06


filling of Tender.

3. Notice of Tender IAFW-1779A (Revised 1955) including Appendix 07 to 15


`A' to Notice of Tender and Errata/ Amendments to Appendix `A`
to Notice of Tender.

4. Tender and Item Rate Contract for Works by Measurement 16 to 1


IAFW-1779-A (Revised 1955). (BOQ 19 to 26)

5. General Conditions of Contracts IAFW-2249 (1989 print) & 32 to 83


Errata/Amendments to IAFW-2249 (1989 Print)

6. Schedule of Minimum Fair Wages 84 to 92

7. Special Conditions 93 to 103

8. Particular Specifications. 104 to 144

9 Errata/Amendments to the tender documents

10. Relevant correspondence.

11. Acceptance letter.

Drawings –Nil Total Pages

(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER

DATE
CA NO: CWE (D) OF 2024-2025 SRL PAGE NO 02

Tele: 020-674. defproc


Tele FAX: 020-6740 Commander Works Engineer
e-mail at cwedeolali9373@gmail.com Deolali
Deolali-422401

8883/ 05 /E 12 Oct 2024

CA NO: CWE (D) OF 2024-2025: COMPREHENSIVE REPAIR TO JCOs & ORs QTRS AT GE,
AHMEDNAGAR

Dear Sir(s)

1. Tender documents for the above mentioned work to be downloaded from


www.defproc.gov.in. Technical bid (cover 1) and financial bid (cover 2) to be uploaded online as
per the date mentioned in NIT or website. Technical bid (cover 1) will be opened as per the date
mentioned in website for evaluation of applications. The date of opening of price bid (cover 2)
will be informed online to the selected applicants.

2. Information / documents (Forming part of this contract) mentioned here in below are not
enclosed with these documents. These are available for perusal during working hours on
working day in the office of the CWE Deolali – 422401.

(a) IAFW-2249(1989 Print) - General condition of contracts including


errata and amendments.

(b) Schedule of Minimum Fair Wages- As per Latest Government of India


Notification

3. Whether the documents mentioned in Para 2 above are actually seen or not, the
contractor is deemed to have made himself acquainted with the contents of the above
mentioned documents not enclosed herewith before uploading the tender and no claim
whatsoever on this account shall be entertained.

4. Refer to special condition of the tender documents in connection with taxes, levies duties
etc.

5. EARNEST MONEY (Refer condition 22 of IAFW-2249 (General conditions of contract) :-


(a) Contractors who are not enlisted in MES/who are enlisted but have not deposited
standing security deposit and not executed standing security bond with Chief Engineer
Southern Command will be required to furnish earnest money in the prescribed form alongwith
technical bid (cover 1).
CA No: CWE (D) OF 2024-2025 SRL PAGE NO 03

(b) Earnest money shall be submitted along with the tender in one of the following
forms:-

(i) Deposit at call Receipt from any scheduled bank drawn in favour of
CWE Deolali.

(ii) Receipt of treasury challan, the amount being credited to the Revenue
deposit of CWE Deolali. Tenderers shall note that no other form of earnest
money is acceptable.

(iii) Technical bid (cover 1) uploaded by an un-enlisted contractor if not


accompanied by acceptable form of earnest money shall be treated as non-
bonafide and shall be rejected.

6. (a) The bidder shall download price bid form from e-procurement portal and enter his
rates in figures only in the financial bid (cover 2) and upload the same.

(b) In case the tenderer has to revise/modify the rates quoted in the price bid, he may
do so only by re-submitting the price bid (cover 2).

(c) In the event of lowest tenderer revoking his offer or revising his rates upward
(which will be treated as revocation of offer), after opening of 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 of Tender, shall be notified to the
tenderer for depositing the amount through MRO, failing which the amount shall be
recovered from payment due to such Contractor or shall be adjusted from his Standing
Security Deposit. In addition, such tenderer and his related firm shall not be issued the
tender in second call or subsequent calls. Also, issue of other tenders to such tenderer
and their related firms shall remain suspended till they deposit the aforesaid amount in
the Govt Treasury.

7. PERFORMANCE SECURITY

7.1 Within 28 days of receipt of the Letter of Acceptance, the successful contractor shall
deliver to the Accepting Officer a Performance Security in any of the forms given below for an
amount equivalent to 5% of the contract sum.

(a) A Bank Guarantee in the prescribed form.


(b) Government Securities, FDR or any other Government Instruments stipulated by
the Accepting Officer 2.2. If the performance security is provided by the successful
Contractor in the form of a Bank Guarantee, it shall be issued by Nationalized/Scheduled
Indian Bank but its confirmation shall be done only from the Head Office of the Bank.
(c) In the event of lowest tenderer revoking his offer or revising his rates upward
(which will be treated as revocation of offer), after opening of 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 of Tender, shall be notified to the
tenderer for depositing the amount through MRO, failing which the amount shall be
recovered from payment due to such Contractor or shall be adjusted from his Standing
Security Deposit. In addition, such tenderer and his related firm shall not be issued the
tender in second call or subsequent calls. Also, issue of other tenders to such tenderer
and their related firms shall remain suspended till they deposit the aforesaid amount in
the Govt Treasury.
CA No: CWE (D) OF 2024-2025 SRL PAGE NO 04

8. PERFORMANCE SECURITY

8.1 Within 28 days of receipt of the Letter of Acceptance, the successful contractor shall deliver to the
Accepting Officer a Performance Security in any of the forms given below for an amount equivalent to 5%
of the contract sum.

(a) A Bank Guarantee in the prescribed form.


(b) Government Securities, FDR or any other Government Instruments stipulated by the Accepting
Officer 2.2. If the performance security is provided by the successful Contractor in the form of a Bank
Guarantee, it shall be issued by Nationalized/Scheduled Indian Bank but its confirmation shall be done
only from the Head Office of the Bank.

8.2 Failure of the successful contractor to comply with the requirements of sub-clause 2.1 here-in-above shall
constitute sufficient grounds for cancellation of the award of work and forfeiture of the Earnest Money. In case of
MES enlisted contractor, 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 tenderers shall remain
suspended till the aforesaid amount equal to the Earnest Money is deposited in Government Treasury.

8.3. All compensation or other sums of money payable by the contractor to the Government under the terms of
this contract or under any other contract with Government may be deducted from, or paid by the sale of a sufficient
part the Performance Security or from the interest arising there from or from any sums which may be due or
become due to the contractor by the Government on any account whatsoever and in the event of his Performance
Security being reduced by reason of any such deduction, or sale as aforesaid, the contractor shall within ten days
thereafter make good in cash or securities endorsed as aforesaid , any sum or sums which may have been
deducted from or realized by the sale of his Performance Security or any part thereof. Government shall not be
responsible for any loss of securities or any depreciation in the value of securities while in their charge nor for loss
of interest thereon.

8.4 In the event of contract being cancelled, under condition 52, 53 & 54 of General Conditions of Contract,
the Performance Security shall be forfeited in full and shall be credited into consolidated fund of India.

8.5 Any revision in percentage of performance security deposit shall be applicable as per policy circulated
subsequently.

8.6 That under the current circumstances of epidemics disease of Covid 19 contractor shall follow all the
guidelines as circulated by Min of health department , National executive committee / ministry of home affairs Govt
of India and Govt of Maharashtra / Local administration as well as all notification and guidelines on working at site
of works for precautionary measures to avoid any infection to persons / works working at site / the mandatory
provision under the guide lines are briefed in Appx ‘E’ to Particular Specification all the aspects . In this regard all
safety measures are deemed to considered accounted by the contractor. While quoting unit rate and extra claim
subsequent by the contractor, nothing shall be entertained by the Govt.

‘Yours faithfully’

(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER

DATE
CA No: CWE (D) OF 2024-2025 SRL PAGE NO 05

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER


DOCUMENTS TO BE COMPLIED WITH BY THE CONTRACTOR

1.1 The bidder shall submit his application alongwith requisite documents in cover1 and
quoted bid/ quoted tender in cover No. 2 in the form of e-tendering at www.defproc.gov.in
on or before date and time of submission of documents as indicated in appendix ‘A’ to
NIT or as subsequently amended through corrigendum / amendments..

1.2 The documents shall be opened on or after the prescribed date and time fixed for
opening of tender as mentioned in Appx ‘A’ to NIT.

1.3 The bidder shall submit original copy of his application, DD/BC, MOU and other
documents as uploaded in cover 1 before the scheduled date and time of opening of bid
in CWE Deolali – 422401.

2. TENDERS SUBMITTED BY THE PARTNERSHIP FIRM

If a tender is submitted on behalf of a firm, it must be signed either by all the partners or
the person holding valid power of attorney from all the partners constituting the firm. The
tender shall be accompanied with valid power of Attorney duly executed in his favour by
such other person(s) and /or by all the partners stating specifically that he has the
authority to bind such other person(s) or the firm as the case may be in all matters
pertaining to the contract including the arbitration clause. The power of attorney shall be
executed as indicated below:-
(a) In case of proprietor ship concern, an affidavit shall be submitted by the
signatory to the tender documents that he is the sole proprietor of the firm.
(b) In case of partnership concern, the power of attorney shall be executed by
all the partners.
(c) In case of a company, the power of attorney shall be executed in
accordance with the constitution of the company.

3. Facilities for execution of bank guarantee for following purposes are available for the
contractors as per details below:-

(a) Individual Security Deposit (ISD)/Additional Security Deposit (ASD) for individual
work as applicable covering contract period and defects liability period of two year
thereafter.

(b) Retention money for payment of running accounts.

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

(b) The tenderers attention is drawn to special condition of the tender documents
regarding preparation of the detailed net work and time schedule for the work and his
liability for employing sufficient resources to adhere to this schedule. Any inability on the
part of the tenderer in using the technique will be taken as his technical inefficiency and
will affect his class of enlistment and future prospects of receiving invitations of tender for
work.
CA No: CWE(D) OF 2024-2025 SRL PAGE NO 06

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER


DOCUMENTS TO BE COMPLIED WITH BY THE CONTRACTOR (CONTD….)

5. (a) Tenderer will not make of his own, any alteration in the tender documents issued
to him by the department. In this connection tenderer’s special attention is drawn to Para
10 of Appendix ‘A’ to Notice of tender. It is expressly brought to notice of tenderer that if
he makes any alteration in the tender documents and his tender is accepted by the
Accepting Officer, the alteration(s) made by the tenderer shall be deemed to have
become null and void and the original provision in the tender documents as originally
made by department or amended subsequently through corrigendum to tender
documents issued by department shall hold good and contractor will not have any claim
on this account.

(b) The department may issue corrigendum to tender documents before due date of
submission of bid. The tenderer is required to read the tender documents in conjunction
with the corrigendum, if any, issued by the department. The tenderer is not supposed to
incorporate the errata/amendment in the body of the tender document.

(c) In view of the above, it is agreed by both the parties, viz. The tenderer and the
department, that insertion of amendment, if any, made by the tenderer at his own in
tender shall be treated as cancelled and the errata/amendments issued by the
department shall hold good.

6. Conditional tender shall be treated as non-bonafide and is liable to be rejected.

7. The contractor shall employ only Indian Nationals after verifying their antecedents and
loyalty. Attention of contractor is also drawn to condition 24 and 25 of IAFW-2249
(General condition of contract)

8. These instructions shall form part of tender and shall form part of the tender documents.

(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER

DATE
CA No: CWE (D) OF 2024-2025 SRL PAGE NO 07
In lieu of IAFW-1779-A (Rev. 1955)

MILITARY ENGINEER SERVICESNOTICE OF TENDER

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

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

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

4. No more than one tender/bid shall be submitted/uploaded by one contractor or one firm of contractors.
Under no circumstances will a father and his son(s) or other close relations who have business dealing with
one another will be allowed to tender for the same contract as separate competitors. A breach of this condition
will render the tenders/bids of both parties liable for rejection.

5. The Office of Commander Works Engineer, Deolali, 422401 will be the Accepting Officer here in after
referred to as such for purpose of the contract.

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

6.1. Tender form and conditions of contract and other necessary documents shall be available on
eprocuremes.gov.in site for download and shall form part of contract agreement in case th e tender/bid is
accepted.

6.2 In case of contractor who has not executed the “Standing Security Bond” (who is not enlisted with MES),
the Cover-1 shall be accompanied with by “Earnest Money” of amount as mentioned in Appendix ‘A’ in the form
of deposit at call receipt in favour of CWE Deolali, by Scheduled Bank or receipted treasury Challan the amount
being credited to the revenue deposit (see Appendix ‘A’).

6.3 In case of tender/bid submitted by such tenderer who is not enlisted with MES is accepted, within 28
days of receipt of the letter of acceptance, the successful contractor shall deliver to the Accepting officer a
performance security in any forms of Bank guarantee in the prescribed form or Government securities or F DR
for an amount equivalent to 5% of the contract sum in favour of CWE Deolali (see condition 19 GCC of IAFW-
2249), Failure of the successful contractor to deliver the performance security within the stipulated time shall
constitute sufficient grounds for cancellation of the award of work and forfeiture of the Earnest money submitted
along with the tender as per condition 19, sub clause 19.30 of GCC of IAFW -2249

6.4 In case of tender/bid submitted by such tenderer who is enlisted with MES is accepted, within 28 days
of receipt of the letter of Acceptance, the successful Contractor shall deliver to the Accepting officer a
Performance Security for an amount equivalent to 5% of the contract sum in favour of GE as notified by the
Accepting officer (see condition 19 GCC of IAFW-2249), failing which, an amount equal to the Earnest Money
stipulated in Notice Inviting Tender, shall be notified to the contractor for depositing the amount through MRO.
Issue of tender to such Contractor shall remain suspended till the aforesaid amount equal to the Earnest Money
is deposited in Government Treasury as per the condition 19, sub-clause 19.3 of GCC of IAFW-2249

6.5 The Earnest Money where were applicable to all unsuccessful tenderers / bidders by endorsing an
authority on the deposit- at- call receipt forester fund, on production by the tenderer, bidder a certificate of the
Accepting Officer, that a bonafide tender/ bid was received and all documents were returned.
6.6 The GE will either return the Earnest Money to the successful tenderer/bidder by endorsing an authority
on the deposit-at-call Receipt for its refund on receipt of an appropriate amount of Performance security deposit.
CA NO: GE (K) OF 2024-2025 SRL PAGE NO 08
In lieu of IAFW-1779-A (Rev. 1955)

NOTICE OF TENDER (CONTD….)

6.7 Copies of the drawings and other documents pertaining to the work signed for the purpose of identification
by the Accepting Officer or his accredited representatives, sample of materials and stores to be supplied by the
contractor will also be available for inspection by the tenderer/bidder at the office of accepting Officer during
working hours.
7. The tenderers/bidders are advised to visit the site of work by making prior appointment with GE who is
Executing Agency of the work (see Appendix ’A’).The tenderers/bidders are deemed to have full knowledge of all
relevant documents, samples, site etc., whether they have inspected them or not.
8. Any tender/bid which proposes any alterations to any of the conditions laid down or which proposes any
other condition or prescription whatsoever’s liable to be rejected.
9. The uploading of bid implies that bidder has read this notice and the Conditions of Contract and has made
himself aware of the scope and specifications of work to be done and of the conditions and rates at which stores,
tools and plants etc will be issued to him and local conditions and other factors having bearing on the execution
of the work.
10. Tenderers/bidders must be in possession of a copy of the MES Standard Schedule of Rates (see appendix ‘A’)
including amendments and errata thereto.
11. Invitation for e-tender does not constitute any guarantee for validation of ‘T’ bid and subsequent
opening of finance bid of any applicant/bidder, even of enlisted contractors of appropriate class, merely by virtue
of enclosing DD. Accepting Officer reserves the right to reject the ‘T’ bid and not open the finance bid of any
applicant/bidder. ‘T’ bid validation shall be decided by the Accepting Officer based on, inter alia, capability of the
firm as per criteria given in Appendix ‘A’ to this NIT. The applicant contractor / bidder will be informed regarding
non-validation of his ‘T’ bid assigning reasons thereof through the eprocuremes website. The applicant
contractor/bidder if he so desires may appeal to the next higher Engineer authority viz CE Pune Zone on email id
cezp3-mes@nic.in with a copy to the Accepting Officer on email before the scheduled date of opening of Finance
Bid. The decision of the Next Higher Engineer Authority (NHEA) shall be final and binding. The contractor/bidder
shall not be entitled for any compensation whatsoever for rejection of his bid.
12. The Accepting Officer reserves the right to accept a tender submitted by a Public Undertaking, giving a
price preference over other Tender(s)/bids which may be lower, as are admissible under the Government Policy.
No claim for any compensation or otherwise shall be admissible form such tenderer/bidder whose tender/bid is
rejected.
13. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any reason for not
doing so.
14. PERFORMANCE SECURITY AMOUNT
14.1 The performance security shall be 5% of the contract sum

15 Any revision in percentage of performance security shall be applicable as per policy circulated subsequently

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

(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER


CA No: GE (K) OF 2024-2025 SRL PAGE NO 09
APPENDIX ‘A’ TO NOTICE INVITING E-TENDER

1. Name of Work COMPREHENSIVE REPAIR TO JCOs & ORs QTRS AT GE, AHMEDNAGAR

2. Estimated Cost Rs 53.00 Lakhs (Rupees Fifty Three Lakhs only)


3. Period of Completion 270 days
4. Cost of tender documents Rs. 500/- in the form of DD/Bankers cheque from any Scheduled Bank in favour of
CWE, Deolali-422401 and payable at CWE -422401. Note : In case of
retendering, the contractor who had quoted in the previous call is not required to
submit the cost of tender)
5. Website/postal address www.defproc.gov.in
6. Type of contract The tender shall be based on IAFW 2249 ( General Conditions of Contract, IAFW -
1779A, list of items of work (Sch ‘A’ BOQ/Price Bid to be priced by the tenders
7. Timeline details
(a) Bid submission start date Ref critical dates shown on the website.
(b) Bid submission end date
(c) Date of bid opening
8. Eligibility Criteria
(a) For MES enlisted Contractor shall be enlisted with MES in Class ‘D’ and above and category ‘a(i)’
contractors subject to satisfactory remarks wrt performance in respect of works in hand as
reflected in Work Load return (WLR) or any other report circulated by competent
authority
(b) For contractors not enlisted (i) Contractor not enlisted with MES should meet the enlistment criteria of ‘D’ Class & ‘a(i)’
category contractor with regard to satisfactorily completion of requisite value works with
with MES
Central/State/Govt/Central/State PSUs/ AWHO/ AFNHB/ CGEWHO/DGMAP, annual turnover,
bank solvency, working capital and other requirements given in Para 1.4 & 1.5 of Section 1 of
MES Manual of Contracts 2020 as available in all MES formations as well as MES website
(www.mes.gov.in)
(ii) Not carrying adverse remarks in Work Load Report (WIR) or any other similar report
circulated by any competent authority, if already working in MES.
Notes: Scanned copies to be uploaded online and original/attested copies of supporting
documents to be submitted offline before due date of opening of Cover I.
(iii) Not suspended/debarred/blacklisted (either permanently or temporarily) from participating
in any bid or for business dealings by any Central/State Govt Department or any Central/State
Govt PSU or any Autonomous Body under Central / State Govt or any Local Body as on the
bid submission end date.
(iv) Details of works completed and under progress in MES be submitted in the following
format:-
Sr CA No & Value of Date of Date of Completion / % Progress of
No Name of CA Commen- Extended date of work
work cement completion
(v) Un-enlisted contractor who have secured two works in MES should get themselves
registered in the appropriate designated class with any Registering Authority, else the firm will
not be eligible for participation in the tender unless until the firm is enlisted with the MES .
(c) Technical PQC criteria In case of Solar Power Works and Runway /Pavements, technical PQC criteria as
stipulated Manual on Contracts and as per policy letters issued by E in C’s Branch
from time to time shall be included suitably.
9. Tender issuing and Accepting Name : CWE Deolali, Deolali -422401
Officer Address : CWE Deolali, Deolali -422401
Contact Detail : cwedeolali9373@gmail.com
10. Executing agency CWE Deolali, Deolali -422401
11. Earnest Money Rs. 97000/- in favor of CWE Deolali, Deolali -422401 in the form of Deposit at call
receipt. FDR not acceptable. MES enlisted contractors are exempted from
submission of EMD (scanned copy to be uploaded online and original to be
submitted offline before due date of opening Cover 1)

NOTES:-
In case after opening of cover-I, 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 or two classes (In
case of remote and difficult areas to be decided as per list circulated by CE command/ADG) below the eligible class shall also be considered
subject to fulfillment of other eligibility criteria given in the NIT. Therefore MES contractor’s one class below (two classes below in case of
remote and difficult areas) may also bid for this tender. Such contractors (contractors of one/two classes below the eligible class) shall not be
considered in case their present residual work in hand is more than FIVE TIMES their present tendering limit. However in case such contractors
fulfill the criteria of upgradation 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-I bid details related to
residual work in hand like details of works 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
upgraadation 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.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 10
2. In case after opening of Cover 1, the number of MES enlisted contractors of eligible class as well as un-enlisted, if any.
fulfilling the other eligibility criteria given in NIT, are 7 (seven) or more, application of only those one class below the eligible
class bidders shall be considered, who have previously completed similar works satisfactorily and are meeting the criteria of
upgradation in respect of past experience of completed works (individual work experience and/or average annual turnover as
applicable) and financial soundness (solvency/financial soundness and working capital) as per details given in Manual on
Contracts. Therefore such contractor’s shall upload the requisite information/documents in the Cover-1.

3. Unenlisted contractor shall be considered provided he meets the criteria. Foreign firms shall not be eligible for this tender.
However Indian Firms gives foreign national / Indian nationals staying abroad / Indian national having taken foreign citizenship,
s directors shall be considered subject to security clearance from the concerned authorities.
4. Contractors enlisted with MES will upload following documents in Cover-1 for checking eligibility: - (a) Application for tender
on Firm’s letterhead (b) Enlistment letter issued by the Registering Authority duly renewed for the cycle period in vogue. (c)
Scanned copy of DD/Bankers Cheque toward cost of tender and EMD instrument in case SSD bond is not signed at the time of
registration. (d) Any other document required as described in this Appendix.
5. Contractors not enlisted with MES will be required to upload following documents in Cover -1 for checking eligibility. (a)
Application for tender on Firm’s letterhead. (b) Scanned copy of DD/Bankers cheque toward cost of tender and Earnest Money
Deposit (EMD) instrument. (c) Copy of Police Verification Report/Police Clearance Certificate/ Character Certificate from the
Police authority of the area where the registered office the firm is located. Notarized copy of valid passport of Proprietor/ each
partner/ each Director. (d) All documents required for enlistment in MES for the class mentioned in para 8(b) above as per para
1.5 of section 1 of MES Manual on Contracts 2020. (e) Details of works being executed n MES, if any. (f) Any other documents
required as described in this Appendix. (g) Un-enlisted Contractors who have secured two works in MES should get themselves
register in the appropriate designated Class with any Registering Authorities, else the firm will not be eligible for participation in
the tender unless until the firm is en-listed with the MES”. (h) Details of works completed and under progress in MES be
submitted in the following format:-
Sl. CA NO. & Name of Value of CA Date of Commencement Date of Completion Extended Date of
No work Completion

6. Tenders not accompanied by scanned copies of requisite DD/Bankers Cheque towards cost of tender and earnest money (as
applicable) in Cover 1 shall not be considered for validation of ‘T’ bid and their Financial Bids will not be opened.

7. Contractors should ensure that their original physical DDs and Earnest Money Deposit (EMD) instruments (as applicable)
reach the office of Accepting Officers within 07 days of bid submission end date (the number of days to be mentioned shall be s
decided by the Accepting Officers, but it shall not be less than 05 days) failing which following action shall be taken.

(a) In case of tenders from an enlisted contractor of MES, where scanned copies of requisite DD / bankers towards
cost of tender have been uploaded in Cover 1 but physical copies are not received within the stipulated period, their
financial bids (Cover 2) will be opened. However non-submission of physical copies of cost of tender shall be
considered as willful negligence of the tender with ulterior motives and such tender shall be banned from bidding for a
period six months commencing from the date of opening of Financial Bid (Cover-2).

(b) In case of tenders from unelisted contractor, where scanned copies of requisite DD/bankers Cheque towards cost
of tender have been uploaded in Cover 1 but physical copies are not received within the stipulated period , their
financial bids (cover-2) 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 form the date opening of Financial bid (Cover-2).

(c) In case of tenders from enlisted and unenlisted contractors, where scanned copies of instruments for Earnest
Money Deposit (as applicable) have been uploaded in Cover -1 but the same are not received in physical form within
stipulated period, such tenders shall not qualify for opening of financial bid (Cover 2)

8. Contractor will not be allowed to execute the work by subletting or through power of attorney to a third party/another firm on
his behalf. However a contractor can execute the work through power of attorney to sons/ daughters/ spouse of Proprietor/
Partner/ Director and firm’s own employees, director, project manager provided they are not having a separate enlisted firm in
MES in their name as Proprietor/ Partner/Director.

9. After opening of Cover 1 and during its technical evaluation, in case any deficiency is notice in the documents required to be
uploaded by the tenders as pet NIT, a communication in the form of e-mail /SMS/ Speed post etc shall be sent to the contractor
to rectify the deficiency within a period of seven days from date of communication failing which their financial bid (Cover 2) shall
not opened and contractor shall not have any claim on the same.

10. Invitation for e-tender does not constitute any guarantee for validation of technical bid and subsequent opening of financial
bid of any applicant/bidder merely by virtue of enclosing DD. Accepting Officer reserves the right to reject the technical bid and
not to open the financial bid of any applicant/bidder. Technical bid validation shall be decided by the Accepting Officer based on
eligibility of the firm as per criteria given in this Appendix. Tender/bidder will be informed regarding non – validation of his
technical bid assigning reasons therefore through tender evaluation report which shall be uploaded on the website. Such
tender, if desires may appeal to the next higher Engineer Authority (NHEA) viz Headquarters Chief Engineer Pune Zone, Pune-
411001 on email id ao1cezp3-mes@gov.in with copy to the Accepting Officer on email before the scheduled date of opening of
Cover -2. NHEA shall decide the matter within a period of seven working days from the date of receipt of appeal. The decision
of the NHEA shall be final and binding. The tenderer/bidder shall not be entitled for any compensation whatsoever for rejection
of his bid.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 11

11. In case an unelisted contractor is already executing works in MES, he shall not be considered eligible for the subject te nder
if the total value of such works is more than twice the tendering limit of the MES class of contractor for which it is eligible. For
this purpose details of the works being executed by such a contractor shall be uploaded in the cover-1 of the bid and shall be
checked / verified by the Accepting Officer.

12. In case the BOQ is revised through the corrigendum and the bidder has failed to quote on revised BOQ (ie he has quoted
on pre revised BOQ), such bid shall be treated as willful negligence by the bidder and his quotation shall be considered non
bonafide. In such cases the lowest tender shall be determined from amongst the valid/bonafide bids only. Accepting Officers
may decide whether to re-tender or consider the lowest bonafide tender for acceptance.

13. Revoking the offer or revising the rates upward or offering voluntary reduction by the lowest tenderer after opening of Cover-
2 shall be sundered as a willful default. For this default a penalty of an amount equal to Earnest Money shall be levied. In case
of an unenlisted tenderer, Earnest Money deposited by him shall be forfeited. In case of MES enlisted tenderer having
deposited the Standing Security Bond, an amount equal to the earnest money stipulated in the NIT, shall be notified to the
tenderer for depositing through MRO and consideration of such tenderer in tender evaluation for future works shall remain
suspended till the aforementioned amount is deposited in the Govt Treasury. No other disciplinary/administrative action shall be
taken against such tenderers. In such a situation, the next lowest offer shall not be considered for acceptance Instead,
retendering shall be resorted to in a transparent and fair manner and the defaulting tenderer and his related firm in any, shall
not be eligible for this tender in second call or subsequent calls.

14. Tender to related firms shall not be issued simultaneously. Firms shall be termed as related if Proprietor/ one or more
Partners/Directors are common. Decision of Accepting Officer on issue/deny the tender to any one of the related firms shall be
final and binding.

(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER

CWE Deolali
Deolali -422401

8883/ 05 /E8

Dated: 07 Oct 2024

1. HQ CESC Pune 10. GE (North) Pune


2. HQ CEPZ Pune 11. GE (South) Pune
3. HQ CWE, Kirkee 12. GE (NDA) Khadakwasla
4. HQ CWE Deolali 13. GE (P) (I) R&D Girinagar
5. HQ CWE (Army) Mumbai 14 GE (P) (I) R&D Pashan
6. HQ CWE (N) Mumbai 15. GE (I) (Fy) Pune
7. HQ CWE (Subs) Mumbai 16 GE (P) Command Hospital
8. HQ CWE( AF) Lohogaon 17. GE (P) (NDA) Khadakwasla
9. HQ CWE (NW) Mumbai
CA No: GE (K) OF 2024-2025 SRL PAGE NO 12
Annexure

1.4 Criteria for Fresh Enlistment & Upgradation

(a) Criteria for Fresh Enlistment in various classes shall be as under:-

Clas Past Experience of Completed Works in Financial Soundness (in Rs)


s Last 5 years& Average Annual Turn Over (in
Rs)
(1) (2) (3)
'SS' (a) Two works costing not less than Rs 12.00 (a) Solvent upto Rs 8.00 crore or Financially sound
crore each. or One work costing not less than for engagement upto Rs 40.00 crore. (b) Working
Rs 20 crore. and (b) Average annual turnover capital not less than Rs 75.00 lakh
for two consecutive years shall not be less than
Rs 20 crore
'S' (a) Two works costing not less than Rs 7.50 (a) Solvent upto Rs 4.00 crore or Financially sound
crore each or One work costing not less than for engagement upto Rs 15.00 crore (b) Working
Rs 12 crore and (b) Average annual turnover capital not less than Rs 50.00 lakh
for two consecutive years shall not be less
than Rs 12 crore
'A' (a) Two works costing not less than Rs 4.00 (a) Solvent upto Rs 2.00 crore or Financially sound
crore each. or One work costing not less than for engagement upto Rs 7.50 crore. (b) Working
Rs 6.00 crore. and (b) Average annual turnover capital not less than Rs 30.00 lakh
for two consecutive years shall not be less than
Rs 6.00 crore
'B' (a) Two works costing not less than Rs 1.50 (a) Solvent upto Rs 100.00 lakh or Financially
crore each. or One work costing not less than sound for engagement upto Rs 3.00 crore. (b)
Rs 2.50 crore. and (b) Average annual Working capital not less than Rs 12.00 lakh
turnover for two consecutive years shall not be
less than Rs 300.00 lakh
'C' (a) Two works costing not less than Rs 50.00 (a) Solvent upto Rs 40.00 lakh or Financially sound
Lakh each. or One work costing not less than for engagement upto Rs 100.00 Lakh. (b) Working
Rs 80.00 Lakh. and (b) Average annual capital not less than Rs 10.00 lakh
turnover for two consecutive years shall not be
less than Rs 100.00 lakh
'D' (a) Two works costing not less than Rs 25.00 (a) Solvent upto Rs 20.00 lakh or Financially sound
Lakh each. or One work costing not less than for engagement upto Rs 50.00 Lakh. (b) Working
Rs 40.00 Lakh. and (b) Average annual capital not less than Rs 7.50 lakh
turnover for two consecutive years shall not be
less than Rs 50.00 lakh
'E' (a) Three works costing not less than Rs 7.50 (a) Solvent upto Rs 10.00 lakh or Financially sound
Lakh each. or Two work costing not less than for engagement upto 25.00 Lakh. (b) Working
Rs 10.00 Lakh. Or One work costing not less capital not less than Rs 5.00 lakh
than Rs 20.00 lakh and (b) Average annual
turnover for two consecutive years shall not be
less than Rs 25.00 lakh

(b) Criteria for upgradation in various classes shall be as under:-

Class Past Experience of Completed Financial Soundness Limit of minimum reserves


Works in Last 5 years (See Note 5 below
(1) (2) (3) (3)
'SS' (a) Two works costing not less than (a) Solvent upto Rs 8.00 Rs 120.00 lakh
Rs 12.00 crore each. or One work crore or Financially
costing not less than Rs 20 crore. sound for engagement
and (b) Average annual turnover for upto Rs 40.00 crore. (b)
two consecutive years shall not be Working capital not less
less than Rs 20 crore than Rs 75.00 lakh
'S' (a) Two works costing not less than (a) Solvent upto Rs 4.00 Rs 80.00 lakh
Rs 7.50 crore each or One work crore or Financially
costing not less than Rs 12 crore sound for engagement
and (b) Average annual turnover for upto Rs 15.00 crore (b)
two consecutive years shall not be Working capital not less
less than Rs 12 crore than Rs 50.00 lakh
CA No: GE (K) OF 2024-2025 SRL PAGE NO 13

'A' (a) Two works costing not less than (a) Solvent upto Rs 2.00 crore Rs 75.00 lakh
Rs 4.00 crore each. or One work or Financially sound for
costing not less than Rs 6.00 crore. engagement upto Rs 7.50
and (b) Average annual turnover for crore. (b) Working capital not
two consecutive years shall not be less than Rs 30.00 lakh
less than Rs 6.00 crore
'B' (a) Two works costing not less than (a) Solvent upto Rs 100.00 Rs 60.00 lakh
Rs 1.50 crore each. or One work lakh or Financially sound for
costing not less than Rs 2.50 crore. engagement upto Rs 3.00
and (b) Average annual turn over crore. (b) Working capital not
for two consecutive years shall not less than Rs 12.00 lakh
be less than Rs 300.00 lakh
'C' (a) Two works costing not less than (a) Solvent upto Rs 40.00 lakh Rs 25.00 lakh
Rs 50.00 Lakh each. or One work or Financially sound for
costing not less than Rs 80.00 engagement upto Rs 100.00
Lakh. and (b) Average annual turn Lakh. (b) Working capital not
over for two consecutive years shall less than Rs 10.00 lakh
not be less than Rs 100.00 lakh
'D' (a) Two works costing not less than (a) Solvent upto Rs 20.00 lakh Rs 12.50 lakh
Rs 25.00 Lakh each. or One work or Financially sound for
costing not less than Rs 40.00 engagement upto Rs 50.00
Lakh. and (b) Average annual turn Lakh. (b) Working capital not
over for two consecutive years shall less than Rs 7.50 lakh
not be less than Rs 50.00 lakh

Notes:-

1. Authority competent to enlist shall be called Registering Authority.

2. The categories for enlistment shall be decided on the basis of nature of works executed by Contractor. Contractors
who have experience of executing of Prefab/Pre Engineered Structures and fulfill other criteria, shall also be eligible
for enlistment in category a(i). At the time of renewal, contractors already enlisted in Cat (a) (i) Building & Roads. shall
be enlisted in Cat (a) (i) Building works & (a) (v) Roads. In case of E class contractors, Registering Authority shall
issue suitable amendments to enlistment letters in respect of separate categories for buildings works ie a(i) and roads
i.e. a(v) without any application from contractor.

3. For enlistment/upgradation/renewal/reclassification etc, in category (b) Electrical Engineering Works (i) to (iii), a
declaration/undertaking shall be obtained from the applicant contractor in affidavit form whereby the contractor shall
undertake to either obtain valid Electrical Licence of required class in its name or engage an agency having valid
Electrical Licence of required class through MoU (Memorandum of Understanding) for execution of all electrical works
as well as works under category (c) [including its sub categories (i) to (vii)] and the category (d)(v) to the extent Rule
29 under Part Ill of Central Electricity Authority (Measures Relating to Safety and Electric Supply) Regulations, 2010 is
applicable either in full or part of the scope of work of contract awarded to him and that all such electrical works shall
be executed by him through such agency only (either self or other agency) having valid Electrical Licence of required
class from State /Union Territory Authorities where works are to be executed.

4. Working capital with the Contractor shall be judged from balance sheet/bank's certificate as per Appendix 1.3 I bank
statement for last 6 month/overdraft or cash credit facility from bank/fixed deposit receipts with banks.

5. The requirements of minimum reserves are applicable for enlistment related process of existing contractors i.e.
Change in constitution/Renewal/Reclassification (Revision in Monetary Limit) etc, if they have contracts in hand not
having Performance Security provisions, till their contracts are completed and their Final Bills do not become MINUS.
For this, these contractors will submit affidavit on non-judicial stamp paper of appropriate value (minimum value Rs. 1
00) declaring that all their contracts without Performance Security provisions are completed and the Final Bills are not
MINUS. Immovable/movable property (minimum reserve) shall be exclusively in the name of Contractor and not in the
name of family members/relatives/others. In case of Limited companies, immovable/movable property (considered for
minimum reserve) shall be exclusively in the name of Company and should be reflected in the Balance Sheet of the
Company.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 14

6. "Last two consecutive years" shall mean immediate last two consecutive financial years reckoned from the date of
application for upgradation. Two consecutive years for the purpose of fresh enlistment shall mean any of the two consecutive
financial years in last Five Financial Years preceding the date of application for enlistment. For documents in support of
works experience, TDS certificate for IT/Sales Tax NAT/GST shall also be asked from applicant firms. All documents related
to works experience and turnover (except Form 26 AS and portal generated GST return) shall be got independently verified
from the cline issuing authority. Registering Authority may seek clarification from the Chartered Accountant in case of any
doubt. Annual turnover to be considered for 7 enlistment purpose shall mean the turnover from all businesses carried out by
the applicant firm in relation to construction work related to categories of works for which the enlistment is being sought. It
may be total turnover as shown in the audited balance sheet or part thereof. Necessary clarification shall be obtained from
the Chartered Accountant whose audited balance sheet is submitted by the applicant firm in case considered necessary by
the Registering Authority.

7. Upgradation of enlisted contractor shall be done gradually in stages. Before a contractor is considered for upgradation, he
should have worked at least for two years in the present tendering limit and should meet the criteria laid down. Normally
upgradation will be done only to one next higher class at a time. However, if performance of any particular contractor is of
very high order and Registering Authority considers upgradation of such contractor by more than one class justified, the
same shall be done only with prior approval of E-in-C's Branch. Following considerations shall be applied to ascertain
whether the performance of contractor is of very high order or otherwise:

(a) Contractor has completed works, value of which is more than 1.25 times the requirement in which the
upgradation is being considered.

(b) Average Annual Turnover of the contractor is more than 1.25 times the requirement in which the upgradation is
being considered.

Example: For a contractor enlisted in class 'C' having tendering limit of 100 lakh, proposed to be upgraded
to class 'A' having tendering limit of 7.50 crore, minimum value of works completed and turn over shall be
as under :

(i) Two works completed costing not less than 5.00 crore each (1.25 x 4.00)
Or
One work costing not less than 7.50 crore (1.25 x 6.00)

(ii) Average annual turnover 7.5 crore (1.25 x 6.00)

(c) Average marks secured in Performance Reports (Stage-11) for the works completed in last five years shall not
be less than 70%. Where report for any work is not available, it will be deemed to contain only 60% average marks.

8. Contractors of 'A' class and above only shall be eligible for enlistment in categories (a) (iii) Runways and Pavements and
(a)(iv) Marine and Harbour Works subject to prior approval of E-in-C.

9. The criteria laid down above for enlistment/ upgradation may be relaxed in the case of contractors whose performance has
been found to be of a very high order. Such relaxation may, however be given only with the prior approval of E-in-C's Branch.

1.5 Documents required to be submitted by the contractor for enlistment in MES.

(a) Application for enrolment as contractor on IAFW-2190 (Revised 2020). Coloured Photographs affixed on
application shall be self-attested.

(b) Affidavit for constitution of firm.

(c) List of works executed during last five years (As per Appendix 1_2) including copies of Work Orders/Work
allotment letters, Copies of completion certificates and Form 16 AITDS certificate for GST (GSTR-7A).

(d) Annual turnover certificate duly supported with audited balance sheet. The turn over certificate must bear the
UDIN (Unique Document Identification Number). The turn over certificate and audited balance sheet should be from
same Chartered Accountant. In case balance sheets are not audited, Form 26 AS and /or Annual GST return shall
be forwarded in support of turnover.
(e) Audited balance sheet of last five years in case of Limited companies
CA No: GE (K) OF 2024-2025 SRL PAGE NO 15

(f) Solvency certificate from scheduled bank as per specimen given 1n Appendix-1.3
(g) Working Capital certificate from scheduled bank as per specimen given in Appendix-1.3.
(h) Affidavit from contractor that there is no Government dues/ recovery outstanding against him. If there is any Government
dues/recovery outstanding from the contractor, enlistment/ upgradation shall not be carried out.

(j) Affidavit from contractor giving brief details of arbitration I litigation cases he was involved in. Registering Authority will
critically examine such details and if contractor is considered habitual litigant, his enlistment/ upgradation shall not be carried
out. Contractor shall be deemed to be a habitual litigant if he moves the court more than once ignoring arbitration clause and
court does not uphold his view.

(k) Two self-attested photographs of Proprietor/Partners/ Directors of firm for verification of character and antecedents from
the police authorities. Places where online police verification process is available, the contractor will carry out police
verification of the Proprietor/Partners/Directors and submit the verification reports for cross verification by the Department.
Alternatively the contractor may submit a copy of valid passport issued by Govt of India.

(I) Copy of partnership deed in case of partnership firm.

(m) Memorandum and Articles of Association in case of Limited Companies.

(n) Copy of Registration Certificate of firm with Registrar of Companies/Register of Firms.

(o) Affidavit that no near relative(s) of the contractor or his/their employees/agents is/are working as Gazetted/
Commissioned Officer(s) in MES/ Corps of Engineers/Ministry of Defence. If the near relative(s) is/are working in such
capacity in any formation upto Zonal CE/CCE, he/ they shall furnish details. The contractor shall not be entitled to tender for
the works in entire area of CE Zone/CCE.

(p) Affidavit that no near relative(s) of the contractor or his/their employees/agents is/are working as Junior Engineer(s) in
MES/Corps of Engineers. If his near relative(s) is/are working in such capacity in any formation upto CWE/ GE(I) office, the
contractor shall furnish details. The contractor shall not be entitled to tender for the works in entire area of that CWE/GE(I).

(q) Copy of power of attorney/Resolution of the Board in favour of any Partner/ Director of the firm.

(r) Copy of immediate last Income Tax Return.

(s) A separate sheet containing specimen signatures (signed in black ink) and affixed with photographs of
Proprietor/Partners/Directors (to be used as Appendix B of enlistment letter).

(t) Self-attested copy of PAN Card of Proprietor, Partners, Directors and the firm/ Company.

(u) Self-attested copies of GST registration, EPFO registration and ESIC registration certificates.

Notes:- (i) All the documents submitted by the contractor shall be signed by Proprietor/all Partners/all Directors
unless specifically authorised to a Partner/Director through POA or Resolution of the Board.
(ii) Photocopies of documents shall be self-attested. Registering Authority shall ask production of original
documents to verify the photocopies.
(iii) All affidavits shall be given on non-judicial stamp paper of appropriate value duly signed by the contractor and
attested by the Magistrate/Notary public.
(iv) Registering Authority shall cross-verify the genuineness of financial documents at Para (d) & (e) above from
issuing Chartered Accountant (CA) and documents at Para (f) & (g) from the concerned Bank branch by referring in
writing to them alongwith copy of above documents submitted by contractor. Registering Authority is also at liberty
to verify the genuineness of all the documents from other reliable/authentic sources.
(v) All documents related to work experience and turnover (except Form 26AS and portal-generated GST return)
shall be got independently verified from the client/issuing Authority. For documents in support of works experience,
TDS certificate for IT/Sales Tax NAT/GST shall also be asked from applicant firms. Registering Authorities may
seek clarifications from the Chartered Accountant in case of any doubt.
(vi) Documents mentioned at Para 1.5 (a) and 1.5 (s) shall not be applicable for the purpose of documents to be
uploaded for bidding purpose by unenlisted firms.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 16

IN LIEU OF IAFW-1779A (REVISED 1955)

ITEM RATE TENDER AND CONTRACT TO BE USED IN CONJUNCTION WITH GENERAL


CONDITIONS OF CONTRACTS IAFW-2249 (1989 PRINT )

Tele: 020-26361274. defproc


Tele FAX: 020-6740 Commander Works Engineer
e-mail at cwedeolali9373@gmail.com Deolali
Deolali-422401

8883/ 05 /E8 07 Oct 2024

ITEM RATE TENDER AND CONTRACT FOR WORKS REQUIRED IN THE COMPREHENSIVE
REPAIR TO JCOs & ORs QTRS AT GE, AHMEDNAGAR

1. Mr/Messers of
is/are hereby authorized to tender for the above work. The
quoted tender shall be uploaded by the bidder on www.defproc.gov.in on the date and time as
per NIT. The quoted tender shall be opened on or after the date and time as per NIT in respect
of CA No: GE (K) OF 2024-2025: “COMPREHENSIVE REPAIR TO JCOs & ORs
QTRS AT GE, AHMEDNAGAR” at the office of the Garrison Engineer, Ahmednagar – 411026.

2. All documents must be returned whether or not a tender has been submitted.

3. Any correspondence concerning this tender shall be addressed as indicated at the top of
this sheet quoting the reference as given above.

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF


TO ACCEPT THE LOWEST OR ANY TENDER

SIGNATURE OF OFFICER
SIGNATURE OF CONTRACTOR ISSUING THE DOCUMENTS
APPOINTMENT: ASST GARRISON ENGINEER
AHMEDNAGAR

DATE 2024 DATE 2024


CA No: GE (K) OF 2024-2025 SRL PAGE NO 17

SCHEDULE 'A' NOTES

NOTES

1. Entire work under this contract shall be completed within 270 days from the date of
handing over the site(s), as mentioned in Work Order No 1.

2. Description of works and services given in various sections of Schedule ‘A’ is brief.
These are deemed to be amplified and read in conjunction with special conditions, particulars
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 all these documents are
taken as mutually explanatory to each other.

3. The quantities of various items of work catered under Schedule ‘A’ are provisional
and are inserted as a guide only. These shall, however, not be varied beyond the limits laid
down in Condition 7 of IAFW-2249 (General Conditions of Contracts).

4. The total amount of schedule ‘A’ is not firm but will be treated as “Contract Sum” as
referred to in IAFW-2249.

5. Rates against each item in column of price bid are required to be filled in by the
tenderer(s) in figures only.

6. The unit rate of each item of work is inclusive of labour and materials or supply and fix
in position complete unless otherwise specifically mentioned in the description of item such
as supply only, labour only, fixing only, laying only and the like.

7. The unit rate quoted by the tenderer shall be “Net” inclusive of all charges of GST and as of
all kinds and description including work contracts, unpacking charges, transport and delivery, over
heads, profits. Income tax if any shall be deducted at source, from contractor’s RARs and final bill.
Any tax coming into force consequent to any fresh law, or statutory rules or order before receipt
of tender documents shall also be applicable for this contract..

8. Cutting of roads/path /paving /hard standing etc, where required for execution of works
shall be carried out as directed by Engineer in Charge and surface shall be made good to
match with the existing specification. The unit rates quoted by the tenderer in price bid as
required and applicable shall be deemed to include for the above provision and nothing
extra shall be paid to the tenderer on this account.

9. The under mentioned remarks unless otherwise given shall be deemed to have been
inserted in respective columns against each item of Schedule ’A’ whether specifically
inserted or not:-

(a) At the beginning of description/ - Materials & Labour or Supply & Fix
item under Column 2

(b) At the end of description of item - All as specified and as directed by


under Column 2 Engineer in Charge
CA No: GE (K) OF 2024-2025 SRL PAGE NO 18

SCHEDULE 'A' NOTES (Contd…)

10. Special conditions in MES Schedule and preambles to items given in MES Schedule
Part-II under respective trade shall be applicable and tendered rates shall be deemed to be
inclusive of the elements specified therein. If any provisions in the description of items of
Schedule “A” and in particulars specifications is at variance with the provisions in Special
conditions in MES Schedule Part –II and preambles to MES Schedule items, the provisions in
description of items and in particular specifications shall take precedence there over.

11. Site for execution of work shall be made available as soon as the work is awarded. In case it is
not possible for the department to make the entire site available on the award of the contract, the
tenderer will have to arrange his working programme accordingly. The building shall be handed over in
phased manner and occupied condition. No claim whatsoever, for not giving the entire site on award of
contract and giving the site gradually will be admissible.

12 The entire site shall not be handed over at once. Since it is a maintenance contract, different
parts of the site under scope of subject contract will be handed over progressively as and when
complaints or specific site requirement arise during the contract period. The contractor cannot make any
claims regarding this phased hand over process.

13. SOCIAL SECURITY OF WORKERS


13.1 The work under this tender is governed by all Indian laws as such it mandatory upon the
contractor/tenderer to have provident fund code number registered under EPF & MP 1952.
The authentic document of this register PFC number shall required to be produce by the tenderer
in their ‘T’ bid.

13.2 It is also mandatory upon the tenderer to ensure universal account number (UAN) of worker
deployed on the work.

13.3 No bills/RAR will be passed for payment unless submission of certificate that all workers
employed directly or indirectly by him are registered for EPF & MP and the contributions have
been credited into their account.

13.4 A provision is available on the official web site of EPFO www.epfindia.gov.in on the
“establishment search option” to verify as to whether the agencies and contractors having PFC
number are regularly depositing provident fund contributions every month in respect of all the
employees deployed by them. Failure of provide social security benefits to the workers constitute
offence under EPF & MP Act 1952 and liable for penalty under the Act.

14 It is mandatory upon the tenderer to upload the renewal letter of enlistment for cycle period 2016-
2020 issued by the competent authority alongwith their tender document otherwise they are
considered as unenlisted firm.

15 The tenderers also submit a hard copy of renewal letter of enlistment for cycle period 2016-2020
issued by competent authority alongwith their application and DD to the office of GE
Ahmednagar within time period ie before opening of their submitted bid.

16 LIST OF WORK

(a) Job No ACPP/02/BLDG/SR/24-25/Q3W : COMPREHENSIVE REPAIR TO JCOs &


ORs QTRS AT GE, AHMEDNAGAR.

(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER


CA NO: GE (K) OF 2024-2025 SRL PAGE NO 27

SCHEDULE OF CREDIT

NOTES

1. Quantities given under column 4 are approximate and for rough guidance. Contractor shall have
no claim if quantities turn at variance with the tendered quantities during physical execution of the work.
2. The rates inserted under column 5 by the department are firm. However, total amount of
schedule of credit may vary according with actual quantity obtained from items of
demolition/dismantling/taking down items as listed under Schedule `A’
3. Possession of Items listed under this schedule by contractor is only after deduction of credit for
the same in advance through running account receipt.
4. Items other than listed under this schedule will remain the property of Government and shall be
removed and deposited to a place where as directed by Engineer-in-Charge. No price adjustment
will be entertained on this account.

Sl Description of Items A/U Qty Rate Amount


No

1 Old tiles Sqm 725.00 5.00 3625.00


2 Old U/s stone tiles Sqm 2.45 100.00 245.00
3 Old wooden scantling Cum 0.25 2500.00 625.00
4 Old wooden fillets Rm 140.00 12.00 1680.00
5 Old asbestos cement ( corrugated/semi Sqm 316.00 20.00 6320.00
corrugated) sheets
6 Old ceiling board/PVC Wall Lining Sqm 391.00 20.00 7820.00
7 Old brick/ stone masonry Cum 10.00 400.00 4000.00
8 Old WHB with fittings Each 10.00 70.00 700.00
9 Old flushing cistern Each 10.00 40.00 400.00
10 Old shower rose/health faucet Each 22.00 35.00 770.00
11 Old looking mirror Each 25.00 25.00 625.00
12 Old G I tubing 15 mm bore RM 170.00 15.00 2550.00
13 Old G I tubing 20 mm bore RM 60.00 15.00 900.00
14 Old G I tubing 25 mm bore RM 30.00 60.00 1800.00
15 Old PVC stop cock 15 mm bore Each 30.00 10.00 300.00
16 Old towel rail/Ring Each 23.00 20.00 460.00
17 Old CP bib taps 15 mm bore Each 35.00 40.00 1400.00
18 Old PVC bib taps 15 mm bore Each 35.00 10.00 350.00
19 Old PVC pillar taps 15 mm bore Each 7.00 10.00 70.00
20 Old u/s PVC pipes Rm 95.00 10.00 950.00
21 Old u/s PVC bend, elbow, tee, Single Y, Double Each 38.00 6.00 228.00
22 Old water tanks 500 to1000 capacity Each 16.00 250.00 4000.00
23 Old curtain rods Rm 120.00 10.00 1200.00
24 Old wooden door / windows with frame n exc Each 20.00 200.00 4000.00
1.5 sqm each
25 Old wooden door / windows with frame exc 1.5 Each 23.00 300.00 6900.00
sqm and n exc 4.0 sqm each
26 Old wooden door shutters exc 1 and n exc 2 Each 15.00 100.00 1500.00
sqm each leaf
27 Old wooden door shutters n exc 1 sqm each Each 15.00 100.00 1500.00
leaf
CA NO: GE (K) OF 2024-2025 SRL PAGE NO 28
28 Old u/s Plywood Sqm 1.20 10.00 12.00
29 Old u/s sinks Each 3.00 300.00 900.00
30 Old u/s kitchen plate rack Each 3.00 150.00 450.00
31 Old u/s door closer Each 5.00 15.00 75.00
32 Old u/s CP wall mixer Each 2.00 100.00 200.00
33 Old u/s cloth drying stand Each 5.00 20.00 100.00
34 Old u/s soap dish Each 12.00 3.00 36.00
35 Old scrap iron Kg 5.00 15.00 75.00
Total 56766.00
CA NO: GE (K) OF 2024-2025 SRL PAGE NO 29

SCHEDULE OF CREDIT (COND)

SUMMARY

1. Total of Schedule `A’ :Rs.


brought forward from BOQ

2. DEDUCT

Schedule of Credit : Rs 56,766.00


brought forward above

NET CONTRACT SUM : Rs.

SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER


CA No: GE (K) OF 2024-2025 SRL PAGE NO 29

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

Ser Particulars Rate at which materials Place of issue by Remarks


No will be issued to the name for all items of
Contractor this schedule
Unit Rate (Rs.)
(1) (2) (3) (4) (5) (6)

NIL

SCHEDULE `C'
LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT WHICH WILL BE
HIRED TO THE CONTRACTOR SEE CONDITIONS 15, 34 AND 35 OF IAFW-2249
(1989 PRINT)

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


No MES crew per unit per charges per issue by
supplied working day unit per off name
Rs day Rs
(1) (2) (3) (4) (5) (6) (7) (8)

NIL

SCHEDULE `D'

TRANSPORT TO BE HIRED TO THE CONTRACTOR


(SEE CONDITION 16 AND 35 OF IAFW-2249 - 1989 PRINT)

Sl Qty Particulars Rate per unit per Place of issue (by


No working day of 8 hours name)
(Rs)
(1) (2) (3) (4) (5)

NIL

(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER

DATE DATE
CA No: GE (K) OF 2024-2025 SRL PAGE NO 30

TENDER

TO THE PRESIDENT OF INDIA: -

Having examined and perused the following documents: -

1. Specifications signed by Asst Garrison Engineer (Contracts).

2. Drawings detailed in the specifications.

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

4. MES Standard Schedule of Rates 2009 (Part-I) Specifications together with amendments
Nos 1 to 3 and (SSR-2020 (Part II) Rates together with amendments Nos 01 to 122.

5. General Conditions of Contracts, 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 the MES at the rate of Rs 3.75 per thousand worth of work done.

7. Should this tender be accepted I/WE AGREE: -

*(a) That the sum of Rs.................. (Rupees ......................................... only)


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

(b) To execute all the works referred to in the said documents upon the terms and
conditions contained/referred to therein and as detailed in the General Summary and to
carry out such deviations as may be ordered vide Condition 7 of IAFW-2249 upto a
maximum of (Plus or minus) 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 examination of
Sub- Division II of Institution of Surveyors (India) recognised by the Govt. of India to be
appointed by the Chief Engineer Pune Zone, Dakshin Kaman Marg, Camp Pune –
411001 or in his absence the officer Officiating as Chief Engineer, specifically delegated
in writing by Chief Engineer Pune Zone, Dakshin Kaman Marg, Camp Pune – 411001
whose decision shall be final, conclusive and binding.

* To be deleted where not applicable.

** To be deleted where not applicable.


CA No: GE (K) OF 2024-2025 SRL PAGE NO 31

IN LIEU OF IAFW-1779-A (REVISED 1955)

TENDER (CONTD…)

Signature Name

in the capacity of duly authorised to sign tender for and on behalf of

M/S/Shri (IN BLOCK LETTERS)

WITNESS

(Signature & Name) Date

Address Postal address

Telegraphic address

Phone No.

ACCEPTANCE

alteration (s) have been made in these documents and as evidence that these

alterations were made before the execution of the Contract Agreement, they have been

initialled by the contractor and LT COL I M SMART, DCWE (CONTRACTS), CWE, DEOLALI.

The said officer is hereby authorised to sign and initial on my behalf the documents

forming part of this contract. The above tender was accepted by me on behalf of the President

of India for sum of Rs (Rupees

only)

on the day of 2024

Signature dated this day of 2024

Appointment: CWE,Deolali, Deolali -422401


(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)
CA No: GE (K) OF 2024-2025 SRL PAGE NO 32 TO 83

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


FOR LUMP SUM CONTRACTS (IAFW-2159) & MEASUREMENT CONTRACTS
(IAFW -1779 AND 1779- A)

A Copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249) (1989 PRINT )


with Errata 1 to 20 and amendment Nos 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 (Srl Page No 32 to 65) with errata 1 to 20 and
amendment Nos 1 to 49 (Srl Page No 66 to 83) form part of these tender documents.

(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER

DATE DATE
CA No: GE (K) OF 2024-2025 SRL PAGE NO 84 TO 92

SCHEDULE OF MINIMUM FAIR WAGES PAYABLE BY THE CONTRACTOR UNDER


FAIR WAGES ACT.

1. It is hereby agreed by * me / us that the Schedule of Minimum Fair Wages as


published vide Government of India, Min of labour No. 1 (2) 92 IS-II dated 10 Mar 92
applicable to Area ‘C’ containing 08 (Eight) pages (Serial page Nos. 84 to 92 shall form part
of these tender documents).

2. It is also agreed by *me / us that although latest notification, as available with the
Accepting Officer, has been formed the part of contract, in case the Government has further
revised the wages, the latest revised wages of labours shall only be applicable.

3. *My / our signature (s) here under is deemed to * my / our having signed the
aforesaid Schedule of Minimum Fair Wages part of this tender and in agreement of
provisions of Para 2 above.

(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER

DATE DATE

*Delete which is not applicable.

Note: Schedule of minimum fair, wages is available for reference in the office of the
Commander Works Engineer, Deolali 422401. It can be seen during office hours by the
tenderer.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 93

SPECIAL CONDITIONS (CONTD…)

1.0 GENERAL

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

1.2 The work under this contract shall be carried out in accordance with Schedule ‘A’, Particular
Specifications, drawings and other provisions made in MES Schedule.

1.3 The term ‘General Specifications’ referred to herein before/here in after as well as referred to
in IAFW-2249. (General Conditions of Contracts), shall mean the Specifications contained in
MES Schedule.

1.4 General rules, specifications, special conditions and all preambles in MES Schedule shall be
deemed to apply to the works under this contract unless specified otherwise in these tender
documents in which case the provisions in these tender documents shall be deemed to take
precedence over the provisions made in MES Schedule.

2.0 VISIT TO SITE BY CONTRACTOR

2.1 The tenderer shall contact concerned GE for the purpose of inspections of site(s) and
examination of relevant document other than those sent herewith, who will extend
reasonable facilities for this purpose. The tenderers shall also make themselves familiar with
working conditions, accessibility to site(s), availability of materials and other cogent
conditions, which may affect the entire completion of work under this contract.

2.2 In case of a tender containing an offer is submitted the tenderer shall be deemed to have
visited the site(s) and made themselves familiar with the working conditions etc. Whether
they actually inspect the site or not.

2.3 The works under the contract lies in RESTRICTED AREA.

2.0 VISIT TO SITE WITHIN THE RESTRICTED AREA

Permission to enter the restricted area at the time of submission of tenders can be obtained
through the Garrison Engineer. Tenderers are advised to send prior intimation of visit of their
agents, representative etc. if any as regards to 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 restrictions of entering
into/exit from the site of works, for working within the restricted Area.

3.1 ENTRY/EXIT

The contractor, his agent(s), representatives, workmen etc and his materials, carts, truck or
other means of transport etc, will be allowed to enter through and leave only from such
gate(s) and at such times as the GE or authorities in charge of the Restricted Area (s) 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;
trucks etc. to the personnel in charge of the security of Restricted Area and shall stick to only
the specific route directed for them to follow.

Contd…
CA No: GE (K) OF 2024-2025 SRL PAGE NO 94

SPECIAL CONDITIONS (CONTD…)

3.2 IDENTITY CARDS OR PASSES

The contractor, his agents and representatives are required individually to be in


possession of an identity card or pass duly verified by the GE. 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.

3.3 IDENTITY OF WORKERS


Every worker shall be in possession of an identity card. The identity card will be
issued after thorough investigation of the antecedents of the labourers by the
contractor and attested by the Officer-in-Charge of the unit concerned in accordance
with the standing rules and regulations of the unit. Contractor shall be responsible
for the conduct and action of his workers, agents or representatives.

3.4 SEARCH
Thorough search of all persons and transport shall be carried out at each gate and
as many times as the gate is used for entry or exit and may also be carried out at
any time or any number of times within the Restricted Area.

3.5 FEAMLE SEARCHER


If the contractor desires to employ female labours on works to be carried out and a
female searcher is not borne on the authorized strength of the establishment the
contractor may be asked for employment of a female searcher (class IV/Gp. ‘D’)
calculated for the period. The cost incurred by the contractor in doing so shall not
be reimbursed to him. The contractor is deemed to have ascertained from GE,
before quoting, whether a female searcher is held on the authorized establishment
or not. No subsequent claim on this aspect shall be entertained.

3.6 WORKING HOURS

3.6.1 The units controlling restricted area, usually work six days in the week and remain
closed on the 7th day. The working hours available to contractor’s labour and staff
are however accordingly may get reduced because of the time taken in security
check, procedures observed at the time of entry, exit and during working hours.

3.6.2 The exact working hours, working days and non-working days observed for the
restricted area, where works are to be carried out, shall be deemed to have been
ascertained by the contractor before submitting his tender. The tenderer’s attention
is invited to the fact that, the total numbers of working hours for a unit are prescribed
in regulations and they cannot be increased by the Garrison Engineer.

3.6.3 Contractor materials, transport etc shall normally be permitted to come in/go out of
the area between 6 a.m. to 6 p.m. only.

3.6.4 Contractor may also be allowed to carry out the work beyond 6 p.m. and up to 6 a.m.
(day and night) with prior approval of GE but no movement of materials and transport
to/ out of site of works shall be permitted during night unless special permission is
obtained from GE/unit authorities controlling the area.

Contd….
CA No: GE (K) OF 2024-2025 SRL PAGE NO 95

SPECIAL CONDITIONS (CONTD….)

3.7 WORK ON HOLIDAYS INSIDE RESTRICTED AREA


The contractor shall not carry out any work on gazetted holidays, weekly holidays and other non-working
days except when he is specially authorized in writing to do so by the GE. The GE may at his sole
discretion declare any day as holiday or nonworking day without assigning any reasons for such
declaration.

3.8 ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORKS:


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

3.9 FIRE PRECAUTIONS

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

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

4.0 CONTRACTORS REPRESENTATIVES, WORKERS AND AGENTS:

4.1 Tenderer’s attention is invited to condition 25 of IAFW-2249. Tenderer shall employ Indian Nationals as
his representative, servants and workers and verify their antecedents and loyalty before employing
them for the works.

He shall ensure that no person of doubtful antecedents and nationality is, in any way, associated with
work. If for reasons of technical collaboration or other consideration the employment of any foreign
national is unavoidable, the tenderer shall furnish full particulars to this effect to the Accepting Officer
at the time of submission of his tender.

4.2 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.

5.0 MINIMUM WAGES PAYABLE

5.1 Refer condition 58 of IAFW-2249. Irrespective of the Schedule of minimum fair wages as enclosed here in
before. The contractor shall not pay wages lower than minimum wages for labour as fixed by the Govt. of
India/State Govt. / local authority, whichever is highest on the date of receipt of his offer.

5.2 The fair wages referred to in condition 58 of IAFW-2249 will be deemed to be the same as the minimum
wages payable as referred to above.

5.3 The contractor shall have no extra claim what so ever, 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.

6.0 INSPECTION OF SITE AND RELEVANT DOCUMENTS (REFER CONDITION 4 OFIAFW- 2249).

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

Contd….
CA No: GE (K) OF 2024-2025 SRL PAGE NO 96

SPECIAL CONDITIONS (CONTD….)

7.0 LABOUR (REGULATION AND ABOLITION) ACT

The contractor when required to employ more than ten workmen on the works under this
contract shall be bound by the Contract Labour (regulation and abolition) Act 1970 and rules framed
there under. No contractor can undertake or execute his work without a license issued by a
licensing officer.

8.0 ROYALTIES:

Reference condition 14 of IAFW-2249. No quarries on defence land are available.

9.0 LAND FOR LABOUR ACCOMMODATION, STORES & WORKSHOP ETC

Delete the lines 5 to 9 of Para 1 of condition 24 of IAFW-2249. General Conditions of


contracts reading “In the event of area of land allotted to him” and lieu insert as under:-

“The contractor shall be allotted free of charge the area as marked on the site
plan/layout plan for the purpose of storage of materials, erection of temporary workshop,
stores, etc. No defence land is available for accommodation of labour for which the
contractor shall make his own arrangement at his own expense.

10.0 BLASTING: Blasting is prohibited.

11.0 WATER SUPPLY:

11.1 Refer condition 31 of General conditions of contracts IAFW-2249. Water will be supplied
by MES. Water supply shall be metered. Water Meter shall be provided by MES.

11.2 Water will be supplied by MES on payment at the point (s) marked on site plan. As the water
supply by MES is likely to be intermittent the contractor shall make his arrangements for
storing the water required for the works, labour and workmen etc at his own expense. The
contractor shall not have any claim on account of short /intermittent supply and shall make
his own arrangement to supplement requisite quantity of his own cost.

11.3 If the contractor does not desire to take water supply from MES he shall specifically mention
so, while submitting his tender and shall make his own arrangement for water required for the
entire completion of works. Failure to exercise this option in the offer by the tenderer will
automatically make the contractor liable to have agreed to draw water supply from MES.

12.0 ELECTRIC SUPPLY:

12.1 Electricity will be supplied by MES on payment. It is however, optional for the contractor to
buy it from MES or make his own management at his own cost. In the event of contractor
deciding to buy it from MES, he shall be charged for its consumption at a uniform rate of
Rupees Eight and paisa seventy nine per unit for lighting as well as for power. The condition
given in succeeding sub Para shall be applicable for electric supply by MES.

12.2 Electric supply shall be made available by MES at the Point(s) tentatively marked on site
plan/decided by GE. However the exact location of the electric point(s) shall be shown by the
GE.

Contd….
CA No: GE (K) OF 2023-2024 SRL PAGE NO 97

SPECIAL CONDITIONS (CONTD….)

12.3 The main switch and KWH meter to register the power supplied shall be provided and
installed by MES. Contractor shall provide all necessary connections/ cable fittings etc, from
the main switch& meter, in order to ensure proper and suitable supply of electricity for
execution of work.

12.4 The MES do not guarantee for the continuity of supply and no compensation whatsoever
shall be allowed for supply becoming intermittent or for break down in the system.

12.5 GE or his representative shall be free to inspect all the power consuming devices. Any
electric line provided by the contractor, which is not to the satisfaction of the GE as
confirming to IE rules shall be disconnected from the supply, if so directed by him.

12.6 It is the responsibility of contractor to maintain the unit power of electric supply. For this
contractor shall provide capacitor of appropriate capacity to each connection for installation of
his construction equipment.

13.0 CO-OPERATION WITH OTHER AGENCIES:

13.1 Refer condition 37 of IAFW-2249. The contractor shall permit free access and generally
afford reasonable facilities to other agencies and departmental workmen engaged by the
Govt. to carry out their part of the work if any, under separate arrangements. The contractor
is expected to have general procedural knowledge of local metro politician/municipal rules of
construction.

14.0 MATERIALS:-

14.1 Refer condition 10 of IAFW-2249.

14.2 Items conforming to Indian Standard Specifications shall be accepted only when ISI marked
materials are not manufactured. Materials, which are superior to IS specifications, may be
used without any extra cost to Government. However before incorporating such
materials/items, the contractor shall produce necessary test certificates as required by the
GE.

14.3 Indian standard of the year of publication (Edition) as referred to in the MES Schedule shall
be followed. Where any IS referred has been amended, or revised or superseded, the
contractor shall follow amended/revised/superseded provisions as applicable on the date of
receipt of tender.

14.4 A list of items/articles which are having IS certification mark and are readily available is given
below. It is mandatory that IS certified/ marked items/articles as listed below only are
incorporated in the works. (For items which are applicable to this tender).

(a) Integral water proofing compound.


(b) Flooring
(c) White port land cement

Contd…
CA No: GE (K) OF 2024-2025 SRL PAGE NO 98

SPECIAL CONDITIONS (CONTD….)

14.5 A list of items/ articles commonly available in market and which are superior to ISI
marked items is given below:-

(items which are not applicable/ required in this contract shall be deemed to have
been deleted).

1. Paint synthetic Enamel.


14.6 The tenderer is advised to inspect samples of all materials, which are displayed in the
sample room in the office of GE, before submitting his tender. The tenderer shall be
deemed to have inspected the sample and satisfied himself as to the nature and quality of
materials, he is required to incorporate in the work, irrespective of whether he has actually
inspected them or not, or shall be superior in quality to samples displayed and shall comply
with the specifications.

14.7 The contractor shall not procure materials in bulk unless the samples are approved by
the Garrison Engineer in writing.

14.8 The quantity of materials such as paint, water proofing compound, chemicals for anti-
termite treatment and the like (as applicable) and directed by the Engineer-in-Charge,
which cannot be checked after incorporation shall be recorded in the measurement books
as “NOT TO BE ABSTRACTED” and signed by the contractor and Engineer-in-Charge as a
check to ensure that the required quantity had been brought to site for incorporation in the
work.

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

14.10 The contractor shall ensure as far as practicable that the materials are brought to
site, in original sealed containers/packing, bearing manufacturers marking except in the
case of the requirement of materials being less than the smallest available commercial
packing.

14.11 The contractor shall produce original receipted vouchers/ invoices/ bills in respect of
supplies for the following items (as applicable) to the Engineer-in-charge in addition to any
other items as directed by Engineer-in-Charge before payment is made in RARs, against
material lying at site:
(a) Water proofing compound.
(b) Chemical for anti termite treatment.
(c) Paints, distempers and cement base paints.
(d) GI pipes and fittings.
(e) Sanitary fittings/fixtures.
(f) All grades of bitumen.
(g) Steel windows/ventilators.
(h) Factory made paneled door shutters.
(j) Floor/dado tiles.
(k) Builders hardware.
(l) Salt glazed stone ware pipe.
(m) Cement.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 99

SPECIAL CONDITIONS (CONTD….)

15.0 NETWORK ANALYSIS


15.1 The time and progress chart to be prepared as per condition 11 of IAFW-2249
(General Conditions of Contracts) shall consist of detailed network analysis and a
time schedule. The critical path network will be drawn jointly by the GE and
contractor soon after but before the date of commencement as per work order No.1.
The time scheduling of the activities will be done by the contractor so as to finish the
work within the stipulated time. On completion of the time schedule a firm calendar
date schedule will be prepared and submitted by the contractor to GE who will
approve it after the scrutiny. The calendar date schedule will be submitted in four
copies within two weeks from date of handing over site.

15.2 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 review and updating of the network as and when called for by the GE. These
reviews may be undertaken at the discretion of GE either as a periodical appraisal
measure of when the quantum of work ordered on the contractor is substantially
changed through deviation orders or amendments. Any revision of time schedule as
a result of the review will be submitted by the contractor to the GE for his approval
after due scrutiny.

15.3 The contractor will adhere to the revised schedule thereafter. In case of contractor
disagreeing with a revised time schedule, the same will be referred to the Accepting officer
whose decisions shall be final, conclusive and binding. GE’s approval to the revised
schedule resulting in a completion date beyond the stipulated date of completion shall not
automatically amount to 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 under the existing rules and Acts.

15.4 The contractor shall mobilize and employ sufficient resources to achieve the detailed
schedule within the broad framework of the accepted methods of working and safety. No
additional payment will be made to the contractor for any multiple shift work or other
incentive method of achieving the target dates.

16.0 RECORD OF CONSUMPTION OF CEMENT:

16.1 For purpose of keeping a record of cement issued and consumed in works, the contractor
shall maintain a pucca bound register with serially numbered pages with all pages initialed
by Engineer-in-Charge showing daily receipt, quantity used in works and balance in hand at
the end of each day. This register shall be signed daily by the contractor’s representative
and MES representative in token of their verification of its correctness. This register shall be
checked by Engineer-in-Charge at least once a week and on the day cement is brought by
the contractor.

16.2 The register shall be kept at site in the safe custody of the contractor during progress of the
work and shall on demand produce the same for verifications of inspecting officers Board of
Officers ordered by the Accepting Officer. On completion of the work cement register shall
be handed over to the Engineer-in-Charge for record with MES.

16.3 The purchase documents/vouchers shall be endorsed, dated and initialed by the
Engineer-In Charge duly verified giving the contract number and name of work. A
certified copy of each voucher signed both by Engineer-in-Charge and the contractor
shall be kept on record.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 100

SPECIAL CONDITIONS (CONTD….)

17. PROPRIETORY BRAND MATERIALS


17.1 Original vouchers / invoices, shall be submitted by the contractor, only in respect of items for
which Payment is claimed in RAR as “Material laying at Site”. However purchase vouchers
in respect of cement, steel, major (E&M) equipments like transformers, DG Sets, Pumps,
Motors, AC and lift equipment will be submitted by the Contractor invariably.

17.2 The vouchers/invoice shall be from the manufacturers and/or from their authorised agents
for full quantity of respective items required for the work under this contract. These vouchers
shall be endorsed, dated and initiated by the Engineer-in-charge giving the contract number
and name of work and a certified true copy of each such voucher signed both by the
Engineer-in-charge and the contractor shall be kept on MES record.
17.3 The quantity brought to site shall be recorded in measurement books and signed by
contractor and Engineer-in-Charge as a check to ensure that the required quantity have
been brought to site for incorporation in the work.
17.4 Proprietary materials brought at site shall be stored as directed to site in original sealed
containers or packing’s bearing manufactures making.
17.5 The contractor shall permit free access are brought to site in original sealed containers or
packing’s bearing manufactures making.

18.0 VALIDITY OF TENDER:


This tender shall remain open for acceptance for a period of SIXTY DAYS from the date on
which the tenders are due to be submitted (For the purpose of calculating the period the day
on which the tenders are due to be submitted, shall be excluded.)

19.0 VALUATION OF DEVIATION:


Condition 62 of General conditions of contract shall be referred.

20.0 OFFICIAL SECRET ACT:


Refer to condition 2-A of General conditions of contract IAFW-2249 (1989 Print). The
contractor shall be bound by the Indian official Secret Act 1923 and particularly section 5
thereof.

21.0 CONTRACTORS PLANTS/EQUIPMENT AT SITE:


The contractor along with his labour shall furnish to the Engineer-in-Charge every morning
distribution return of plants/equipment’s on the site of work stating full particulars, capacity,
make etc.

22.0 DAMAGE TO EXISTING WORK:


Any damage done to any existing structures underground cables pipe line road surfaces,
drains and fixture etc during execution of work shall be made good by the contractor at his
own expenses. Rectification, reinstatement, replacement, making good and touching up
shall be carried out according to the materials and workmanship originally provided and to
entire satisfaction of the GE.

23.0 PRODUCTION OF VOUCHERS FOR MATERIALS:


Contractor shall produce original purchase vouchers/Bills from the manufacturers
and of their authorized agents for the full quantity of the following materials as
applicable as a pre-requisite document before submitting claims for payment for
advance on account of the work done and or materials collected in accordance with
conditions 64 of IAFW-2249 General conditions of contracts.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 101

SPECIAL CONDITIONS (CONTD….)

24. GUARANTEE BOND/FIXED DEPOSIT RECEIPT FOR PERFORMANCE SECURITY /


RETENSION MONEY

24.1 On acceptance of the tender the Government may accept a Guarantee Bond or a Fixed
Deposit Receipt from State Bank of India and its subsidiaries. Nationalised Banks or Scheduled
banks for Performance security / Retention Money. The Bank Guarantee shall be on the form
prescribed which is available in the office of the CWE, Deolali -422401 for tenderers perusal. The
period of Bond shall be the period of completion / extended date of completion or till all the liabilities
under the bond are discharged. The period of FDR shall be not less than time of completion plus
twenty four months.

25. RELEASE OF PERFORMANCE SECURITY (REFER CONDITION 19 AND 68 OF IAFW-


2249)

25.1 The performance security deposit mentioned in condition 19 of IAFW 2249 may be refunded
to contractor after the expiration of the defective liability period( vide condition 46 of IAFW 2249) by
the GE provided always that the contractor shall first have been paid the final bill and have rendered
a No demand certificate (IAFW-451).

26.0 ACCEPTABLE QUALITY OF WORK AND FINISHES.

To determine the acceptable standard of workmanship, in addition to the Sample Block, the
Garrison Engineer may order the contractor to execute certain typical portion of works and
services such as some length of wall, portion of different type of floors, plaster, pointing, painting
any other finished/items, sanitary fittings, plumbing, electrical fittings etc under strict and constant
supervision of MES staff and label these works as guiding samples so that further works shall be
executed to conform these samples.

27. WATCH, WARD AND LIGHTING:

27.1 The contractor shall provide and maintain all necessary watch and ward/ lighting
arrangements to keep the traffic off the trenches Necessary boards and sign posts shall be provided
and set up to the entire satisfaction of the Engineer-in-Charge.

27.2 The contractor shall reimburse the loss to the Govt. on account of any damage that may
occur on this account.

28.0 PRECAUTION AGAINST RISKS:

28.1 The contractor shall be responsible at his own expense in taking precaution to prevent any
damage from whatsoever cause arising other than the accepted risk and to minimise the amount of
any such loss or damage and for adoption of necessary protective means required for the purpose
in compliance with condition 38 of IAFW2249 and rule 5 of MES safety code annexure ‘B’ of IAFW-
2249 until the work have been handed over duly completed to the MES.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 102
SPECIAL CONDITIONS (CONTD….)

29.0 CLEAN DOWN:

29.1 Refer condition 4 of IAFW-2249 General Conditions of Contracts. The contractor


shall clear all floors, walls, remove cement, lime, paint mark, drops, etc clean the
joinery glass pane sets, touch up all painting works and carryout all the necessary
items of work in connection therewith to leave the whole premises clean and tidy
before handing over the building.

30.0 APPROACHES
The contractor shall provide at his own all-temporary approaches to the site (where
not existing) for the use of his labour and transport.

31.0 SECURITY OF CLASSIFIED DOCUMENTS

Contractor’s special attention is drawn to condition 2-A and 3 of IAFW-2249 (General


Conditions of Contracts). The contractor shall not communicate any classified
information regarding the works, either to sub-contractor or others, without the prior
approval of the Garrison Engineer. The contractor shall also not make copies of the
design/drawings and other documents furnished to him in respect of the work and he
shall return all documents on completion of the work or earlier determination of the
contract. The contractor shall along with the final bill attach a receipt from the
Engineer-in charge in confirmation of his having returned the classified documents
as per condition 3 of IAFW-2249.

32 ADJUSTMENT TAX CONSEQUENT UPON CONSTITUTION (FORTY SIXTH


AMENDMENTS) ACTS 86.

32.1 The tendered rates shall be deemed to be inclusive of all taxes & levies payable
under the respective status including the GST consequent upon constitution (Forty
Sixth) amendment
Act 1986.

32.2 All the orders/notification in connection with sale tax issued up to date of receipt of
tender on account of 46th consideration by the tenderer and nothing shall be paid/
reimbursed by the department on this account

33. MINOR CONSTRUCTION DETAILS:

33.1 Lump sum/ rates quoted by the contractor shall be deemed to be allow for all Minor
construction details which are not specifically shown on drawings or given in the
particular specifications but are essential and fairly intended for the execution of work
and services in workmen like manner and sound construction. In case of difference of
opinion between the contractor and GE as to whether or not certain item of works
constitutes. Minor constructional details which is deemed to have been included in
the contractor’s quoted lump sum rates, the decision of the Accepting Officer shall be
final conclusive and binding.

34. OUT OF POCKET EXPENSES: -


Out of pocket expenses incurred by the tenderer in submitting this tender cannot be
reimbursed whether the tender is accepted or not.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 103
SPECIAL CONDITIONS (CONTD….)

35. DAMAGE TO EXISTING STRUCTURE/BUILDIN


35.1 Any damage done to the existing structure during the execution of work shall be made good by
the contractor at his own and the site of work left clean and tidy on completion. Rectification/
reinstatement/making good, etc. shall conform to the standard materials originally used in the work and
finished work shall match with existing work in all respects to the entire satisfaction of the GE. In case of any
dispute on this account, the matter shall be referred to the Accepting Officer whose decision in writing shall be
final conclusive and binding.
36. SIGNING OF TENDER
36.1 The person signing the tender on behalf of another partner or on behalf of a firm shall attach with the
tender, a proper power of Attorney duly executed in his favour by such other person or by all the partners,
stating that he has authority to bind such other person(s) or the firm as the case may be in all matters
pertaining to the contract including the Arbitration clause.
37. RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TOCONTRACT
VALUE”
37.1 1 (a) The rates quoted by the Contractor shall be deemed to be inclusive of all taxes (including GST on
materials, GST on works Contracts, Turnover Tax, Labour Welfare cess/ tax etc),Royalties, & other levies
payable under the respective statutes. No reimbursement/refund for variation in rates of taxes, Royalties &
other levies, and / or imposition / abolition of any new/existing taxes, Royalties & other levies shall be made
except as provided in sub Para (b)here-in-below.
(b)(i) The taxes which are levied by Govt. at certain percentage rates of Contract Sum/Amount shall be termed
as “taxes directly related to Contract value” such as GST on Works Contracts, Turnover fax, 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, for the purpose of this condition keep such books of account and other documents as
are necessary and shall allow inspection of the same by a duly authorized representative of Govt, and shall
further, at the request of the GE furnish, verified in such a manner as the GE may require, any documents so
kept and such other information’s 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 and such other information’s as the GE may require.
(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to Contract value”
shall be made only if the Contractor necessarily & properly pays additional “taxes directly related to Contract
value” to the Govt, without getting the same adjusted against any other tax liability or without getting the same
refunded from the concerned Govt. Authority and submits documentary proof for the same as the GE may
require.
38.0 REFUND OF PERFORMANCE SECURITY
The performance Security Deposit mentioned in condition 19 may be refunded to the contractor after the
expiration of the defects liability period (vide Condition 46) by the GE provided always that the contractor shall
first have been paid the final bill and have rendered a No-Demand certificate (I.A.F W-451).
39.0. DEFECT LIABILITY PERIOD
Refer condition 46 of IAFW-2249 (General Conditions of Contracts), the defect liability period for the subject
contract shall be “TWENTY FOUR” calendar months after the works have been handed over to Government
(hereinafter referred to as the ‘defect liability period’).

(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER


DATE
CA No: GE (K) OF 2024-2025 SRL PAGE NO 104
PARTICUALAR SPECIFICATIONS

1. GENERAL
1.1 Work under this contract shall be carried out in accordance with Schedule ‘A’, Particular
Specifications, drawings and general specifications and other provisions in MES Standard Schedule of Rates
(here-in-after called MES Schedule) Part-I 2009 and Part-II (2020) read in conjunction with each other.

1.2 The term “General Specifications” referred to in clause 1.1 above and in IAFW - 2249 (General
Conditions of Contracts) shall mean the specifications contained in the MES Schedule Part-I) 2009 and Part-II
(2020) including errata and amendments thereto.

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.

1.4 Particular specification given hereinafter shall be applicable to all the works covered in sch ‘A’ and
they are brief and are only to particularize, amend and emphasize the specifications given in MES Schedule
which are not repeated here.

1.5 Where specifications/provisions given in these particular specifications are at variance with the
provisions/specification given in MES Schedule, specifications/provisions given in these particular
specifications shall be followed.

1.6 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 Specifications or code of practice shall be
followed.

1.7 In the absence of any reference to particular specifications with regard to the items indicated in Sch
‘A’ the work shall be executed to the specifications given in the MES Sch in preference to the local trade
practice.

2. STORES AND MATERIALS

2.1 All materials to be supplied by the contractor for incorporation in work shall conform to relevant
specifications. In case specifications of any material needed for incorporation in work is not contained in any
of the contract documents, the specification of such materials proposed to be incorporated in the work, shall
be got approved in writing from the GE before their incorporation in the work.

2.2 All manufactured materials/articles other than those manufactured in contractors workshop at site or
otherwise specified, shall bear IS certification mark. In case any article does not bear IS certification mark, but
conforming to relevant Indian Standard Specification is proposed to be incorporated in the work, the same
shall comply with requirement of IS. The contractor may however, at his discretion and without any extra cost
to Government, provide and incorporate in work such materials superior to the said requirements. They shall,
however, be got approved in writing from the GE before their incorporation in the work. The contractor shall
submit sufficient evidence to the GE to show that such articles conform to the relevant IS specifications or
superior to IS specifications.

2.3 All manufactured articles required for incorporation in work shall be brought to site in original sealed
containers or packing bearing manufacturers marking unless the quantity required is a fraction of smallest
packing. Sealed containers shall be opened in the presence of Engineer-in-Charge as and when required.
Incorporation in work shall be done only after approval of the same by the GE.

2.4 Local materials such as stone aggregate, sand, stone etc shall be as specified here-in-after. The
samples of such materials shall be got approved in writing before the materials are brought to site in bulk.

2.5 Letters conveying approval of samples/materials by GE will interalia mention source of supply/ name
of manufacturers/trade name/ brand (if applicable) and reference to clause of contract documents containing
specifications of particular materials.

3. SCOPE OF WORK
3.1 This contract comprises execution and entire completion of all works included in Schedule of works
and Sch of Credit, as described hereinafter and all as specified.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 105

PARTICULAR SPECIFICATIONS (Contd….)

4. EARTH WORK
4.1 Earth work shall be in hard/dense soil as described in schedule ‘A’. The work shall be carried out in
accordance with provisions of MES Schedule.

5. CONCRETE WORK
5.1 CEMENT

5.1.1 GENERAL
Cement required for the work under the contract shall be procured, supplied and incorporated in the works by
the contractor under his own arrangement. Cement shall be of tested quality and shall comply with the
requirements mentioned in the drawings, SSR, IS specifications as amended and particular specifications
given herein after.

5.1.2 The cement shall be Ordinary Portland Cement (OPC) of grade 43 and shall be as per IS: 8112-1989.
OPC only shall be used for all RCC works. Portland Pozzolana Cement as per IS: 1489-1991 may be used for
all works other than RCC works.

5.2. SOURCES OF PROCUREMENT:


5.2.1 Cement shall be procured by the contractor from any of main producers of cement from ACC, Ultra
Tech Cement, The India cements, Dalmia cement (Bharat) Ltd, Century cement, Saurashtra Cement, Ramco
Cements Ltd ( Formerly Madras cement Ltd), Mangalam Cements Ltd., Birla Corporation Ltd., Orient Cement,
Nuvoco Vistas Corporation Ltd (formerly Lafarge Cement), Shree Cement, J K Lakshmi Cement, Jaypee
Rewa Cement, Ambuja Cement Ltd, M/s Parasakti Cements Ltd., M/s My Home Industries Ltd., M/s Chettinad
Cement Corporation Ltd, M/s Sanghi Industries Ltd, M/s Kesoram Industries Ltd

5.2.2. Cement for repair, maintenance and works where the entire requirement is less than 1200 bags, same
can be procured from authorized dealers of the main producers.

5.2.3 The contractor shall furnish the particulars of the manufacturer/supplier of cement along with the date
of manufacturer to the Garrison Engineer for every lot of cement separately. The cement so brought shall be
fresh and in no case older than 60 days from the date of manufacture. The documents in support of the
purchases of cement shall be verified by the Garrison Engineer. Before placing the order for supply of cement
by the contractor, he shall obtain written approval from the GE regarding name of manufacturer, quantity of
cement etc. Cement shall be procured for minimum requirement of one month and not exceeding the
requirement of the same for more than two months at a time. The cement shall be consumed in the work
within three months after receipt. Cement shall confirm 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
clause and Annexure ‘B ‘of IS - 8112 of 89 and in relevant clause of IS 1489-1991..

5.3 TESTING OF CEMENT.


5.3.1 The contractor shall submit the manufacturer‘s test certificate in original along with test sheet giving
the result of each physical test as applicable in accordance with the relevant IS provision and the chemical
composition of cement or authenticated copy thereof, duly signed by the manufacturer with each
consignment, as per the following IS provision:-

(a) Method of sampling hydraulic cement as per IS - 3535 - 1986


(b) Methods of physical test for hydraulic cements as per IS - 4031.
(c) Method of chemical analysis of hydraulic cement as per IS-4032-1985.

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

5.3.3 The contractor shall however, organize initial and final setting time, soundness test and a
compressive strength test at three, seven and twenty eight days of cement through designated laboratory on
samples collected from the lot brought at site before incorporation in work. In addition to above additional tests
like chemical composition and fineness tests as specified in relevant IS shall also be carried out. The
contractor will be allowed to use the cement only after satisfactory compressive strength of 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 up on 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.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 106

PARTICULAR SPECIFICATIONS (Contd….)

5.3.4 The GE shall carry out independent testing as per the test mentioned in the ‘CEMENT SUPPLY/
ACCEPTANCE FORM‘of random samples of cement drawn from various lots, if samples fails in 7 days
compressive strength. The testing shall be carried out through national test house, SEMT, CME, Regional
Research Laboratory, Govt approved Laboratories, Zonal Laboratories as per IS - 3535 - 1986 (Method of
sampling hydraulic cement), IS- 4031 (Method of physical test for hydraulic cement) and IS - 4032 - 1985
(Method of chemical analysis of hydraulic cement) referred to above. The decision as to where the testing of
cement is to be done shall be taken by GE. However, the contractor shall be permitted to establish his own
laboratory at site for testing of cement as well as concrete cubes etc; at his own cost. The testing shall be
done by the Engineer-in-Charge and the results shall be approved by the 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 at his own cost after written rejection order of the consignment by the GE. The cost of tests shall
be borne by the contractor irrespective of the results of testing.

5.3.5 The random samples as per relevant IS shall be selected by GE before carrying out testing. 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.

5.3.6 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.

5.3.7 The contractor shall be required to set up adequate testing facilities at site to the entire satisfaction of
Garrison Engineer for conducting setting time tests and compressive strength test as per IS codes referred to
herein before for the samples collected from the lot brought at site. These tests shall be carried out with in 7
days of receipt of cement at site. The tests can alternatively be carried out at the Zonal laboratory, or any
other recognized laboratory so designated by GE.

5.3.8 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 along with the relevant documents to ensure the requirements as mentioned herein-
before, before acceptance. The original purchase vouchers and the test certificates shall be verified for
subject contract & 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 contractor shall maintain schedule of supply of cement for
each consignment.

5.3.9 The Accepting Officer may order a board of officers for random check of cement and verification of
connected documents during the currency of contract.

6. STORAGE/ ACCOUNTING / PRESERVATION OF CEMENT


6.1 Cement shall be stored in covered go down over dry platform at least 20 cm 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 20 cm away from floors and walls. 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 engineering 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 EIC 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.

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

(a) Each cement consignment shall be stacked separately and removal shall be made on the basis of
‘First in First out ‘.

(b) Adequate top cover will be provided.

(c) Stacks in no case shall be higher than 10 bags. The maximum width of each stack shall be 3.00m. 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.
alternately lengthwise and cross wise so as to tie the piles together and avoid danger of topping over.

Adequate space shall be kept between two stacks.


CA No: GE (K) OF 2024-2025 SRL PAGE NO 107

PARTICULAR SPECIFICATIONS (Contd….)

6.3 Cement go down shall be provided with two locks on each door. The key of one lock at each door
shall remain with the Engineer-in-charge or his representative and that of the other lock with the contractor ‘s
authorized agent at site of works so that cement is removed from the go down 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 reason, 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
claim whatsoever shall be admissible on this account.

6.4 Cement shall be removed from the store only according to daily requirement with the knowledge of
both the 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 ‘A ‘ to
E-in-C ‘s Branch letter No.19280/E8 dated 03 May 1976 shall form the basis of consumption of cement for
various items of works unless specifically indicated otherwise.

6.5 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.

6.6 SCHEDULE OF SUPPLY


6.6.1 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 to his failure in placing order in time to the manufacturer.

6.7 MEASUREMENTS AND PAYMENT OF CEMENT


6.7.1 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.

6.7.2 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 strength test) are found satisfactory after testing as specified herein
before. Cement shall be paid as material lying at site as per condition 64 of IAFW - 2249. Rate of cement
given in SSR shall be applicable for cement irrespective of grade of cement specified for use in the work.

6.8. FINE AGGREGATE Fine aggregate for concrete work shall confirm to material specification and
grading within the limits of Grading zones II to III all as specified in clause 4.4 of MES schedule and shall be
approved quality of natural river sand. The sand shall be washed with clean and fresh water if percentage of
delicious materials exceeds the limit of 5% specified in IS.

6.9 COARSE AGGREGATES for all cement concrete work shall be graded machine crushed granite
stone conforming to specifications as given in clause 4.4.1 to 4.4.7 of MES Schedule part-I and shall be
obtained from approved quarries.

6.10. WATER: Water shall conform to the requirement stipulated in IS 456 and as per clause 4.9 of MES
Schedule Part-I.

6.11. PLAIN CEMENT CONCRETE


6.11.1 (i) All materials, workmanship, inspection, sampling and testing shall be as per the requirements
given in IS-456-2000.

(ii) The contractor shall provide all facilities and equipment for casting, curing and conveyance of
test cubes of cement concrete to the laboratory approved by the GE. Test of concrete cubes during
execution shall be carried out as laid down in IS-456 by the contractor in laboratory. Contractor shall
supply free of cost concrete cubes for testing any number of times as demanded by GE. All incidental
charges for taking out cubes, transporting to laboratory, testing charges etc shall be borne by the
contractor. The number of cubes made and tested shall be recorded to account the quantity of
cement consumed.

(iii) Batching: All ingredients shall be batched by volume. All measuring equipments shall be
kept in a clean and serviceable condition and their accuracy checked periodically.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 108

PARTICULAR SPECIFICATIONS (Contd….)

(iv) Mixing : Refer IS 456-2000 Clause 10.3 However, in case of small quantity (i.e the quantity of
concrete required being less than one batch of mix) the contractor may after obtaining written
permission of the Engineer-in-Charge, be allowed hand mixing. Where hand mixing is permitted it
shall be carried out on a watertight platform and care shall be taken to ensure that mixing is continued
until the concrete is uniform in colour and consistency. It shall be ensured that the mixing is done for
minimum of 02 minutes.

(v) Transportation, Placing, Compaction and Curing : Refer relevant para of IS 456-2000.

(vi) Compaction: The concrete should be adequately compacted by suitable means as directed
by Engineer-in-Charge.

(vii) Sampling, testing and acceptance criteria: Refer IS-456-2000 where the strength is specified
for volumetric mix.

6.12. CEMENT CONSTANT Etc.


(a) Engineer-in-Charge shall maintain a record of actual consumption of cement in proper
register (Other than the cement register mentioned in Special Conditions) and initial the entry for
every change in quantity of materials.

(b) Minimum cement content i.e. kg per cum of cement shall be as specified in IS.

6.13 PROPORTIONING OF CONCRETE:


The proportioning of Volumetric Mix Concrete for all PCC work shall be as specified in SSR Part I.
The mix for all RCC work shall be of grade as specified.

6.14 DESIGN MIX CONCRETE M-25/ M-30


Wherever design mix concrete is specified/shown on drawing, the same shall be Design mix concrete
shall have requisite workability and 28 days characteristic compressive strength not less than 25 N /
Sqmm / 30 N / Sqmm for M-25/M-30 and the acceptance criteria shall be all as per IS 456-2000. The
mix shall be designed as per recommended guide lines for concrete design mix as per IS. 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. Otherwise the concrete mix shall be got designed from
approved lab/ institutions so as to produce the grade of concrete having the required workability and
characteristic strength not less than that specified. The initial mix design particulars along with all the
connected documents shall be submitted to the GE for approval. The work on ground shall not be
progressed until approval of design mix by the GE. However work may be commenced if the results of
7 days test are satisfactory and the contractor undertake 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 however be approved by the GE.

6.14.1 Minimum quantity of cement shall be as per 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 basis to Government.

6.14.2 (a) The cement constant given in Appendix ‘C’ are not applicable for design mix.

(b) 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.

(c) 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 lab approved at the intervals as
decided by GE.

(d) Cost of all such testing charges are to be borne by the contractor.

(e) The minimum cement content of M-25 (design mix) shall as per provision of IS 456-2000
meeting the requirement from durability point of view. However if extra quantity of cement is used for
whatever reasons, the same shall be at no extra cost basis to Government.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 109

PARTICULAR SPECIFICATIONS (Contd….)

(f) (i) Contractor shall use liquid admixtures (Super plasticizers) to achieve the work-ability
and to reduce the water content in design mix. Admixtures shall confirm to IS 9103: 1999 shall be
from approved manufacturers as given below: -

FOSROC Chemicals (India) Ltd.


Roffe Construction Chemicals Pvt. Ltd.
STP Speciality Chemicals Ltd.
CICO Technologies Ltd
(ii) Para 5.5 of IS 456: 2000 be also referred for quality of admixtures.
(iii) For maximum dose of admixtures, please refer para 10.3.3 of IS 456:
2000.
(iv) Various tests as specified in IS 9103: 1999 shall be carried out for each batch of
Admixtures at contractor’s cost.
(v) Contractor shall submit original purchase voucher and test certificate of manufacturer
for complete quantity of admixtures used in the work before claiming payment for the same.
(vi) Complete quantity of admixtures including name of manufacturer, its brand name,
date of manufacturing, date of expiry, voucher No. and details of test certificates shall be
entered in MB as “Not to be abstracted“ duly signed by JE, Engineer-in-Charge, GE and
representative of contractor before making payment in RAR.

6.15 TESTING

6.15.1 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 including transportation of cubes to approved laboratory, testing fees and other expenses
etc. shall be borne by the contractor.

6.16 READY MIX CONCRETE (RMC)


6.16.1 Ready Mix Concrete shall be used for RCC M-25 / RCC M-30 design mix concrete without any extra
cost to GOVT as specified here in after. Specification for RMC shall be as given below and
contractor’s quoted rates shall be deemed to include above provisions.

(a) Supply of RMC shall be conforming to IS-4926-2003 and shall be manufactured by


agencies as listed here-in-after. The agency of ‘RMC’ shall be got approved prior to
commencement of ‘RMC’ work.

(b) The agency of RMC shall be got approved from GE prior to commencement of RCC work.
However the responsibility of maintaining quality and grade of concrete fully rests with
contractor.

(c) RMC Plant shall be supplied with the following information by the Garrison Engineer:-

(i) The type of cement to be used.


(ii) Maximum size, type of aggregate and its strength determined from samples of
plastic concrete taken at the place and time of delivery in accordance with the
requirement of IS 456-2000(4th Revision).

(iii) The minimum acceptable compressive strength determined from sample of


plastic concrete taken at the place and time of delivery in accordance with the
requirement of IS-456-2000(4th Revision).
(iv) The slump or compacting factor or other requirement of consistency or
workability.
(v) The ages at which the test cubes or beams are to be tested and number of tests
to be made.

(vi) Any other requirement.

(vii) Use of admixtures other than mineral based/fly ash PPC in design mix concrete
shall not be permitted.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 110

PARTICULAR SPECIFICATIONS (Contd….)

(d) Concrete mix design shall be carried out preferably by RMC manufacturer complying
with the relevant IS specifications for all the ingredients as listed below :-
Material BIS Specification
(i) Coarse Aggregates IS : 383-1970
(ii) Fine Aggregates IS : 383-1970
(iii) Cement IS : 269-1989
IS : 8112-1989
IS : 12269-1989
(iv) Admixtures IS : 9103-99(Rev)

Only ISI marked admixtures shall be used.

(e) The initial mix design report properly bound in quadruplicate shall be submitted by the
contractor to GE for approval. After approval of RMC mix design by GE, the contractor
shall make cubes of trial mixes as per approved mix design at site laboratory for all grades
of concrete in presence of Engineer-in-Charge using same ingredients as adopted for
design mix, prior to commencement of concreting and get them tested in presence of
Engineer-in-Charge for 7 days and 28 days. For each design mix, a set of six cubes shall
be prepared and from each set, three cubes shall be tested at the age of 7 days and three
cubes at the age of 28 days. The cubes shall be made, cured, transported and tested
strictly as per IS requirement. The average strength of three cubes at the age of 28 days
shall exceed the specified target mean strength for which design mix has been approved.
The RMC incorporated in the work shall be in accordance with the approved mix design. If
condition of RMC at the time of delivery at site is not acceptable to the GE, it shall be
taken back/removed from the site at the cost of contractor. The decision of GE in this
regard shall be final and binding. Some of the conditions under which GE can reject RMC
are enumerated here-in-below :-
(i) Initial setting of concrete due to transit delay.
(ii) Segregation of aggregates due to excess rotation of mixer drums during transit.
(iii) The RMC supplied does not give required slump.

(f) In addition to above, GE may further decide the rejection of RMC on any other ground
which he decides necessary. Further, the payment made by the contractor to RMC
supplier is independent of the payment to be made by the Department to Contractor for
carrying out the work.

(g) A register shall be maintained at site duly signed by the competent representative of RMC
manufacturer/supplier, contractor’s authorized representative and Engineer-in-charge
recording the following details :-
(i) Date of delivery
(ii) Time of mixing.
(iii) Time of delivery at site.
(iv) Quantity and grade of RMC.

(h) Before actual incorporation of RMC at site the contractor has to get the name of firm
approved by GE from whom the contractor proposes to get the RMC. Before approving the
name of the firm, the GE shall visit the manufacturer’s site for inspection of the following :-
(i) Infrastructure in terms of storage of aggregates, sand and cement.
(ii) Arrangements for washing of aggregates and sand.
(iii) Sources of supply for aggregates, sand and water.
(iv) Adequacy of testing facilities for water, materials, cement, concrete, alkali
aggregate reaction, etc at manufacturing yard.
(v) Batching and weighing arrangements including arrangements for adding
calculated quantity of water.
(vi) Mixing mechanism.
(vii) Quality of engineer supervision and skills of workers.
(viii) Record, test registers, etc being maintained.
(ix) Capacity of the installed plant and adherence to time schedules.
(x) Data showing periodic calibration of all equipment.
(xi) Details of batching showing quantity of input items in production of concrete.
Only after GE himself gets satisfied on inspection of the above points he will
approve the firm.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 111

PARTICULAR SPECIFICATIONS (Contd….)

(j) In case of rejection of supply of RMC supplied by the manufacturer at site, the
contractor shall be responsible for making good the same without extra cost to the Govt.
The GE / Engineer-in-Charge & other officers authorized by the Accepting Officer shall have
access to check on the quality of production in RMC suppliers manufacturing yard as and
when they desire so. The contractor shall make all arrangements for such inspections. No
advance payment will be made towards payment made by contractor to RMC
manufacturer and no advance on account for cement, coarse aggregate and fine
aggregate stored in the yard of RMC manufacturer shall be payable. Type and quality of
cement used in RMC shall be in accordance with the specifications as already specified for
design mix in the contract agreement here-in-before. It will be the responsibility of the
contractor to ensure that the RMC Manufacturer uses in manufacturing RMC the
cement/aggregates of grade and quality as described here-in-before. He shall also be
responsible to produce necessary paid vouchers and test certificate for the above materials
as and when called for by GE for verification to ascertain the correctness of type and quality
of materials used by the RMC manufacturer. Paid voucher of RMC shall also indicate
details of make/brand of cement used besides batch No, consignment details and test
certificate details of procurement of cement.

(k) Please note that if cement has been procured by contractor and given to RMC
manufacturer, then original paid vouchers and test certificates of cement shall be given to
GE along with paid vouchers of RMC for claiming payment. However in case of cement used
in RMC has been procured directly by RMC manufacturer, in such case certified photo copy
of paid vouchers and test certificate of cement purchased shall be also enclosed along with
paid vouchers of RMC for claiming payment. The contractor shall be responsible to ensure
that the cement used in RMC is of approved make/brand as specified in the tender.

(l) Requisite facilities for verification and check of the raw material shall be made available
to GE by the RMC manufacturer. GE will have easy access to the RMC plant to check quality
of concrete being produced at the plant at intervals as decided by GE. The GE shall
independently carry out the following tests at random at site lab established by the
contractor.

(m) Compaction factor test, flexural strength test and cube tests shall be carried out as per
IS-456-2000(4th Revision) at site from samples collected by the contractor during placing of
the concrete. Cost of the collection of samples and testing shall be deemed to be included in
the quoted rate. Acceptance criteria for the RMC shall be all as specified in the IS-456-
2000(4th Revision). In Case RMC supplied by the approved firm fails to meet the strength
requirement as per acceptance criteria laid down in IS-456-2000(4th Revision) and rejected
by GE, the Contractor shall make necessary arrangement for removal of such rejected
quantity of RMC and will redo the work at his own cost.

(n) Conveying equipment’s for concrete shall be mortar tight, well maintained and
thoroughly cleaned before commencement of concrete mixing. The contractor is free to
adopt either centrally mixed concrete incase the plant is installed at site or truck mixed
concrete. The temperature of concrete mass on delivery shall not exceed 40°C.

(o) Concrete shall not be dropped from a height, thrown or otherwise treated so that
segregation, undesirable finish, or defective structural quality results. The maximum drop
shall be 2.1m unless otherwise approved by the Engineer-in- Charge.

(p) No extra water shall be added to the concrete after it has left the batching plant.

(q) All equipment’s pump chamber, hoppers, lines and rubber noses shall be kept clean at
all times. Any build up in the lines of materials from previous operations shall be cleaned out
properly.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 112

PARTICULAR SPECIFICATIONS (Contd….)

(r) In the event of break-down of the equipment causing delay not exceeding 20 minutes,
which time concrete cannot be placed, the following procedure shall be adopted with
approval of Engineer-in-Charge, the concrete already in place shall have the ‘Wet edges’
maintained by depositing small quantities of hand mixed concrete placed by hand against
the ‘Wet edge” and vibrated into the gaps. Where atmospheric temperature exceeds 30
degree centigrade, the receiving hopper and line shall be cleaned out and concrete
contained therein discarded and immediately removed from the site. The concrete shall be
discarded if initial setting of the concrete has begun in the hopper or discharge lines. All
lines shall be cleaned free of concrete prior to resumption of pumping after each break
down. Concrete in the lines shall be pumped at approximately 8 minutes intervals to
ensure the concrete in the line is live. Whenever delivery of concrete to the pump is
delayed, the pumping interval shall be reduced to 5 minutes during extra hot weather
conditions. Delivery lines where exposed to hot sun shall be protected by covering with
bags, wet hessian or other approved means.

(s) Due to mechanical malfunction if the concreting is required to be stopped the necessary
measures and precautions shall be taken by the contractor. The cost of any additional
works caused by these stoppages shall be borne by the contractor without any extra cost
to the Government.

(t) No concreting shall be commenced until the form work, reinforcement and all other
preparation require for placement of concrete are inspected by the Engineer-in-
Charge and approved.

(u) Contractor shall take every precaution to strengthen the shuttering as required to
withstand the additional pressure that may be created due to pumping of concrete.
Workability of concrete shall be as specified in IS-456-2000.

(v) If certain admixtures are required to be added to RMC either in plant or at place of
delivery to improve the workability the same shall be added as per manufacturer’s
instructions with prior approval of Garrison Engineer. Quantity of admixture at any stage
should not exceed the maximum limit as specified by manufacturer. Admixture if any to be
used should be compatible with cement

(w) Contractor if desires to use admixture shall conduct the test for cement, admixture etc., in
an independent testing lab approved by Garrison Engineer without extra cost to the
Government.
(x)
(y) Revision of design mix due to change in aggregate proportions due to change in size and
relative density/bulk density of aggregate shall be immediately brought to the notice of the
Garrison Engineer and in all cases provisions contained in IS-456-2000(4th Revision) for
mix considerations/acceptance criteria shall be complied with.

(z) The time between mixing of concrete at manufacturer’s yard and transportation and
delivery at site shall not be more than 1 ½ hours. In case longer time is unavoidable the
same can be permitted by Garrison Engineer adopting using admixtures all as permissible
as per IS without any extra cost to the Govt.

(aa) One set of 7 cubes of every 50 cum of concrete production or every 50 batches whichever
is greater or as per the discretion of Engineer-in-Charge shall be cast for testing 28 days
and 7 days cube strength additional cubes should be cast.

(aa) Delivery ticket for truck should show cement content used by the manufacturer type of
cement, admixture used and locations of concreting etc.

(ab) RMC shall be supplied as per IS 4926-2003 and concrete cube shall be casted as per IS-
456-2000(4th Revision)

(ac) Minimum quantity of cement shall be as per provision of IS: 456-2000


(4thRevison)meeting the requirements from durability point of view and the details
regarding proper training and works quality control shall be in accordance with IS:456-
2000(4th Revision) and IS:4926-2003. However if extra quantity of cement is used for
whatever reasons, the same shall be at no extra cost basis to Government.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 113

PARTICULAR SPECIFICATIONS (Contd….)

7. FORM WORK.
7.1 Form work shall comply with requirements of clause 4.11.6, 4.11.6.1 to 4.11.6.5 and 7.15.1 to 7.15.10
of MES Schedule Part I.

7.2. Form work shall be of steel of adequate strength as per clause 11 of IS: 456-2000. Deformed steel
sheet shall not be permitted for use as form work.

8. WOOD WORK AND JOINERY

8.1 TIMBER: Timber for all joinery and wood work and joinery shall be second class hard wood as per
the sample kept in GEs office. The species of timber shall be Bijasal / Benteak and Hollock.

8.2 TOLERANCE: Maximum permissible moisture content of timber for various purpose shall be as
specified in clause 7.7 of MES Schedule. Tolerance for the wrought faces wood work (Carpenters
Work) and joinery shall be allowed as in MES schedule and no tolerance in over all sizes of shutters
and panels of paneled joinery shall be allowed.

8.3. PLY WOOD, PARTICLE BOARD & PRE-LAMINATED PARTICLE BOARD


(a) Un-veneered particle board where indicated shall be flat pressed, BWP grade bonded with
phenol formaldehyde synthetic resin adhesive conforming to IS-3087 (Type-I Part-I) all as specified in
Para 12.13 of MES Schedule Part-I.

(b) Veneered particle board where indicated shall be three layered flat pressed with commercial
or teak veneer (one side or both sides) as indicated /specified and shall be BWP grade bonded with
phenol formaldehyde synthetic resin adhesive as per IS-3097 Grade I, Type-I for commercial veneer
and Type-2 for decorative veneer all as specified in Para 12.14 of MES Schedule Part-I.

(c) Plywood where indicated shall be BWP grade bonded with phenol formaldehyde synthetic
resin adhesive and marked with IS -373 for general purpose plywood and IS-1328 for decorative face
plywood. Facing shall be of teak veneer or commercial veneer as specified.

(d) The prelaminated particle board in all situations shall be flat pressed three layered exterior
grade ISI marked (IS-12823) Gde I, type II with pre lamination of approved shade on one side and
balancing white on other side/pre lamination on both sides as specified and bonded with phenol
formal dehyde synthetic resin adhesive.

9. PVC DOORS & FRAME

9.1 PVC doors with PVC frame shall be of size as shown in Sch ‘A’. The pattern / shade shall be as
approved by GE. Irrespective of what is shown on drawings PVC doors shall be of solid core / solid
type (Not style type) in single piece. All items of builders hardware including hinges shall be of
aluminium anodized conforming to IS.

9.2 PVC doors frame & shutters shall be provided as specified in sub section ‘B’ of MES Sch part – II and
in clause 8.34 of MES Sch Part –I.

10. BRICK WORK

10.1 Bricks shall be hand or machine moulded bricks, nominal size, best locally available and as approved
by GE with crushing strength not less than 35 kg/sq cm. The nominal size of bricks shall be 230mm
long, 115mm wide and 75mm high with a tolerance of + 8% in each dimension. The GE at his
discretion may permit use of bricks (without any price adjustment) which may not strictly conform to
the said tolerance limit in sizes provided he is satisfied that the bricks conform to the specifications in
all other aspects. With reference to special condition 5.1 of MES Schedule Part II (Volume I) half
brick shall be taken as 11.5cm for the purpose of measurement irrespective of the size of brick shown
on drawing/locally available. The unit rates in Sch ‘A’ are deemed to have been worked out on the
basis of width / thickness with bricks as specified above and no price adjustment shall be made for
any variation (as stated above) in sizes/dimensions of foundations (width), lintels, bands, cills, earth
filling, flooring, plastering, painting, white/colour washing, etc due to variation in sizes of bricks that
are locally available are used.

10.2 BRICK JOINTS: The thickness of joints shall be as specified in clause 5.26 of MES schedule Part I.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 114

PARTICULAR SPECIFICATIONS (Contd….)

11.0 PRECAST CEMENT CONCRETE SOLID BLOCK

11.1 MATERIAL:
(a) Cement: Cement shall be ordinary Portland Cement grade 43. As specified in Appx. ‘A’ to
Particular Specification
(b) Fly Ash: Fly ash conforming to IS 3812 (Part 2) may be used (optional) for part replacement
of fine aggregate up to 20 percent by weight.
(c) Aggregates
(I) The aggregates used in the manufacture of blocks shall be clean free from
deleterious matter and shall conform to the requirement of IS 383.
(ii) The grading of the combined aggregates shall conform as near as possible to the
requirements indicated in IS 383 for 20mm nominal size all-in-aggregates.

11.2 The blocks shall conform to IS-2185 (Part - I) 2005


11.3 The blocks shall be of the following grades:-
Solid blocks shall be of grade C-5. Generally 200mm wide and 300 mm wide solid blocks shall be of
grade C5 and 100 mm solid blocks shall be of grade C4.

11.4 PCC block masonry for Sch ‘A’ Part I (Building works) & relevant items of provisional schedules shall
be constructed using precast cement concrete solid blocks of grade C-5 as specified in the clause 5.23.

11.5 DIMENSIONS AND TOLERANCE:

Solid blocks shall be:-


300 mm x 100 mm x 200 mm for 10 cm thick walls.
300 mm x 200 mm x 200 mm for 20 cm thick walls and
300 mm x 300 mm x 200 mm for 30 cm thick walls.

The nominal dimensions of the units are designed to cover the thickness of mortar joints so that they
produce wall length which will conform to principle of modular co-ordination. The maximum variation
in the length of units shall not be more than 5 mm and maximum variation in height and width of unit
shall not be more than 3 mm. Sizes other than specified above may also be used with the approval of
GE without any price adjustment.

11.6 LABORATORY DESIGN MIX CONCRETE FOR BLOCKS

As soon as possible after receiving the order to commence the work, contractor shall procure
sufficient quantities of required grading & type of combined aggregates (20mm nominal size all-in-
aggregates as indicated in IS 383) & fly ash. The concrete mix used for block shall not be leaner than
one part by volume of cement to 12 parts by volume of combined aggregates. Trial mix(s) shall be
carried out in laboratory to determine optimum mix to produce 28 days specified average compressive
strength. Block density, water absorption, drying shrinkage and moisture movement are other design
parameters to finalize trial mix. The trials shall be jointly carried out in the site laboratory established
by the Contractor or in the laboratories as mentioned in PS Clause here-in-before for Design Mix
Concrete.

11.7 Cost of materials, labour, transportation, other incidental charges including that for design mix &
routine tests for each consignment of 5000 blocks as specified here-in-after shall be borne by the
contractor. However, departmental laboratory facilities where available will be extended with the
charges. Following data & results thereon shall be submitted by the Contractor to the GE for approval
of the mix design prior to casting of PCC masonry blocks:-
(a) Grading for 20mm nominal size all-in-aggregates.
(b) Use of fly ash if any (optional) for Part replacement of fine aggregates upto 20 percent by
weight.
(c) 28 days average compressive strength (three test blocks) of the blocks.
(d) Trial mix proportion of constituents viz aggregate, fly ash, cement, water arrived on weight
basis & converted into volume mix in the laboratory to fulfill design criteria viz. compressive strength,
block density, water absorption, drying shrinkage & moisture movement as specified in IS 2185 (Part-
I/2005).
CA No: GE (K) OF 2024-2025 SRL PAGE NO 115

PARTICULAR SPECIFICATIONS (Contd….)

11.8 QUANTITY OF CEMENT FOR PRICING TENDER

For the purpose of this tender contractor shall consider minimum cement contents 161 Kg per cubic meter for
C5 solid blocks & 155 Kg per cubic metre for C4 solid block. No price adjustment shall be made on account
of variation in actual cement contents for design mix approved in case same exceeds minimum cement
contents mentioned above however if cement content as per actual mix design works out lower than minimum
cement contents as indicated above contractors shall provide minimum cement content as indicated above &
nothing extra shall be payable on this account. The contractor shall be responsible for the use of requisite
quantity of cement to achieve quality and strength of the block as per various provisions mentioned in IS 2185
(Part-I) - 2005. The contractor is deemed to have verified & obtained details applicable to this effect at a
particular station before quoting tender and no claim whatsoever shall be entertained on account of variation
in quantity of ingredients of concrete mix for the PCC block.

11.9 MIXING Concrete for PCC block on volumetric basis derived from the approved design mix arrived on
weight basis shall be mixed in mechanical mixer.

11.10 MOULDING OF BLOCKS The blocks shall be manufactured with Vibratory Moulding machines.
Appropriate consistency of concrete shall be used to enable demoulding of the blocks immediately after
casting. Contractor may use Block Maker/Block Master manufactured as per specific in IS code or any
equivalent make as approved by the GE without any price adjustment.

11.11 SURFACE FINISH


The blocks shall have sufficiently rough surface to afford a good key to the plaster and joints.

11.12. CURING
The hardened blocks shall be cured in a water tank in curing yard and shall be kept continuously moist for 14
days. The curing water tank/yard must therefore be of adequate capacity / size. Curing shall be done as per
IS-2185 (Part-I) 2005.

11.13 DRYING
After curing, the blocks shall be dried for a period of 4 weeks before being used in the work. The blocks shall
be allowed to complete their initial shrinkage before they are laid in wall.

11.14 SAMPLING
The required 20 numbers of hollow blocks and solid blocks for testing shall be taken from every consignment
of 5000 blocks. The blocks shall be picked up at random from a stack of particular batch. The sample of
blocks shall be marked for future identification & batch it represents. The blocks shall be kept under cover
and protected from extreme conditions of temperature, relative humidity and wind until they are put to test.
The test shall be under taken as far as practicable immediately after the sample has been taken.

11.15 TESTING
Following routine tests for each consignment of 5000 blocks shall be carried out in accordance with
IS-2185 (Part-I).[
(a) Compressive strength.
(b) Block density.
(c) Water absorption.
(d) Drying shrinkage
(e) Moisture movement

11.16 All the above tests shall be carried out as described in appendices of IS-2185
(Part - I) 2005. The test shall be carried out either in site laboratory or in Zonal laboratory or in any
Govt. approved laboratory such as Govt. Engg College. The cost of testing shall be borne by the
contractor. The charges for testing shall be as indicated in Appendix ‘C’. In case the testing is
conducted in site laboratory set by the contractor, the recovery towards testing charges shall not be
effected. However 5% of the total tests shall be carried out in an approved independent lab/zonal lab.

11.17 A record of ‘Concrete pours’ for blocks and number of block casted/incorporated, tested shall be
jointly maintained to assess the quantity of cement utilized. The contractor shall bear cost of blocks,
preparation of blocks and their curing, transportation and handling complete. For tests mentioned
above in all 20 Nos. of hollow blocks and 20 No’s of solid blocks are required for every consignment
of 5000 blocks or part thereof from the same size of same batch
CA No: GE (K) OF 2024-2025 SRL PAGE NO 116

PARTICULAR SPECIFICATIONS (Contd….)

12. STEEL AND IRON WORK

12.1 Steel and iron work in various situations shall be carried out as specified in MES Schedule Part I,
section 10 and as shown in drawings.

12.2 STEEL
12.2.1 Steel supplied by the contractor shall conform to the following grades and quality:-
(a) STEEL FOR CONCRETE REINFORCEMENT
High strength deformed steel bars produced by Thermo Mechanical Treatment process (TMT steel
bars of grades Fe 500/Fe 500d/Fe 550/Fe 550d meeting all other requirements of IS-1786).
Mild steel bars shall confirm to IS -432(Part-I) and Grade –I.
(b) STRUCTURAL STEEL
(i) Structural steel standard quality shall be of grade E-250 (Fe-410W quality A, B or C and shall
be provided in the locations indicated all as specified in Clause No 10.4.1 of SSR Part-I 2009
(Standard quality confirming to IS-2062).

(ii) Structural steel ordinary quality shall be of grade E-165 (Fe-290) and shall be provided in the
locations indicated all as specified in Clause No 10.4.2 of SSR Part-I 2009 (Ordinary quality
confirming to IS-1977).
(c) Galvanised steel sheets (plain and corrugated) shall conform to IS-277.

(d) FABRIC REINFORCEMENT FOR CONCRETE: Fabric reinforcement shall conform to


IS-1566.

(e) Steel tubes for structural purposes shall conform to IS-1161 and shall be of Grade YST-240

12.2.2 SOURCE OF PROCUREMENT


(a) STRUCTURAL STEEL: The contractor shall procure Structural steel sections (Angle, Beam,
Column, Channel, Plate only) directly from main producers like SAIL / RINL /TATA/ JINDAL STEEL
AND POWER LTD. In case of non availability of structural steel with main/primary producers the
structural steel can be procured from approved secondary producers with a reduction of 5% (five
percentage) of the accepted rates of structural steel. In case the desired sections of structural steel is
not rolled / manufactured by main/primary producer, there shall be no price adjustment in use of
structural steel procured from approved secondary producers.
(b) Non structural steel as for guard, holdfast, railing, grill, chowkhat etc galvanized steel sheets
and structural steel where total requirement under the contract is less than 5.00 tonnes may be
procured from authorized dealers of main producers after obtaining permission of accepting officers in
writing.
(c) TMT STEEL (REINFORCEMENT STEEL)
(i).TMT steel bars of all sizes supplied by the contractor shall be procured directly from the main
producers of steel i.e., SAIL / RINL / TISCO or approved primary producers approved by E-in-C’s
Branch viz. Jai Balaji Industries Ltd, M/s Shyam Steel Industries Ltd,M/s Shri Bajrang power & Ispat
Ltd., M/s JSW Steel Ltd., M/s Shyam Metalics & Energy Ltd., M/s Kamachi IndustriesLtd., M/s Real
Ispat & Power Ltd., M/s Super Smelters Ltd., M/s Electrotherm (India) Ltd., M/Adhunik Metaliks Ltd.,
M/s Gallantt Metal Ltd., M/s Rashmi Metaliks Ltd., M/s Shree Nakoda Ispat Ltd., M/s Shyam Sel &
Power Ltd., M/s SPS steel Rolling Mills Ltd , M/s Steel Exchange India Ltd., M/s Jindal Steel and
power Ltd., M/s SRMB Srijan Pvt Ltd.,.. All finished steel shall be well and clearly rolled to the
dimensions, section and weight specified. The finished material shall be reasonably free from cracks,
surface flaws, lamination rough, jagged and imperfect edges and any other harmful defects and shall
be finished in a proper manner. Tolerance on size and weight of the reinforcement bars shall not be
more than those specified in clause 10.17.4 and 10.17.5 of SSR Part-I and as specified in IS-1786.
The steel shall conform to the requirements as stated in clause 12.2.1 above. The contractor shall
within 15 days of placing of work order indicate the source for procurement of steel to GE in writing.
The documents in support of the purchase of steel shall be verified by the site staff and GE. The
particulars of the manufacturer/supplier of steel shall be submitted by the contractor for every lot of
steel separately. The form given at Appendix ‘A’ will be used for this purpose.

(ii) The contractors shall place their demand/requisition of steel with adequate lead-time. The
steel shall be purchased from the storage depots of the main producers only.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 117

PARTICULAR SPECIFICATIONS (Contd….)

(d) Galvanized steel sheets & Fabric reinforcement for concrete: Galvanized Steel Sheets and Fabric
Reinforcement for concrete shall be procured directly from main procedure of steel i.e. SAIL / RINL /TATA/
JINDAL STEEL AND POWER LTD.

(e) Steel sections for railings, gates, fencing, guard bars, grills, steel chowkat, holdfasts etc., which do not
constitute structural members, can be procured from main producers/secondary producers/BIS marked
manufactures or their authorised dealers at the option of Contractor without any minus price adjustment. Tests
will not be insisted upon for such steel sections.

(f) Reinforcement steel, Structural steel and galvanized steel sheet and Fabric reinforcement for
concrete may be permitted from authorised dealers of main producers in case of small contracts of value not
exceeding ` 7.5 lakhs.

12.2.3 TEST CERTIFICATE: The manufacturer shall carry out inspections and testing of steel in accordance
with the relevant BIS provisions. The Contractor shall submit the manufacturer’s test Certificate in original
along with the Test Sheet giving the results of each mechanical test as applicable and the chemical
composition of the steel or authenticated copy thereof, duly signed by the manufacturer with each
consignment. The Engineer-in-Charge shall record these details in Steel Acceptance Register, as given at
Appendix ‘A’ after due verification and send a certified true copy of test sheet to GE for his record.

12.2.4 TESTING OF STEEL: The GE shall also organize independent test of random samples of steel
drawn from various lots from National Test House, SEMT Wing CME, Regional Research Labs, NABL
approved Labs, Zonal Labs, etc as per the recommended minimum frequency shown in table at Appendix ‘B’.
Samples from each lot should be tested for quality and elongation. The elongation shall not be less than 18%.
Cost of samples, transportation, and testing shall be borne by the contractor. The record of such checks shall
be maintaining in steel test register. The contractor at his cost shall provide all facilities required for the testing
and cost of materials consumed in tests shall also be borne by contractor.

12.2.5 DOCUMENTATION: The contractor shall submit original purchase vouchers from the manufacturer
for the total quantity of steel supplied under each consignment to be incorporated in the work. All
consignments received at the work site shall be inspected by the GE along with the relevant documents
before acceptance. The original vouchers and the Test Certificates shall be defaced by the Engineer-in-
Charge and kept on record in the office of the GE duly authenticated and with cross reference to the control
number recorded in the Steel Acceptance Register. The Steel Acceptance Register will be signed by JE,
Engineering-in-Charge, GE and Contractor. The entire quantities of all steel items shall be suitably recorded in
the Measurement Book as not to be abstracted, before incorporation in the work and shall be signed by the
Engineering-in-Charge and the Contractor.

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

12.2.7 PRESERVATION AND MAINTENANCE OF STEEL: The steel brought by the contractor shall be
preserved to ensure that no rusting takes place till it is incorporated in the works.

12.2.8 SCHEDULE OF SUPPLY: The contractor shall procure all the steel sections in accordance with CPM
chart.

12.2.9 PAYMENT: Running payment of steel shall be governed in accordance with condition 64 of IAFW -
2249. Payment shall only be allowed after production of Test Certificate and purchase vouchers by the
contractor.

12.2.10 MEASUREMENT: The entire quantity of steel items shall be suitably recorded in measurement book
showing length and weight as “Not to be abstracted” before incorporation in the work and shall be signed by
the Engineer-in-Charge and the contractor.

12.2.11 WEIGHT CONVERSION: Weight of steel supplied by the contractor shall be calculated at unit
weights given in Appx ‘A’ of MES Sch Part II. For sections not listed in MES Sch, the ISI conversion table
shall be followed or manufacturers catalogue if the weights are not available in MES Sch / ISI table.

12.2.12 Bending and fixing of bars for concrete reinforcement including mild steel wire for binding shall be
carried out all as specified in MES Sch.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 118

PARTICULAR SPECIFICATIONS (Contd….)

12.2.13 Hooks shall be provided only for mild steel bars. Instead of hooks, ends of cold twisted/deformed
steel/TMT bars shall be bent as shown on drawings.

12.2.14 Binding wire for reinforcement shall be mild steel wire (annealed) of size not less than 0.9mm.

12.2.15 WELDING: Welding of steel and iron work shall be done in approved manner and as specified in
clause 10.15 of MES Schedule 2009 Part-I (Specifications). Welding electrodes shall be ISI marked
and shall comply with requirement of IS : 814.

13. ALUMINIUM WORK

13.1 Aluminium work in various situations shall be carried out as specified in MES Schedule Part I, Section
10 and as shown in drawings.

14. PLASTERING

14.1 Sand for plastering work shall be fine sand as specified in clause 14.5 of MES Schedule Part-I and
conforming to the sample kept in GE’s office.

14.2 The thickness of plaster as mentioned in Schedule ‘A’ is the net thickness above the proudest part of
masonry/brick walls. Dubbing required is deemed to have been included in the plastering work and
nothing extra shall be paid.

14.3 Mortar for plastering work may be machine mixed or hand mixed at the discretion of the contractor.

15. FLOORING

15.1 GENERAL Provisions contained in clause 13.25, 13.32 of MES Schedule are to be adopted for laying
floors.

15.2 PCC FLOORING: Provide PCC and sub base floor as specified in schedule ‘A’ and as directed by
Engineer-in-Charge. Where specified in Schedule ‘A’, the concrete floor surfaces shall be finished
even and smooth without using extra cement.

15.3 CERAMIC GLAZED TILES: Wall tiles & floor tiles shall be of 1st quality and shall conform to IS 13753
for wall tiles and IS 13753 for floor tiles, and remaining properties shall be as per 13.14.1 & 13.14.2
SSR Part-I.

15.4 CERAMIC GLAZED TILE FLOORING/ CERAMIC GLAZED WALL TILES IN DADO/SKIRTING:
Ceramic tiles shall confirm to relevant IS and shall be bedded and laid as per Para 13.40.1 & 13.40.2
of SSR Part I.
15.5 NON SKID CERAMIC TILE FLOORING : Non skid ceramic tiles flooring shall be hydraulically
pressed, high temperature fired (around 1200 degree C) in single operation having breaking strength
350 to 400 kg/sq cm weighing 14 kg/sq m and shall be of makes as specified herein after. These
shall be jointed in white cement paste pigmented to tile shade. The colour of tiles shall be as
approved by GE. The size of tiles shall be as indicated in Sch “A”. The tiles shall be plain, first quality,
Grade B II A, and shall conform to relevant IS. The shade of tiles shall be as approved by GE.
15.6 POLISHED GRANITE STONE SLABS
15.6.1 Provide polished granite stone slabs 18 to 20 mm thick laid over screed bed as in steps, cooking
platform and the like. Contractor shall submit sample of polished granite stone slabs and obtain
approval in writing from GE before procurement of granite stone slabs. Laying shall be done all as
specified in Clause No 13.
15.7 PRECAST COLOURED DECORATIVE CHEQUERED PCC TILES
15.7.1 Precast coloured decorative chequered PCC tiles shall be prepolished and of size as specified in
Schedule ‘A’. It shall conform to IS – 13801. It shall be all as specified in Clause 13.17 of MES
Schedule Part I (2009). The workmanship shall be all as specified in clause 13.39 of MES Schedule
Part I. The design and colour of tiles shall be as approved by the GE. The tiles shall be laid over
screed bed and other sub layers all as indicated in Schedule ‘A’,
CA No: GE (K) OF 2024-2025 SRL PAGE NO 119

PARTICULAR SPECIFICATIONS (Contd….)

15.8 DOUBLE CHARGED COLOURED VITRIFIED TILE FLOORING/SKIRTING


15.8.1 Vitrified tiles shall be of double charged and size & thickness as indicated in schedule of finishes .
Tiles shall be of ‘first quality’. Colour and pattern shall be as approved by GE . Tiles shall be set and
jointed with neat cement slurry and pointed in colour cement to match the colour of tiles. Work shall
be carried out all as specified in clause 13.40 of MES Schedule Part-I and/or as per manufacturer’s
instructions applicable. Tiles shall be procured by the contractor from any one of of the make listed in
list of manufacturers
15.9 MACHINE CUT KOTA / SHAHABAD STONE SLAB FLOORING
15.9.1 Provide machine cut Polished Shahabad stone of specified thickness laid over 20 mm thick screed
bed in CM 1:6 as in flooring. Contractor shall submit sample of Polished Kota / Shahabad stone and
obtain approval in writing from GE before procurement of Polished Shahabad stone. Laying all as
specified in SSR. Seven cut polishing and rubbing shall be done as directed.

15.10 TESTING CHARGES : The unit rate/amount quoted by the contractor shall be inclusive of cost of
testing tiles as per IS requirements including cost of tiles and transportation charges to approved
laboratories.
16 SURFACE FINISHES

16.1. WHITE/COLOUR WASH

16.1.1 WHITE WASH. The lime for white/colour wash shall be freshly burnt fat lime (class ‘C’) conforming
to IS-712 or readymade fat lime with proprietary name as “SURYACEM” as specified in clause 15.2 of
MES Schedule Part-I. The workmanship shall be carried out all as specified in clause 15.12 of MES
Schedule Part-I.
16.1.2 YELLOW AND RED OCHRE
The pigment for making colour wash shall conform to IS 44-1991 Specification for Iron oxide/ pigment
for paints. The solid lump shall be crushed to powder.
16.2 CEMENT PAINTING:

16.2.1 Cement paint shall comply with IS 5410-1992, Specification for cement paint colour as required. The
material shall be in the powder form, free from lumps that are not friable and when mixed with
required volume of water shall be suitable for use on porous surfaces of masonry, concrete, bricks
and rough plaster work.
16.2.2 Preparation of cement paint, Preparation of surfaces, wetting of surface, application of paint & curing
shall be as per provisions at Para 15.15 to 15.15.12 of SSR Part I.
16.3 DISTEMPERING WITH OIL BOUND DISTEMPER: Distemper of required colour and shade shall be
obtained ready mixed conforming to IS 428-2000.The material shall in the form of a homogeneous
paste free from odour of putrefaction as such and when mixed with water.Oil bound distemper shall
be applied as described in schedule of works. and as specified in clause 15.6 and 15.14 of SSR part-
I. The tint of distemper shall be approved by the GE. Preparation of surfaces shall be as specified in
clause 15.2.1 to 15.2.2 of MES schedule part-II.

16.4 EXTERIOR EMULSION

16.4.1 Two coats of weather proof exterior emulsion paint ( Apex Ultima of Asian Paints or equivalent brand
in Nerolac / Berger ) , over a coat of alkali resistant primer shall be applied to surfaces as indicated in
locations in Sch of finishes. The tint of paint shall be as approved by GE. Preparation / application of
exterior emulsion shall be carried out all as per relevant clauses 17.17 to 17.17.4 of MES Schedule
Part-I.

17 SHEET GLASS
17.1 Sheet glass ;for glazing shall conform to IS 2835 – 1987 Specification for that transparent sheet glass
and shall be of the following qualities :

`A’ quality or selected quality (SQ) for selected glazing, where indicated.
`B’ quality or ordinary quality (OQ) for glazing purposes
`C’ quality or greenhouse quality (CQ) for strips for flooring

17.2 Sheet glass shall be flat transparent and clear as judged by the naked eye. It may, however, possess
a light tint when viewed edgewise. It shall be free from any cracks and other defects.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 120

PARTICULAR SPECIFICATIONS (Contd….)

17.3 Tolerance on the thickness of glass sheet shall be as under : Normal thickness

Normal thickness Tolerance


2.0, 2.5, 3.0 and 4.0 mm + 0.2 mm
4.8, 5.5 and 6.3 mm + 0.3 mm

17.4 WIRED GLASS, WIRED FIGURED GLASS AND FIGURED GLASS


17.4.1 Wired glass, wired figured glass and figured glass shall (`Conform to IS 5437 – 1994) Specification for
wired and figured glass. These shall not contain any stones with cracks or stones bigger than 2 mm
dia.

17.4.2 Wired glass and wired figured glass shall be of thickness 6.4 mm + 0.4 mm. Wire mesh shall be
made of steel wire 0.46 to 0.56 mm dia. The pattern of mesh shall be square ;or diamond with wires
welded or hexagonal with wires twisted. Wire mesh shall be embedded completely in the glass sheet
at least one mm from the surface and shall not be exposed at any place. Wire mesh shall not contain
more than three broken wired per square meter.

17.4.3 TOLERANCE
Tolerance on the thickness of figured glass shall be as under :
Normal thickness Tolerance
3.0 mm +/- 0.3 mm
4.0 and 5.0 mm +/- 0.4 mm
6.0 mm +/- 0.5 mm

17.5 PUTTY: Linseed oil putty for glazing in wooden and metal surrounds or frames shall conform to IS
419-1967, specification for putty for use on window frames. Putty shall be homogeneous paste and
shall be free from dust, grit and other visible impurities. The putty after thorough working in hands
shall have good plastic quality without sliminess or stickiness. The Putty shall work readily and
smoothly under a palette knife without crumbling or cracking and after being moulded in place, it shall
convert itself into cohesive mass.
17.6 SIZE OF GLASS: A clearance of 2.5 mm between the edge of glass and wood or metal surrounds
and 3 mm for stone, concrete or brick surrounds shall be allowed.

17.6.1 Each pane of glass shall be one whole square; piecing shall not be allowed. Broken or damaged
glass shall be hacked and replaced.

17.7 PREPARATION FOR GLAZING


17.7.1 Before glazing, all opening parts shall be checked to see that they are closing correctly and frames
are well bedded and not twisted in any way.

17.7.2 Rebates and grooves shall be dry and completely cleaned at the time glazing is fixed.

17.8 WOOD SURROUNDS: The rebates and grooves shall be painted with one coat of primer if the
surround is to be painted or primed with a medium composed of equal parts of exterior varnish and
white spirit if the surround is not to be painted.

17.9 STEEL SURROUNDS: The rebates and grooves shall be painted with one coat of primer. Zinc
surfaces shall be primed with calcium plumbate or self-etching primer. Mordant solution shall not be
used.

17.10 LOCATION OF GLASS IN SURROUNDS: Except for small panes not exceeding 0.2 sq.m the glass
shall rest upon blocks to locate the pane properly within the surround. Blocks shall be from 25 mm to
75 mm long except at the bottom bar of vertically pivoted windows where the block shall be not less
than 150 mm long.

17.11 GLAZING IN WOOD SURROUNDS: Sufficient putty shall be applied to the rebate so that when the
glass has been pressed into the rebate, the putty between the glass and the surround (back putty)
shall not be less than 1.5 mm thick and there shall also be surplus of putty squeezed out above the
rebate which shall be stripped at an angle and not undercut. The glass shall be secured by springs
spaced not more than 450 mm apart around the perimeter of the pane. Front putty shall then be
applied around the perimeter of the pane to form a triangular fillet stopping 1.5 mm short of the sight
line.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 121

PARTICULAR SPECIFICATIONS (Contd….)

18 WIRE CLOTH:
18.1 Galvanised Mild Steel Wire Cloth Wire cloth shall comply with IS 1568-1970, Specification for wire
cloth for general purposes. Wire shall be of galvanised mild steel and the cloth shall conform to the following
dimensions.
Average width of aperture mm Nominal diameter of wire mm
1.40 0.63
1.18 0.56
1.00 0.56

18.2 Wire cloth shall be regularly woven with a number of equally spaced parallel wires in both warp and
weft directions to produce uniformly square meshes or openings. The wire cloth shall be properly
selvedged by one or more wires in each edge.

19 BUILDERS HARDWARE
19.1 MATERIALS: Articles of builder’s hardware (fittings) shall be of mild steel, cast iron, brass, aluminium
alloy etc, as described in Sch ‘A’. The type and size of fittings shall also be as as described in Sch
‘A’. Fittings shall be of ISI marked / approved makes.
19.2 SHAPE AND DIMENSIONS: The shape and dimensions of the fittings shall conform to the shape
and dimensions given in the relevant IS Specifications, unless otherwise indicated. Where however
shape of fitting or its components are indicated in the relevant IS Specification, as illustrative, they are
not intended to limit their design. Such fittings or components shall be provided of the shape as
approved by the GE.
19.3 Where no IS Specifications are indicated, such fittings shall be provided equal in quality to the
samples maintained by the GE or as otherwise approved and directed by him.

19.4 FINISH: Except where otherwise specified, articles of builder’s hardware shall have the following
finish:-
(a) Mild steel and cast iron fittings : Stove enameled black
(b) Brass fittings : Finished bright or satin polished
(c) Aluminium fittings : Anodised, Anodic film shall be
transparent unless indicated to be dyed

19.5 MANUFACTURE: Fittings shall be well made and finished to the correct shape and size, free from
surface defects and flaws and shall have smooth action. Cast fittings or components shall be free
from casting and other defects. All screw holes shall be countersunk to suit the countersunk head
wood screws. All burrs, sharp edges and corners shall be removed and finished smooth.

19.6 SCREWS: Unless otherwise indicated, brass articles shall be fixed with brass screws and mild steel,
cast iron and aluminium articles with steel chromium plated screws or as indicated. Screws shall be
of the sizes as given in the IS specification for the fitting or as required.

20 TOWER BOLTS
20.1 GENERALLY: Steel tower bolts shall comply with IS 204 (Part I) 1991, specification for tower bolts
Part I, ferrous metals. Brass and aluminium tower bolts shall comply with IS 204 (Part 2) 1992
Specification for tower bolts Part 2, non-ferrous metals. The type and size of the ;tower bolts shall be
as indicated. The bolts shall be bright finished, stain finished, Ni-Cr plated as per IS 1068, copper
oxidized as per IS 1376 or zinc plated as per IS 1573, as indicated. Other parts shall be same
finished or may also be stove enameled as indicated.
20.2. TYPES OF BARREL TOWER BOLTS
(a) Brass barrel tower bolts with cast brass barrel and rolled or cast brass bolt.
(b) Brass barrel tower bolts with sheet brass barrel and rolled or drawn brass bolt.
(c) Brass barrel tower b;olts with barrel of extruded sections of brass and rolled or drawn brass
bolt.
(d) Aluminium barrel tower bolts with barrel and bolt of extruded section of aluminium alloy.

20.3. TYPES OF SKELETON TOWER BOLTS


(a) Brass skeleton tower bolts with cast brass plate and staples and rolled or drawn brass bolt.
(b) Brass skelton tower bolts with staples and plate of extruded sections of brass and rolled or
drawn brass bolt.
(c) Aluminium skeleton tower bolts with plate, staples and bolt of extruded sections of aluminium
alloy.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 122

PARTICULAR SPECIFICATIONS (Contd….)

20.4. HINGES
20.3.1 GENERALLY: Hinges shall be well made and shall be free from flaws and defects. All hinges shall
be cut clean and square. The hole for the hinge pin shall be central and square to the knuckles /
boss. All sharp edges and corners shall be removed. The sides of the knuckles shall be straight and
at right angles to the flap. The movement of the hinges shall be free, easy and square and working
shall not have any play or shake. The hinge pin shall fit inside the knuckles firmly and reveted in the
case of steel hinges, and riveted or firmly notched in the case of non-ferrous metal butt hinges and
properly finished. Rivet bead shall be well formed so as not to allow and play or shake. All screw
holes shall be clean countersunk, suitable for countersunk head wood screw.

20.4 MILD STEEL SLIDING DOOR BOLTS: These shall be bolt type and comply with the requirement of
IS 281-1991. Hasp, clips and staple plate shall be made from mild steel sheets. Sliding bolts shall be
made from round mild steel bar. Hasp, bolt, staple and clips or fixing bolts shall be copper oxidised in
accordance with IS 1378 or plated with nickel or chromium in accordance with IS 1068 as indicated.

20.5 NON-FERROUS METAL SLIDING DOOR BOLTS: These shall comply with IS 2681-1993,
Specification for non-ferrous sliding door bolts for use with padlock and shall be of the following types,
as indicated :-
(a) Brass sliding door bolts with sand or die cast brass hasp staple and fixing bolt and rolled or drawn
brass bolts.
(b) Aluminium alloy sliding door bolts with hasp, staple and fixing clips of sheet or extruded section
and fixing and sliding bolts of extruded sections of aluminium alloy.

20.6 The sliding door bolt shall have smooth sliding action. The hasp, when not cast integral with the bolt,
shall be properly secured to the bolt. Sliding bolts shall be provided with fixing bolts. Brass bolts shall
have satin finish or polished. Aluminium bolts shall be anodised.

20.7 MILD STEEL BUTT HINGES: Mild steel butt hinges shall be of cold rolled mild steel and shall comply
with IS 1341 – 1992, Specification of steel butt hinges. Steel butt hinges classified as light weight,
medium weight; broad type, square type; and heavy type I and II. Hinges shall be of medium weight,
unless otherwise indicated. The pins shall be of mild steel wire. Hinges shall be finished bright with
smooth surface.

20.8 MIRROR The mirror shall be provided with selected approved sheet glass 5.5 mm thick nominal
thickness with design glass beading. It shall be free from all flaws, specks or bubbles. The glass shall
be uniformly silver plated on the back, free from silvering defects. The silvering shall have uniform
protective coating of red lead paint. 6mm plywood backing BWR grade and bonded with phenol
formal dehyde synthetic resin adhesive suitable for general purpose.

21 PAINTING (GENERAL)
21.1 All painting as far as possible shall be carried out in dry weather and neatly cut at edges. Other
surfaces shall be protected and cleaned off as necessary.
21.2 All paint shall be of first quality not inferior to that specified in the relevant Indian Standard
Specifications and one out of the manufacturers brands/makes listed in Appendix ‘A’.

21.3 Paint for primer coat under coat and finishing coat shall be from the same manufacturers.

21.4 All iron and steel work specified shall be scrapped free from dust, scale etc, with a steel brush and will
dusted before painting. Wood and wood based materials shall be prepared as specified in MES
Schedule.

21.5 Workmanship and application of paints shall be as specified in section 17 of MES Schedule Part-I as
applicable for relevant items of painting.

21.6. PAINTING (MATERIAL)

21.6.1 Paints and primer shall be procured from one of the manufacturer’s listed here after.

21.6.2 Red-oxide zinc chromate primer for steel surfaces shall conform to IS-104.

21.6.3 Synthetic enamel paint for both wooden and steel surface shall conform to IS-2932.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 123

PARTICULAR SPECIFICATIONS (Contd….)

22 GALVALUME SHEET ROOFING: Galvalume sheet shall be 0.50mm thick (total coated thickness),
550 MPa minimum, yield strength. It shall be coated with hot dip alloy of 55% Aluminium 43.5% Zinc
1.5% Silicon and finished with resin coat on both surfaces @ 150 gm/sqm of coating (total both
surfaces) having overall width and laid width as specified and shall be fixed using hot dip galvanized,
self drilling and self tapping screws neoprene and EPDM washers. Penetrations and laps in sheet
shall be sealed by using proper sealant profile. HDPE fillers shall be provided wherever required to
close voids between sheets, sheet & fasteners etc.

22.1 Fixing system shall be as per manufacturers instructions and shall be safe against effects of Wind
velocity.

22.1.2 Galvalume Sheet Wall Cladding Galvalume Sheet for wall cladding shall be same as for roof and shall
be fixed with 8 mm and 30 mm deep trapezoidal profile sheeting fixed with self trapping fasteners.

22.1.3 Roofing Accessories: Roofing accessories ie. Corner piece apron, eaves/valley gutters, hoopers,
ridges, sheet floor connectors etc shall be of galvalume sheet and of size shape as specified.

23. MANGALORE TILE ROOFING


23.1 Mangalore tile/roofing tile shall conform to IS 654 of 1972, class AA and shall be as per clause No
11.5 & 11.6 of SSR part-I. Roofing tiles shall be laid as per clause No 11.25 of SSR part-I.

24 ANODISED ALUMINIUM FRAME WORK (SNAP GRID) FOR FALSE CEILING: Materials and work
man ship shall be as per Para 10.38.1 of SSR Part I. Aluminium sections for false ceiling shall be as
described in Sch A.

25. PVC WATER TANKS:


25.1 PVC water tanks shall be of HDPE cylindrical double layer wall. Water tank shall be "Rotational
moulded polyethylene water storage tank" as per IS 12701- 996, hoisting and fixing in position,
connecting up pipes etc. shall be executed as per manufacturer's instruction. The quoted rate also
includes provn of ball valve, making necessary holes for inlet/outlet/washout connections with suitable
unions.However inlet/outlet/over flow and washout pipe shall be paid under respective items of
Schedule ‘A’.

26 SANITARY FITTINGS
26.1 WASH HAND BASIN: Wash hand basin shall conform to IS 2556 (Part 4) 2004 all as specified in
clause 18.32.5 of SSR Part I and shall include the following :-

(i) A pair of cast iron brackets.

(ii) Waste coupling 32mm dia brass chromium plated.

(iii) PVC waste pipe.

(iv) CP pillar cock 15mm dia.

(v) Chromium plated steel chain and rubber plug.

26.2 WATER CLOSET

26.2.1 Water Closet Squatting Pan :- Water closet shall be of size as indicated in Schedule with integral
footrests and P or S trap all as specified in clause 18.32.2 of SSR Part I. Low-level PVC flushing
system, 10 litrs discharge capacity, with valve less symphonic fittings including flush pipe conforming
to relevant IS. The pan shall be set in lime concrete 1:2 at least 15 cms around and finished just
below the rim to receive adjoining floor finish. Fixing of the Pan & Fixing of flushing cistern shall be as
per Para 18.86.1 & 18.86.2 of SSR Part I.

26.3. SS SINK WITH DRAINAGE BOARD: It shall be manufactured from Salem Stainless Steel grade A1
SI 305. Thickness of the sheet shall be 1 mm. Size shall be as indicated in Sch ‘A’.

27. BIB TAPS AND STOP VALVES


Bib taps and stop valves shall be chromium plated screwed down and comply with IS-781-1984. Stop
valves shall be internally/externally threaded. The minimum finished mass of bib taps and stop valves
shall be as specified in clause No.18.14 of SSR Part-I.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 124

PARTICULAR SPECIFICATIONS (Contd….)

28. PILLAR TAP :-


Pillar tap shall be confirm to IS- 1795 and shall be chromium plated & fancy type pillar tap shall be
confirm to IS-8934 and all as specified under clause 18.16 of SSR Part-I.

29. GUN METAL GATE OR GLOBE VALVE


29.1. Gun metal Gate valve shall confirm to IS-778-1984. Fixing shall be done all as specified in clause
18.102.2 of SSR Part-I.

30. GI TUBING AND FITTINGS:-

30.1 GI tubing shall comply with IS-1239 (Part-I) -2004. The grade shall be adopted as per Schedule ‘A’
and all as specified in Clause 18.4 of SSR part I .GI tubing shall be ISI marked.

30.2 Mild steel tubes and other fittings for use with mild steel tubes shall be galvanized complying
with IS-1239 (Part-II) -1992. Fittings shall be as per Clause 18.4.3 to 18.4.5 of SSR part I.

30.3 CUTTING, JOINTING, THREADING AND LAYING OF PIPES:-


This shall be performed as specified in clause 18.50 and 18.51 MES Schedule –Part I. All pipe work
and fittings to be laid or fixed shall be completely airtight and watertight as specified.

30.4 TESTING :-
Testing of pipe after lying shall be carried out by the contractor all as specified in clause 18.50.4 of
SSR part I. All testing charges shall be borne by the contractor. Any pipe / joint found defective on
testing shall be replaced / redone without any extra cost of department.

31 UPVC SOIL, WASTE AND RAINWATER (SWR) DRAINAGE PIPES:


31.1. UPVC (SWR) pipes shall conform to IS 13592-1992 as under and size of pipes shall be as indicated
in Schedule.
Type 'A' Pipe : For use in ventilation pipe work and rain water application.
Type 'B' Pipe : For use in soil and waste discharge system.
Rubber rings for pipes and fittings shall conform to IS 5382-1985.

31.2 UPVC (SWR) fittings shall be used as per recommendations of the manufacturer of the pipes. In case
there is no IS code for the fittings, these shall generally conform to the requirements of BS 4515 DIN
19531 and DIN 19534.

31.3 UPVC (SWR) pipes and fittings shall be strong, dimensionally stable and shall be free from defects.
All PVC (SWR) pipes and fittings shall be tested with water to detect any leakage as per
manufacturers instructions.

32 PVC (SWR) PIPE/FITTINGS/ACESSORIES

32.1 The dia of pipe shall be all as specified in Schedule’A’. All the pipes and fittings shall have ISI
certification mark.

32.2 JOINTING

32.2.1 All PVC (SWR) pipes and fittings shall be fixed to wall all as specified in MES Schedule 2009 Part I
( Specifications). The pipes and fittings shall be fixed with MS holder bat clamps according to size and
shape conforming to IS 3989.

32A WATER PROOFING TREATMENT TO ROOFS (ADVANCED APP TORCH ON MEMBRANE


MINERAL FINISH).

32A.1 Clean the plastered roof surface free from dust, loose particles and any foreign matter. Apply a coat
of bituminous primer @ 0.3 kg per sq m as per IS -3384-65. Allow drying time of 24 hours. Lay
Mineral finish, 3.50 Kg/m2 Actatic polypropylene having polyester film reinforcement stabilized with
fibre glass and finished on top of thickness 3.0 mm by torch bonding using a suitable gas torch. This
is used to burn off the Flamina surface and melt a thin layer of bitumen while unrolling and laying the
membrane. The flame should be directed between the lower part of the roll and substrate and applied
until the surface of the felts start sweating. Overlaps of 100 mm for side laps and 150 mm for end laps
must be torched.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 125

PARTICULAR SPECIFICATIONS (Contd….)

32A.2 .Contractor shall furnish the test certificate of APP torch on membrane mineral finish. GUARANTEE
FOR ADVANCED APP TORCH ON MEMBRANE MINERAL FINISH WATER PROOFING
TREATMENT. Water proofing treatment shall be got done through authorized applicator of any one
of specialist firms as approved by the Garrison Engineer. Purchase vouchers and test certificates for
the materials shall be produced before the GE for verification and defacement against this contract.

32A.3. The defects liability period of water proofing treatment shall be 10 years and the contractor shall be
responsible to keep the entire buildings free from leakage/seepage for a period of 10 years after the
date of taking over the completed buildings from the contractor. The contractor may obtain a similar
guarantee from the specialist firm engaged by him for the purpose. A sum equal to the amount of
2.5% of the cost of the water proofing treatment as executed, shall be held back out of the
contractor’s bill as security during the Guarantee period of 10 years which shall be refunded to him
after expiry of this period. Alternatively, the contractor may give a separate interest bearing security
deposit pledged in favour of GE valid for 10 years for this amount.

32A.4. Should the GE at any time during the construction or prior to the expiration of said Guarantee period
of 10 years find the defects in water proofing treatment to buildings, the contractor, on demand in
writing from the GE, specifying the buildings complained of, not withstanding the same may have
been inadvertently passed, certified and paid for, forthwith undertake to carryout rectification of
defects which may be necessary to render the buildings free from leakage/ seepage at his own
expense till expiry of the Defects liability period of 10 years. In the event of his failing to do so within a
period to be specified by the GE in his demand aforesaid, the GE may undertake such treatment at
the risk and expense in all respects of the contractor. The liability of the contractor under this
condition shall not however extend beyond the period of the 10 years from the certified date of
completion, unless the notice was served on the contractor previously to rectify such defects. The
contractor shall provide a plaster plate of requisite size in situation as decided by the Engineer-in-
Charge on the wall of each of the building. The plate shall be 10 mm thick in CM 1:4 to indicate the
CA No., Name of the contractor, the date of completion of the work and the probable date of expiry of
10 years guarantee by engraving and painting (black). The cost of plaster plates is deemed to be
included in the unit rates of the buildings.

33. DEMOLITION / DISMANTLING


33.1 Contractors special attention is invited to the fact that the work under this contract includes
demolition/dismantling/taking down work. It will be ensured that all works are done in a systematic
way. Any damage caused to the existing structure during the execution shall be made good by the
contractor at his own cost and site of work left clean and tidy on the completion. Rectification/making
good shall be confirmed to the standard of materials originally used in the work and finished work
shall match with existing work in all respects to the entire satisfaction of the GE.

34 ELECTRIFICATION

34.1 SCOPE OF WORK: The extent of work under this contract is as indicated in relevant para/section of
Schedule ‘A’ and Particular specification. All references to clauses in succeeding paragraphs pertain
to MES Schedule. The layout of conductors/cable, route shall be as directed by the Engineer-in-
Charge.

34.2 GENERAL REQUIREMENT

34.2.1 The requirement pertaining to materials, conformity with Indian Electricity Act and rules, workmanship,
testing, record of installations, safety procedures and practices and fire safety, shall be all as specified
in MES Schedule clause 19.2.

34.2.2 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.

34.3 MATERIALS AND SAMPLE BOARDS

34.3.1 All materials shall bear ISI certification marking. In case ISI certification marked materials is not
available the material conforming to the relevant IS specification may be incorporated.

34.3.2 Approval of GE referred to in clause 19.2.1 of MES Schedule Part-I shall be in writing.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 126

PARTICULAR SPECIFICATIONS (Contd….)

34.3.3 The contractor and Engineer-in-Charge shall ensure that all the materials incorporated in the work
are identical in all respects. Samples approved and samples destroyed in testing shall be returned to
the contractor after completion of contract. No payment shall be made for samples destroyed in
testing.

34.3.4 All manufactured articles required for incorporation in works shall be brought to site in the
manufacturer’s original packing with the seal intact. Incorporation shall be done only when approved
by Engineer-in-Charge.

34.3.5 Type of wiring shall be with PVC insulated and PVC unsheathed multi stranded aluminium conductors
drawn through and including non metallic PVC conduits as indicated in Sch ‘A’.

34.3.6 TYPE OF WIRING. The type of wiring (conduit) shall be as given in relevant section of schedule “A”,
particular specification and as directed by Engineer-in-Charge. Point wiring for light/power point(s)
includes all works comprising of:-

Supplying and fixing/drawing of cables for carrying out wiring.


Supplying and fixing of suitable size sunk CI/pressed steel terminal box covered with white hylam
sheet to accommodate requisite switches, fan regulator(s), sockets or switch socket combination.

34.3.7 LOCATION OF VARIOUS FITTINGS: 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 regards shall be given to doors, windows, opening, 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. and
approved by GE.

34.3.8 EARTHING AND TESTING: Earthing shall be carried out as described in IS 3043, as per Schedule
‘A‘ and as shown in drawing. It shall be conforming to the clause 19.137 of MES Schedule.

34.3.9 SITING OF ELECTRICAL EQUIPMENT: The siting of cable conduit, controls, distribution boards,
fittings and accessories etc. shall be as laid down in IS 4648 “Guide for electrical layout in building” or
as directed by EIC/GE.

34.3.10 SYSTEM OF WIRING: Wiring surface/concealed type shall be carried out with PVC insulated cable
drawn through non metallic conduit and shall run as far as possible near walls ceilings so as to be
easily accessible and capable of being inspected. Power wiring shall be kept apart at minimum
distance of 2mm unless they are enclosed in earthen metal conduit suitably marked to indicate the
risk of dangerous shock due to the voltage in the conductor.

34.3.11 CONTROL AT POINT OF ENTRANCE OF SUPPLY: There shall be a linked main switch gear with
MCB on each live conductors of supply main at the point of entrance. No fuse shall be inserted in the
neutral.

34.3.12 TYPE OF SWITCH BOARD: Hinged type metal boards for mounting main switch/ MCCB/MCB and
electric meter shall be of 16 gauge MS Sheet with provision of locking arrangement and all as
specified and shown in drawing.

34.4. CABLES.
34.4.1. All cables (except flexible cables and armoured cable) to be used in the works shall be indigenous
make conforming to IS-1977 for copper conductors, and shall be suitable for 1100 Voltage of supply.
PVC unsheathed cable used in the work shall have ISI marking.

34.4.2. Flexible cord 23/0.0076 shall conform to IS-694 and shall be copper conductor PVC insulated twin
twisted PVC sheathed.

34.4.3 Testing of cable: Testing of cables shall be carried out as detailed in clause No. 19.93 & 19.94 of
SSR Part I, except that no NV test shall be made. The cable records shall be maintained all as per
clause 19.95 of SSR Part –I.

34.4.4 CONDUITS.
Non metallic rigid PVC conduit and fittings shall conform to IS-2509 and 3419 respectively. The
minimum dia of conduit shall be as specified in MES schedule part-I. The conduit wiring shall be all
as described in clause 19.125 of SSR Part-I.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 127

PARTICULAR SPECIFICATIONS (Contd….)

35 EARTHING:
35.1 Provide earthing all as per schedule of works and as specified in MES schedule Part-I. The
excavation shall be in any type of soil and surplus soil obtained shall be disposed of at a distance not
proceeding 50mtr. The mix of concrete for chamber shall be PCC 1:2:4 type B1(20mm graded stone
aggregate) and the internal surface of chamber shall be plastered in cement mortar 1:4, 10mm thick
finished even and smooth. The unit rate quoted against relevant item of Sch ‘A’ shall be deemed to
include the cost of chamber, specified in Sch ‘A’ as shown in electrical plate No.3 all as specified in
MES Schedule and also as specified above.

36 LIGHT FITTINGS.
36.1 Light fitting shall be of approved make as per sketch indicated in Schedule of works. Unit rate for
various fittings shall be defined to include for fixing the fittings and connecting up complete with
necessary connected cables etc., all as directed by Engineer-in-Charge.

37. SWITCH /SOCKET OUTLETS /CABLES.


37.1 Piano type switches shall be clearly marked letter for light, fans, bell and plug as the case may be.

37.2 Flush type socket outlets 5Amps and 15Amps shall be of make specified. 15 Amps sockets will be of
dual purpose for 5Amps also.

37.3 Standard aluminum /copper conductor cables for point wiring and sub main wiring be as per IS-694
shall be procured from any of the manufacturers as specified here-in-after.

38 FLUORESCENT TUBE LIGHT FITTINGS shall be of standard approved makes as listed in PS. The
fitting shall be suspended from the roof with two numbers metallic rigid stone enameled steel conduit
19/20mm and shall not be at height greater than the ceiling fan. The fitting shall be complete with all
accessories as described in the respective schedule ‘A’ items including 40/36 Watts tubes for 40 watts
fittings.

39 SCREWS/NAILS AND LINK CLIPS.


39.1 All screws and nails used in the work shall be of GI screws and which are visible such as over switch
box covers should be brass chromium plated. Link clips shall be of aluminum conforming to IS-2412.

40 ELECTRICAL TEST.
40.1 On completion of wiring the whole installation will be tested in accordance with IS-732 Part-I or 732
Part-III clause 5.1.5(a),(b),(c) & (d) for each building of the above IS rendered jointly, signed by the
contractor and the Engineer-in-Charge. The complete installation shall be tested in presence of
Engineer-in-Charge.

41. METAL CLAD SWITCH FUSE.


41.1. Metal clad switch fuse shall be as described in respective items of Sch ‘A’ and of best indigenous
make. This shall be quick make and break design. The switch shall be designed for full load
operation in accordance with the relevant IS. The switch fuse shall be of ample mechanical strength
and rigidity. HRC fuses certification markings.

42. MINIATURE CIRCUIT BREAKER.


42.1 The miniature circuit breaker shall have tungsten contacts and shall have quick break trip free
mechanism. The break shall be provided with both thermal over load and magnetic short circuit trips
devices. The trip free mechanism shall ensure that contacts cannot be held closed against a fault and
the thermal lament shall prevent continuous rapid re-closing of a circuit when a fault of overload
persists. The body of the breaker shall be made of heat resisting moulding. The breaker shall
conform to IS-8828. The breaker shall be flush mounted.

42.2 The technical details for the breaker shall be as given below :-
Rate voltage : 230/415 Volts AC.
Nominal rating current - As specified in Sch ‘A’.
Breaking capacity not less than 9KA at 0.75 power factor.

42.3 The MCBs and mini break isolators shall be fitted in the metal clad enclosed and universal DIN
channel supplied by the manufacturers of MCB as mentioned. Additional ways left unutilised in the
metal clad enclosures shall be enclosed with suitable blanking pieces supplied by the manufacturers.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 128

PARTICULAR SPECIFICATIONS (Contd….)

43. PAID VOUCHER/TEST CERTIFICATE. Manufacturers test certificates, paid vouchers are to be
furnished by the tenderer in respect of material as demanded by the department. If deemed,
necessary initial test may be conducted at the manufacturers work site in presence of GEs
representative. All tests shall be carried out in accordance with relevant Indian Standards (or British
standards where Indian standard do not exit).

Signature of Contractor) AGE (Contracts)


Dated: For Accepting Officer
CA No: GE (K) OF 2024-2025 SRL PAGE NO 129

PARTICULAR SPECIFICATIONS (Contd….)

Appendix “A” to PS clause

STEEL SUPPLY/ACCEPTANCE FORM

1. CA No & Name of work : ………………………………………….


2. Control No* : ………………………………………….
3. Name of Manufacture’s TC No : ………………………………………….
4. Manufacturer : ………………………………………….
5. Random test details : ………………………………………….

(a) Physical test report from ………………………………………………... vide letter No. ……..……………………..
(Name of NABL approval Lab / Govt Engg College)

(b) Chemical test report from ……………………………….………………vide letter No………..…………………….


(Name of NABl approved Lab /Govt Engg College)

6. Type of steel, dia & Qty :

(a) Type : TMT/CRS


(b) Dia : mm
(c) Actual Wt: MT
(d) Conversion Wt : MT

Chemical Test Mechanical Test

Strength
resistant
Sulphur + Phosphorus %

Percent elongation (Min


Yield Stress(N/mm 2)
Phosphorous %
Manganese %

Wt per meter

Rebend test
Sulphur %

Corrosion

Bend test
Cabon %

Remarks
(N/mm2)
Silicon%

element

Tensile

18 %)
As per IS 1786-2008

As per Manufacturer’s test


Certificates
As per independent test

Remarks with Signatures Acceptance/Rejected :

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer

Remarks of BOO/Inspecting Officer/CWE/CE or his authorized rep

* To be allotted serially by the GE consignment wise.


CA No: GE (K) OF 2024-2025 SRL PAGE NO 130

PARTICULAR SPECIFICATIONS (Contd….)

APPENDIX ‘B’ to PS Clause

FREQUENCY FOR NORMAL MASS, TENSILE, BEND AND


REBEND TESTS OF STEEL

NOMINAL SIZE QUANTITY

STEEL FOR CONCRETE


1. Bars size less than 10 mm 1 Sample (3 specimens) for each test for every 25 tonnes or part thereof

2. Bar size 10mm to 16 mm 1 Sample (3 specimens) for each test for every 35 tonnes or part thereof

3. Bar size over 16 mm 1 Sample (3 specimens) for each test for every 45 tonnes or part thereof

STRUCTURAL STEEL
4. Tensile Test 1 Test for every 25 tonnes of steel or part thereof

5. Bend Test 1 Test for every 25 tonnes of steel or part thereof

NOTE :-

1 For various tests, acceptance criteria, tolerance etc refer to Appendix ‘A’ and relevant BIS
Codes.

2. Testing by the GE as per above frequency is mandatory before payment is released to the el
required for guard bars, holdfasts, grills and such other allied items. Any items of steel, not
contractor or steel is incorporated in the work. However, tests will not be insisted upon for the
stemeeting the requirements, shall be rejected and the particular consignment removed from
the site by the contractor at his own cost. The Contractor will have no claim on this account.
Cost of tests and test samples as per above frequency shall be borne by the contractor
irrespective of test results.
3. The GE may also increase frequency and number of samples / tests for his satisfaction. The
cost of these additional tests shall be governed as per Condition 10(A) of IAFW -2249.
However cost of samples, transportation and other overheads shall be borne by the
contractor irrespective of test results.

LIST OF APPROVED SECONDARY PRODUCERS


FOR PROCEUREMENT OF STRUCTURAL STEEL

STRUCTURAL STEEL

1 M/s KL Steel Pvt Ltd 2 M/s Shrri Badrinarain Alloys & Steel Ltd
Post Box No 61, Lal Kuan, 95, Stephen House, 4 BBD Bag
Bulandshahar Road, Ghaziabad – UP Kolkata 700 001
Tele 0120 – 2867911, 2867915 Tele : 033 222205381 / 22481601
Fax 0120 – 2867917 Fax 033 22488664

3 M/s Pushpak Steel Industries Pvt Ltd 4 M/s Amba Shakti Ispat Ltd
Gate No 119 Plot No 6, Phase – II, Indutsrial Area,
Alandi Markal Road Kala Amb, Distt Sirmour – 173030 (HP)
Dhanore, Tah Khed Pune Tele: 01734 – 309983 / 309986
Tele – Fax 020 – 26444700 / 070 Fax 01702 – 238927

5 M/s SRMB Udyog Ltd 6 M/s Shree Parashnath Re Rolling Mills Ltd
46, BB Ganguli Street 4 C Maharshi Devender Road, 3rd Floor
KOLKATA - 700 012 Kolkata – 700 007,
Tele: 22369999 Ph 033 – 2274 0045 / 4475
Fax 033 -2274 0039

7 M/s SKL Concast Pvt Ltd 8 M/s Karam Steel Corpn


Z – 18, Naraina Nasrail Raod, PO Box No 56
New Delhi Mandi, Gobind Garh – 147 301
CA No: GE (K) OF 2024-2025 SRL PAGE NO 131
PARTICULAR SPECIFICATIONS (Contd….)
44. APPROVED NAMES FOR PRODUCTS TO BE INCORPORATED IN WORKS
NOTE: The makes of products given in this appendix are expected to confirm IS specifications/ bear ISI mark.
In case, they do not confirm to IS, they automatically deemed to be deleted from this list. The tenderer’s
therefore, shall make market enquiry about the same and no claim whatsoever on this account shall be
entertained. In such cases, the make shall be as approved by the Garrison Engineer. The makes if given in
Schedule ‘A’ shall take precedence over this list of makes.

Ser Item Company Name Cat Brand Name


No
1 2 3 4
Joinery
1 Factory Made Wooden Shutter
1 M/S Goel Brothers, Raipur I
2 M/S Pioneer Timber, I
Chandigarh
3 M/S Goyal Industries, New I
Delhi
4 M/S Jain Doors pvt Ltd, I
Haryana
5 M/S Indian Timber product I
6 M/S MP Wood Product , Indore I
7 M/S A1 Teak Products , Indore I

2 Factory made PVC, FRP Shutters 1 M/s Navratna Co speciality I GIZA


and Frames Chemicals
2 M/S Rajshri Plastiwood, Indore I Rajshri
3 M/S Sintex Industries Ltd I sintex
4 M/S Dura Plast Extrusion I Duraplast
5 M/S Accura Polytech I ACCUCEL
6 M/s Madhu Industries I Madhu Industries

3 UPVC Doors, Windows & 1 M/S Poly Windows , Pune I


Ventilators
2 M/S Aparna Profile Pvt Ltd I Aperna Venstar
OKOTECH
3 Rajshri Plastiwood I Rajeshri
4 Madhu Industries I Madhu Industries

4 Steel windows, ventilators, door 1 Madhu Industries I Madhu Industries


frames, shutters
2 M/S NCL Buildtek Ltd I
3 Ashish Industies Gaziabad I

5 Extruded PVC Profile Doors and 1 Rajshri Plastiwood I Rajeshri


Frames
2 M/s Kumar Arch Tech Pvt Ltd II Echon

6 Aluminium section of shutters/ 1 Hindalco Ind Ltd I Hindco


frames for door/window/
ventialator
2 M/s Indian A1 Company I Indal
3 Jindal I
CA No: GE (K) OF 2024-2025 SRL PAGE NO 132
PARTICULAR SPECIFICATIONS (Contd….)

Builder's Hardware
7 Hydraulic Door Closer 1 Everite I
2 Universal I
3 Dyana I
4 Hardwin I

8 Stainless Steel Plate Rack 1 Prayag I Prayag


2 Bluestar Sanitary Industries Pvt I SILVERSHINE
Ltd (silver shine)
3 M/s Nirali I

9 PTMT BATHROOM AND 1 R.S. Industries (POLYTUF) II Polytuf


HARDWARE FITTING
2 Prayag II Prayag

10 Aluminium Tower 1 Argent Industries (ARGENT/ I ARGENT/ DOOR


Bolt/Aldrops/Drops/ Door handle/ DOORGLOW)
Butt Hinges
2 Aluminium Udyog II

11 Towel Rails 1 Crown II


2 Jaquar I
3 ESS ESS II
4 KICH I
5 Swastik II
6 Prayag II

12 Mortice Locks 1 Harrison I


2 Godrej & Boyce Co ltd I
3 KICH II
4 RP Lock CO new dehli II

13 Venetian Blinds 1 Vista Levolor I


2 Aerolux II
3 MAC I
SECTION-10 : STEEL , ALUMINIUM & IRON WORK
Roof Covering
14 Mangalore tiles 1 M/s Charminar I
2 M/s Raja I
3 M/s RECHO I
4 M/s Prajapati I
5 M/s Kerala tile works I

15 Pre-Painted Galavalume / 1 TATA , JSW , ESSAR I


Galvanized Corrugated Steel
Sheets
2 METCO Roof Pvt Ltd II
3 M/s MB Engineering II PROFLEX
SYSTEM

16 Galvanised Plain / Corrugated 1 TATA I


Steel Sheets
2 JSW I
3 ESSAR I
2 FOSROC I
3 Dr Fixit I
CA No: GE (K) OF 2024-2025 SRL PAGE NO 133
PARTICULAR SPECIFICATIONS (Contd….)

17 Water proofing Chemicals/ 1 M/s Choksey Chemical Pvt Ltd. I


Materials
2 M/s Thermax Ltd I
3 M/s Sika India Pvt Ltd I
4 M/s Bostik India Pvt Ltd I
5 M/s Fosroc Chemicals I
6 M/s STP Limited I
7 M/s Maruti Bitumen Pvt Ltd I
8 M/s IWL India Ltd I
Ceiling and Linings
18 Perforated particle board/tiles for 1 M/s Anchor Electricals Ceiling I
insulation and accoustic Tiles
2 Armstrong wood Ind I
3 Gypboard I
4 Bison Panel I
5 Lagyp I

19 APP membrane 1 M/s STP Ltd I


2 M/s Texsa India Ltd I
3 M/s IWL Ltd I
4 M/s Tiki Tech I
20 Blank
&21

22 PLYWOOD 1 KITPLY I
2 Century Plywood I
3 Archid ply I Archid
4 Green Ply I Green Ply
5 M/s Anchor Electricals I Anchor

23 Partical Board Gypsum 1 Mangalam Timber Product I


2 Gypsum board I
3 Jolly BD , mumbai I
4 Indian Gypsum product I
5 I

24 Particle Board Cement Bonded 1 NCL Industies Ltd (BISON I BISON PANEL
PANEL)

25 Theramal Insulation (Nitrile Ruber) 1 Armacell India PVT Ltd. II ARMA FLEX
(ARMAFLEX)

26 Acoustic Insulation (Nitrile 1 Armacell India PVT Ltd. II ARMA SOUND


Rubber) (ARMASOUND)

27 Insulation Covring Syestem 1 Armacell India PVT Ltd. (ARMA II ARMA CHECK
CHEAK)

28 Adhesives 1 Pidilite I
2 Fevicol I
3 Vamicol I
CA No: GE (K) OF 2024-2025 SRL PAGE NO 134
PARTICULAR SPECIFICATIONS (Contd….)

29 Pre-laminated Particle board 1 Novapan I


2 Eco Board Industries, Pune I
3 Kitply I
4 Green Ply I
5 M/s Anchor Electricalslam I
6 Century Playwood I

Floor Finishes & Pavings


30 Glazed Ceramic wall / Flooring 1 Johnson Tiles I
tiles
2 Kajaria I
3 Somany I
4 M/s Asian Graniter Lnd Ltd I AGL TILES
5 RAK Ceramics Ltd I RAK Ceramics

31 Non-skid Ceramic tiles 1 Johnson Tiles I


2 Kajaria I
3 Somany I

32 Vitrified Tiles 1 Johnson marbonite I


2 Kajaria I
3 Somany I
4 M/s Asian Granite (I) Ltd I AGL Tiles
5 RAK CERAMICS I RAK CERAMICS

33 Cement Concrete Interlocking 1 Mehtab Tiles , Indore I Mehtab


Paver Blocks / Tiles 2 M/S Ultra Tiles I Utra
3 Navya Tiles, Jodhpur I Navya
4 NITCO I
5 Patel furniture Mart I Patel furniture
Mart

34 Distemper oil-emulsion (OBD) 1 Nerolac I Nerolac


2 Asian Paints I Asian Paints
3 M/s Akzo nobel I
4 Berger Paints I Berger Paints

35 Plastic Emulsion Paint and 1 Asian Paints I Asian


exterior Emulsion Paint
2 Berger Paints I Berger
3 Nerolac I
4 M/s Akzo nobel I

36 Cement Base Paint 1 Super Snowcem I


2 Duracem I
3 Aquacem I
4 Shalimar I
5 Berger I

37 Cement Putty 1 Birla Cement I


2 JK White I JK White
3 Golden Mohar I
4 Asian Paint I Asian
5 Jehnson & Nicolson I
6 Shalimar I
CA No: GE (K) OF 2024-2025 SRL PAGE NO 135
PARTICULAR SPECIFICATIONS (Contd….)
38 Sheet glass plain 1 Hindustan Pilkington Glass I
works
2 Saint Gobin I
5 M/s Asahi Works I

39 Sheet glass frosted 1 Hindustan Pilkington Glass II


works
2 Saint Gobin I
3 Modi Float II
4 Modiguard II
5 Asahi Works I
6 Atul Glass Industries II
7 Gold Fish II
8 Trupti II

40 Mirror 1 Modi I
2 Atul I
3 Saint Gobain I
Painting
41 Synthetic Enamel Paint 1 Asian Paints I
2 Nerolac Paints I
3 M/s Akzo nobel I
E/M ITEMS
Water Suppy, Plumbing, Drains & Sanitary Appliances
42 GI Pipes & Fittings 1 Tata I
2 Jindal I
3 Surya roshani Ltd I

43 HDPE Pipes & Fittings 1 Finolex I


2 PRINCE' by Prince Pipes and I Core Fit
fittings ltd
3 Kisan Irrigation & INFRA I
STRUCURE LTD
4 Supreme I
5 JAIN IRRIGATION SYSTEM I

44 CPVC pipes and fittings 1 FINOLEX I


(Chlorinated polyvinyl chloride)
2 Dutron I
3 SFMC I
4 Birala Aerocon I

45 PVC - Soil, waste, rainwater (SWR) 1 'PRINCE' by Prince Pipes and I


& Drainage pipes fittings ltd
2 Kisan I
3 Finolex I
4 Superman I

46 PVC Pipes & Fittings 1 'PRINCE' by Prince Pipes and I


fittings ltd
2 Finolex I
3 Supreme I
4 HIL Limited (Birla Aircon) I

47 UPVC Pipes & Fittings 1 'PRINCE' by Prince Pipes and I


fittings ltd
2 Finolex I
3 Supreme I
4 HIL Limited (Birla Aircon) I Birla Aircon
CA No: GE (K) OF 2024-2025 SRL PAGE NO 136
PARTICULAR SPECIFICATIONS (Contd….)

48 UPVC Pipes & Fittings for SWR 1 'PRINCE' by Prince Pipes and I
fittings ltd
2 Finolex I
3 Supreme I
4 HIL Limited (Birla Aircon) I

49 CI - Soil, waste, rainwater (SWR) & 1 NECO, Nagpur I


Drainage pipes
2 SKF (sighal iron foundry , I SKF
mathura

50 RCC pipes, drain pipes 1 Thuluvananikal Pipes I


2 Everest I
3 Himalaya I
4 Indian Hume Pipes I

51 Sluice valves 1 Leader I


2 Upadhya I
3 L&T I
4 BIR I
5 ZOLOTO I

52 Butterfly Valves/ Disc Valves 1 Upadhya I


2 L&T I
3 Kirloskar I
4 Leader I
5 ZOLOTO I
6 SANT I

53 Gate valves 1 Leader I


2 Zoloto I
3 sant I

54 PVC Water Tanks/POLYTHYLENE 1 Sintex Indus I Sintex


2 Polycon, Jaipur I
3 Rotex I
55 CP Bib Cock, Stop cock, pillar 1 Jaquar I
cock, health faucet, toilet paper
holder
2 Marc I
3 CERA Sunitoro I
4 Kohler I

56 Copper/Brass Alloy Bib Tap, Pillar 1 Soma I


Tap, Angle Valve and Stop valves
& accessories
2 Leader I
3 Zoloto I
4 JAQUAR & CO PVT I
LTD(JAQUAR)
57 PVC Stop Cock and Bib 1 Jaypee I
Cock/Cock/ Float Valve and
accessories
2 GMP I
3 Neta I
4 Zoloto I
5 Prayag polimer I
6 Symet I
CA No: GE (K) OF 2024-2025 SRL PAGE NO 137
PARTICULAR SPECIFICATIONS (Contd….)

58 Gun-Metal Globe or Gate Valves 1 Leader I


2 BIR I
3 Zoloto I
4 Kirloskar I
59 Shower Rose 1 Jaquar I
2 Crabtree I
3 Kohler I
4 CERA Sunitaryware I
60 Water Closet -Vitreous China 1 CERA I
2 M/s Kajaria Sanitaryware I
3 Parryware I
4 Jaquar I
5 Hindware I
6 Johnson I
7 M/s RAK Ceramics I
61 Flushing Cistern - PVC Low Level 1 RAK Ceramics India Pvt Ltd I
INCL Flush Valves and Fitting for
WC and Urinals
2 Parryware I
3 CERA Sunitaryware I
4 M/S Johnson Peddar I
5 Jaquar & Co Pvt Ltd I
62 Plastic Seat Covers for EWC 1 CERA I
2 Parryware I
3 Neycer I
4 Prayag Polymers I
63 URINALS - VITREOUS CHINA 1 CERA I
2 Parryware I
3 Neyveli Ceramics (Neycer) I
4 Hindware I
5 Johnson I
6 Jaquar I

64 Wash Basin - Vitreous China 1 CERA I


2 Kajaria Sanitaryware Ltd I
3 RAK Ceramics I
4 Parryware I
5 Hindware I
6 Neyveli Ceramics (Neycer) I
7 Jaquar I
65 Sink Steel 1 Nirali I
2 Neelkant I
3 JAYNA I
4 Parryware I
66 UG HT XLPE, PVC Insulated 1 Cable Corporation of India, I
Aluminum Conductor for 33/11 KV Mumbai
System/ 22 KV system
2 M/s Havells India Ltd india ltd I
3 Universal Cables Ltd, Satna I
4 Asian Cables (RPG) I
5 Gloster I
6 RPG Cables Ltd , Thane I
7 Finolex I
8 RR Cable I
9 KEI I
CA No: GE (K) OF 2024-2025 SRL PAGE NO 138
PARTICULAR SPECIFICATIONS (Contd….)

68 UG LT XLPE , PVC Insulated 1 Cable Corporation of India, I


Aluminum Condctor for 1100 Volts Mumbai
2 Asian Cable Co, Chattisgarh I
3 Finolex Cable Ltd, Pune I
4 Polycab I
5 Gloster I
6 Universal Cables Ltd, Satna I
7 RPG Cables Ltd , Thane I
8 M/s Havells India Ltd india ltd, I
Alwar
9 KEI Industries Ltd (KEI) I

69 Fluorescent tube light fittings/CFL 1 Wipro I


fittings/
2 Bajaj I
3 Crompton I
4 Phillips I
5 M/s Havells India Ltd I
70 LED Light fittings 1 Phillips I
2 M/s Havells India Ltd I
3 Osram I
4 Wipro I
5 GE I
6 M/s Luker I
7 M/s BENTEC Pvt Ltd I
8 M/s Everyday Industries I
10 M/s Orient Electric I
11 M/s Polycab Pvt Ltd I
12 M/s Surya Roshni I
13 M/s Jaquar & Co Pvt Ltd I
14 M/s Halonix Technologies Pvt I
Ltd
15 M/s Pyrotech Electronics Pvt Ltd I
16 M/s Compton I
17 M/s Shri Sant Krupa I SYSKA
71 DB/MCB(Miniature Circuit 1 Larsen & Tubro I
Breakers & MCCB(Moulded Case
Circuit Breakers)
2 ABB I
3 Siemens I
4 Schneider I
5 M/s Havells India Ltd I
6 Legrand I
7 M/s Novatour Electricals & Pipe I INDO- ASIAN
8 C&S Electric Ltd I

72 Microprocessor based MCCB LT 1 Larsen & Tubro I


415 Volts
2 ABB I
3 Legrand I
4 Siemens I
5 Schneider I
6 C&S Electric Ltd (C&S Electric) I
7 M/s Novatour Electricals & Pipe I INDO- ASIA
CA No: GE (K) OF 2024-2025 SRL PAGE NO 139
PARTICULAR SPECIFICATIONS (Contd….)

73 Modular Switches/ Sockets 1 M/s Anchor Electricals I Anchor Roma


Electricals
2 Legrand I
3 Crabtree I
4 M/s Havells India Ltd I
5 Indo-Asian I
6 Polycab I
7 M/s L&T I
8 M/s Penasanic Life Solutions I
74 Exhuast fan/wall mounted fans 1 Crompton I
2 Khaitan I
3 Usha I
4 Bajaj I
5 Almonard I
6 M/s Havells India Ltd I
7 Polycab I
75 Electronic Type Fan Regulator 1 Legrand I
2 Crompton I
3 M/s Havells India Ltd I
4 Bajaj I
5 Orient I
6 M/s V Guard Industires Ltd I
7 Polycab I
76 PVC insulated Copper/Aluminum 1 M/s Havells India Ltd I
Cables 1100 Volts of all types
2 Finolex Cables I
3 Nicco I
4 Plaza I
5 M/s Anchor Electricals I
6 Polycab Wires I
7 RPG Cables I
8 GLOSTER I
9 M/s RR Kobal I
10 KEI I
77 PVC conduits (Rigid) 1 M/s Anchor Electricals I
2 Modi I
3 Presfit I
4 Precision I
5 Astral I
6 Polycab Wires Pvt Ltd (Polycab) I
7 M/s Panasonic Life Solutions I
78 Casing capping & Accessories 1 Precision I
2 Modi I
3 Presto Plast I
4 Supreme I
5 Polycab I
6 Plaza Cables I
7 M/s Pressfit Pipe & Profile I
79 Geyser 1 M/s Havells India Ltd I
2 Bajaj I
3 Racold I
4 Usha I
5 Vinus I
6 V-Guard I
7 Jaquar I
CA No: GE (K) OF 2024-2025 SRL PAGE NO 140
PARTICULAR SPECIFICATIONS (Contd….)

80 Piano switches, Sockets, lamp 1 Anchor I


holders, call bell buzzer, plug & 2 M/s Crabtree I
socket board, ceiling roses
3 M/s Leader I
4 Legrand I
5 Havells I
6 C&S Electric I
81 Non Asbestos Fibre sheets 1 Everest I
2 Charminar Fortune I
3 RAMCO I
82 Ready Mix Concrete (RMC) 1 Lafarge I
2 Ultra Tech I
3 ACC I
4 RMC ready mix I
5 Ramco I
83 Ceiling Fan (BLDC) 1 Havells
2 Bajaj
3 Atomberg
4 Orient
5 Crompton

Signature of Contractor) AGE (Contracts)


Dated: For Accepting Officer
CA No: GE (K) OF 2024-2025 SRL PAGE NO 141

PARTICULAR SPECIFICATION (CONTD…)

SOURCE OF LOCAL MATERIAL

STATION : Deolali

Ser MATERIALS SOURCE


No.
1 2 3

1 Stone for masonry/ Road : Local

2. Stone aggregate for concrete : Local

3. Sand : Local

NOTES :

1. Sources indicated above are for guidance only. The contractor may at his discretion
procure materials from other sources without any extra cost of Govt. provided they confirm to
/ are superior to the samples of materials kept in GE’s office and source is approved by GE.

2. Sources of materials shall be as given as above or in the vicinity thereof. The


tenderer shall ascertain the actual position / exact location of source before submitting his
tender and no additional payment shall be made on account of misunderstanding for its
distance from site of works.

3. The tenderer shall amongst other things also ascertain all information such as
royalties, taxes, duties and other charges etc, on the materials and no additional payment
shall be made on account of the foregoing.

Signature of Contractor) AGE (Contracts)


Dated: For Accepting Officer
CA No: GE (K) OF 2024-2025 SRL PAGE NO 142

PARTICULAR SPECIFICATION (CONTD)


Appendix ‘E’

1.0 GUIDELINES FOR CONSTRUCTION SITES POST LOCK DOWN (COVID-19 OUTBREAK)

1.01 All Protocol including Emergency Response must be laid out at every on-going project as
per guidelines issued by local Municipal Authority / District collector.

1.02 Daily Morning Briefing Sessions & Safety (Tool-Box & Health) Meeting will be arranged to
review & ensure site protocols in view of highly dynamic scenario ensuring social distancing norms.
During these sessions, Health & Safety Officers on site must inform everyone including workers
about the safety guidelines and important updates.

1.03 All Necessary arrangements for public announcements shall be made at every on-going
project.

1.04 Mandatory Thermal Scanning of everyone entering and exiting a construction site will be
done for checking fever / body temperature. If anyone leaves and re-enters the site during the shift,
re-screening of the individual will be done prior to re-entry into the work site.

1.05 Provision for Water & Soap / Hand Wash / Sanitizer (touch-free recommended) will be made
at all Entry/Exit points and Common areas (including specific locations on higher floors)

1.06 All construction workers and site engineering staff will be required to wash & sanitize his/her
hands before entering the site. Same procedure to be followed after exiting the premise. Sufficient
quantities of Hand Wash / Soaps and related items should be available at the site.

1.07 Everyone entering site area (including construction labour) should mandatorily wear face
mask.

1.08 Hand gloves should be used by the workers who are handling material coming from outside.
Re-usable equipment should be thoroughly cleaned and should not be shared with there.

1.09 There will be strict ban on Gutka, Tambaku, Paan etc.on site and spitting in common area
shall be strictly prohibited and may attract with heavy fines.

1.10 Food should be consumed at designated areas only ensuring social distancing. Common
sitting arrangements should be removed.

1.11 Bathrooms & Toilets Usage must be scheduled to avoid crowding and all arrangements
should be made to ensure social distancing at these spots.

1.12 Goods Movement Passes to be issued by local police to allow construction material on site.
Proper Disinfection to be done for all vehicles entering the site.

1.13 Entire construction Site will be disinfected on daily basis (including site office, labour camp,
canteens, pathways, toilets, entry / exit gates). Housekeeping team should be provided with
necessary equipment.

1.14 There will be total ban on non-essential visitors at sites (including from Head office staff,
consultants etc.).

1.15 Hospital/clinics authorized to treat COVID-19 patients, should be identified and list should be
displayed at Site all the time. A doctor should visit periodically (at least once a week) at site on
allotted time for any medical assistance.

1.16 Appropriate signage at construction site spelling out safety practices in the local language /
Hindi which is understood by all.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 143

PARTICULAR SPECIFICATION (CONTD)

1.17 50% Engineering Staff to be allowed to travel to site only through private own vehicle. No
ride-sharing to be done strictly. Police to issue travel passes to construction staff / engineers who do
not live in the containment zones as designated by local authority.

1.18 For any confusion, clarification and update, everyone should approach GE/ Engineer-in-
Charge Project Manager / Safety-In charge. Do not believe on rumour s and don’t spread them.

2.0 : GUIDELINES FOR CONSTRUCTION SITE WORKERS

2.01 On day 0, before resuming the work on sites post lockdown period, mandatory medical
check-up will be arranged for all workers.

2.02 The workers coming from outside should observe home-quarantine for at-least 14 days as
per the guidelines issued by MoHFW.

2.03 Only medically fit workers will be deployed at site and medical assistance will be arranged
for unfit workers. Medical check-up camp should be arranged periodically.

2.04 A unique photo identity card with serial number will be issued to all the workers and their
family members staying at site. Proper record of all these workers will be maintained.

2.05 Construction Workers will not be allowed to go outs ide site area. All the essential items will
be made available to them at site only. If necessary, they can go out wearing face mask, after
informing supervisor.

2.06 No outside worker will be allowed to stay at site without following proper procedure and
instructions.

2.07 Start time on site will be staggered to avoid congestion at the entry gates Number of workers
working at a particular time / place will be reduced by making arrangements for different shifts /
areas. Accordingly, additional staff such as security guards, supervisors etc. may be deployed.

2.08 As in most cases, workers reside at the Sites, hence no travel arrangements are required for
them. The workers staying outside (which are always nearby) should reach at the site either by
walking or by bicycle.

2.09 During attendance, training and other session s, social distancing guidelines will be followed
along with provision of no-touch attendance.

2.10 All workers may be advised to take care of their own health and look out for respiratory
symptoms/fever and, if feeling unwell, should leave the workplace immediately after informing their
reporting officers.

2.11 Workers should not shake hands when greeting others and while working on the site.

2.12 Mandatorily wear face masks while working on site. While not wearing masks, cover your
mouth and nose with tissues if you cough /sneeze or do so in the crook of your arm at your elbow.

2.13 Avoid large gatherings or meetings. Maintain at least 1 metre (3 feet) distance from persons,
especially with those having flu-like symptoms, during interaction.

2.14 Not more than 2/4 persons (depending on size) should be allowed to travel in lifts or hoists.
Use of staircase for climbing should be encouraged.
CA No: GE (K) OF 2024-2025 SRL PAGE NO 144

PARTICULAR SPECIFICATION (CONTD)

2.15 Workers should clean hands frequently by washing them with soap and water for at least 40
seconds. When hand washing isn’t possible, alcohol-based hand sanitizer with greater than 70%
alcohol should be used.

2.16 Workers should not share their belongings like food, water bottles, utensils, mobile phones
etc. with others. The utensils should be washed properly post use at designated place.

2.17 Post work, workers should change their clothes before leaving the site and clothing should
not be shook out.

2.18 Avoid touching your eyes, nose, or mouth with unwashed hands.

2.19 All vehicles and machinery entering the premise should be disinfected by spray mandatorily.

2.20 All construction material arriving at site should be left idle for 2 days before use to ensure
safe usage.

2.21 Non-touch garbage bins with biodegradable garbage bag should be installed for waste
collection at all common access areas. Proper disposal of garbage bags along with daily cleaning
and sanitization of bins should be ensured.

2.22 Wipe down interiors and door handle of machines or construction vehicles, the handles of
equipment and tools that are shared, with h disinfectant prior to using

OSIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER

You might also like