GP

CA NO.GE (I) (P) FY/ITA/ OF 2017-18 SERIAL PAGE No.1 MILITARY ENGINEER SERVICES GARRISON ENGINEER (I) (P) FY JABALPUR...

0 downloads 106 Views 825KB Size
CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.1

MILITARY ENGINEER SERVICES GARRISON ENGINEER (I) (P) FY JABALPUR PO, KHAMARIA, JABALPUR - 482005 REPAIRS AND REPLACEMENT OF SECURITY STREET LIGHT FITTINGS, UNDER GROUND CABLES AND SOLAR STREET LIGHTS AT TECH AREA TAKU CPE ITARSI. CONTENTS (INDEX SHEET) Sl No

DESCRIPTION OF CONTETS

PAGES NO

1.

Contents (Index Sheet)

1

2.

Forwarding letter

2

3.

Instructions for tenderer

3

to

6

4.

Notice of Tender (IAFW-2162) with Appendix „A‟ including errata/amendments to Appendix.

7

to

13

5.

Item rate tender and contract for works required IAFW -1779 - A (Revised 1955) including schedule `A`, `B`, `C` & `D`.

14

to

19

6.

General conditions of contracts (IAFW-2249) (1989 Print) including errata & amendments thereto.

20

to

72

7.

Schedule of minimum fair wages.

73

to

83

8.

Special conditions.

84

to

99

9.

Particular specifications.

100

to

107

10.

Bill of quantities in EXCEL SHEET (BOQ).

11.

Schedule of credits and General summary.

12.

Errata/amendments to the tender documents.

13.

Relevant correspondence.

14.

Acceptance letter. Total pages

SIGNATURE OF CONTRACTOR DATED:

ACCEPTING OFFICER

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

Tele / Fax : 0761 2338320

SERIAL PAGE No. 2 REGISTERED A/D Military Engineer Services Garrison Engineer (I)(P) Fy PO : Khamaria Jabalpur - 482 005 (MP)

8158/ITA/03/E8

21 Mar 2018

M/S__________________________ _____________________________ _____________________________ REPAIRS AND REPLACEMENT OF SECURITY STREET LIGHT FITTINGS, UNDER GROUND CABLES AND SOLAR STREET LIGHTS AT TECH AREA TAKU CPE ITARSI.

Dear Sir(s), 1.

A set of tender documents along with BOQ for work mentioned above is uploaded herewith on the MES portal of www.eprocuremes.gov.in. on 21 Mar 2018 before 1600 hrs.

2.

The last date of submission of online bids (cover-1 & cover -2) shall be 27 Mar 2018 before 1000 hrs. However, the critical date‟s i.e. downloading/uploading, submission, opening of bids shall follow as per NIT. Bidder is however to ensure that the tender cost in form of hard copy DD/BC and other documents as mentioned in NIT for MES enlisted/ Un enlisted bidders in original should reach this office on or before opening of Cover-I (Technical bid ).

3.

The complete tender shall remain available on public domain to view/download on the MES portal www.eprocuremes.gov.in.The bids in Two Cover system (cover-1 contains tech bid & cover - 2 contains price bid) shall be submitted online on MES portal www.eprocuremes.gov.in.

4.

Tenderer(s) attention is invited to pages containing General Conditions of Contracts and Schedule of Minimum Fair Wages. Since the contents of these pages are common to all tenders and are available with tenderer(s) and/or have been ascertained from the proper authorities, these have not been attached and these pages shall form part of the tender documents Tender from Contractors having not executed Standing security bond in any of MES formations, shall accompany with Earnest Money as mentioned in Notice of Tender, failing which tender will be treated as non-bonafide. Such tenderer, who submits bonafide tender and whose tender is accepted, would be required to deposit individual Security Deposit on acceptance of tender, which will be calculated with reference to the tendered cost as per scales laid down by MES for calculation of “EARNEST MONEY” enhanced by 25% subject to maximum of 18,75,000.00.

5.

6.

Instruction for completion of tender documents to be complied with by the tenderer(s) is enclosed to these tender documents.

7.

This letter including enclosures shall form part of the tender documents.

8.

The work shall be got executed by Proprietor/Partner(s) of firm. Under no circumstances power of attorney holder shall be allowed in any of the activities concerning to the work.

(SIG OF CONTRACTOR) DATED : ____________

Sd/GARRISON ENGINEER GARRISON ENGINEER (I) (P) FY

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 3

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER(S) 1.

EARNEST MONEY Contractors who are not enlisted with MES/who are enlisted but have not executed the Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender in one of the following forms, along with their tender:(a) (b)

Deposit at Call Receipt from a Schedule Bank in favour of Receipted Treasury Challan, the amount being credited to Revenue Deposit of Garrison Engineer (I) (P) Fy Jabalpur NOTE: (i) Earnest Money in the form of Cheque /Bank Guarantee etc., will not be accepted (ii) Non-submission of earnest money will render the tender as non-bonafide and consequently ignored 2.

SECURITY DEPOSIT

2.1

In case the tender submitted by un-enlisted contractor is accepted, the contractor will be required to lodge with the Controller of Defence Accounts. “INDIVIDUAL SECURITY DEPOSIT” calculated with reference to “TENDERED COST” as notified by the Accepting Officer subject to a max. 18,75,000 as per laid down scale (see condition 22 of IAFW-2249)

2.2

Security Deposit for Individual works (i.e. Individual Security Deposit) shall be 25% more than the amount of earnest money calculated as under with respect to tendered cost: Sl No 1

Estimated cost of works UptoRs 50 Lakhs

2

Over Rs 50 lakhs and upto Rs 100 lakhs Over Rs 100 lakhs and upto Rs 500 lakhs Over Rs 500 lakhs and upto Rs 1500 lakhs Over Rs 1500 lakhs

3 4 5

3.

Earnest Money 2% of the amount subject to a minimum of Rs 5,000/Rs.1,00,000/- + 1.5% of the amount exceeding Rs.50 Lakh. Rs.1,75,000/- + 1% of the amount exceeding Rs.100 Lakh. Rs.5,75,000/- + 0.5% of the amount exceeding Rs.500 Lakh. Rs 10,75,000/- + 0.5% of the amount exceeding Rs 1500 lakh subject to a maximum of Rs 15,00,000/-

CONTRACTORS ENLISTED UNDER CHIEF ENGINEER CENTRAL COMMAND AND WHO HAVE EXECUTED SECURITY BOND AND DEPOSITED STANDING SECURITY DEPOSIT BUT OF A LOWER CLASS. In case the tender of such a contractor is accepted, the amount of Additional Security Deposit will be as notified by Accepting Officer on acceptance of tender. This amount would be the difference between the „Individual Security Deposit‟ calculated with reference to the „TENDERED COST „and the „Standing Security Deposit” lodged by him. (Refer Condition 22 of IAFW-2249). Contd…

CA NO.GE (I) (P) FY/ITA/ 4.

5. 5.1

5.2 5.3 5.3.1 5.3.2 5.3.3 5.3.4 5.3.5 5.3.6 5.4 5.4.1

5.4.2

5.4.3 5.5 5.5.1

OF 2017-18

SERIAL PAGE No. 4

CONTRACTORS ENLISTED IN OTHER MES FORMATIONS (OUT SIDE OF JABALPUR AREA FOR „E‟ CLASS & CE CENTRAL COMMAND AREA FOR „D‟ TO „S‟ CLASS CONTRACTOR) Contractors whose names are on the approved list of MES formations other than Jabalpur area for E- Class & CE Central Command area for D to S class contractor and who have deposited Standing Security and have executed Standing Security Bond may tender without depositing Earnest Money with the tender. If the tender submitted by such contractor is accepted, the contractor will be required to lodge with the Controller of Defence Accounts, the amount of Individual Security Deposit within 30 days of receipt by him of notification of acceptance of tender, failing which this sum will be recovered from the first RAR payment or from the Final Bill. However, in cases where any payment is made to the contractor within 30 days of the receipt by him of notification of acceptance of tender, the amount of Individual Security Deposit shall be recovered from such payments. GENERAL INSTRUCTIONS FOR ON LINE BIDDING The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidder in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at https://eprocuuremes.gov.in REGISTRATION Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL:https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrolment” on the CPP Portal which is free of charge. As part of the enrolment process, the bidders will be required to choose a unique user name and assign a password for their accounts. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify/TCS/N Code/E mudra etc.) with their profile. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC‟s to otherwise may lead to misuse. Bidder then login to the site through the secured login by entering their user ID password and the password of the DSC/e-Token. TENDER There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include tender ID, organization name, location, date, value etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc., to search for a tender published on the CPP Portal. Once the bidders have selected the tenders they are interested in, they may download the required documents/tender schedules. These tenders can be moved to the respective “My Tenders‟ folder. This would enable the CPP Portal to intimate the bidders through SMS/e-mail in case there is any corrigendum issued to the tender document. The bidder should make a note of the unique tender ID assigned to each tender, in case they want to obtain any clarification/help from the help desk. PREPARATION OF BIDS Bidders should take into account any corrigendum published on the tender document before submitting their bids. Contd…

CA NO.GE (I) (P) FY/ITA/ 5.5.2

5.5.3

5.5.4

5.6 5.6.1 5.6.2 5.6.3 5.6.4

5.6.5

5.6.6 5.6.7

5.6.8 5.6.9

OF 2017-18

SERIAL PAGE No. 5

Please go through the tender advertisement and the tender documents carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents including the name and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. Bidder in advance should get ready the bid documents to be submitted as indicated in the tender document/schedules and generally, they can be in GPDF/XLS/RAR/DWF/JP format; bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. To avoid the time and effort required in uploading the set of standard documents as mentioned in Para 9 of NIT which are required to be submitted as a part of every bid, a provision of uploading such standard document has been provided to the bidders. Bidders can use “My Space” or “Other Important Document” area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to reduction in the time required for bid submission process. SUBMISSION OF BIDS Bidder should login to the site well in advance for bid submission so that they can download/upload the bid in time as per NIT; bidder will be responsible for any delay due to other issues. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. Bidder has to select the payment option as “Offline” to pay the tender fee/EMD as applicable and enter details of instrument. Bidder should post/couriered/given in person to the concerned officer latest by the last date and time of bid opening (cover -1) all documents as mentioned in NIT in Para 9 and these documents shall tally with the scanned copy otherwise the uploaded bid will be rejected. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BOQ format with the tender documents, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details have been completed, the bidder should save it and submit it online, without changing the filename, if the BOQ file is found to be modified by the bidder, the bid will be rejected. The server time (which is displayed on the bidders‟ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidential of the bids is maintained using the secured Socket Layers 128 bit encryption technology. Data storage encryption of sensitive file is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers. The uploaded tender documents become readably only after the tender opening by the authorized bid openers. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid No. and the date & time of submission of the bid with all other relevant details. Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 6

5.6.10 The bid summary has to be printed and kept as a acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings. 5.7

ASSISTANCE TO BIDDERS

5.7.1

Any queries related to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

5.7.2

Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal help desk.

6.

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

7.

The department may issue amendments/corrigendum to the tender documents before due date of submission of tenders. The tenderer is required to read tender documents in conjunction with the amendments. If any, issued by the department. The errata/amendments issued by the department shall only hold good. In this connection it is expressly brought to the notice of tenderer that if he makes any alterations in the tender documents and does not specifically bring out the alterations to the notice of Accepting officer, the alteration(S) made by the tenderer shall be deemed to have become null and void and the original provisions in the tender documents as originally made by the department or amended subsequently through amendments to tender documents issued by the department only shall hold good and the contractor will not have any claim on this account.

8.

Tenderer is deemed to be in procession of copy of MES Schedule of Rates (Part I & II) including errata and amendments there to and an updated TD/FD booklet mentioned in list of drawings (in case of drawing based tender). In case the same is required by tenderer, it can be obtained from this office on any working day with due cost as admissible.

9.

You attention is drawn to the official secret Act, particularly section 5 thereof for compliance.

10.

The accepting officer reserves right to accept a tender submitted by a public under taking giving a price preference over other tender(s) which may be lower, as are admissible under the Government policy. No claim for any compensation or otherwise shall be admissible from such tenderer (s) whose tender may be rejected on account of said policy.

11.

These instructions shall be signed and returned along with the tender documents.

SIGNATURE OF CONTRACTOR DATED:_____________

ACCEPTING OFFICER

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 7 In lieu of IAFW-2162(1960)

MILITARY ENGINEER SERVICES (NOTICE OF TENDER) APPLICABLE FOR ITEM RATE/LUMP SUM CONTRACTS 1.

A tender is invited for the work as mentioned in Appendix „A‟ to this Notice of tender

2.

The work is estimated to cost as indicated in aforesaid Appendix „A‟. This estimate, however not a guarantee and is merely given as a rough guide line and if the work costs more or less the tenderer will have no claim on that account. The tender shall be based as mentioned in aforesaid Appendix „A‟. 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 may be on or about two weeks after the date of acceptance of the tender.

3.

Normally contractors whose names are on the MES approved list for the area in which the work lies and within whose financial category the estimated amount would fall, may tender but in case of term contracts, contractors in categories „S‟ to „F‟ may tender. In case where the tendered amount is in excess of the financial category, whether or not the estimated amount was within the financial category of the contractor, the Accepting Officer reserves the right to accept the tender, in which event the tenderer would be required to lodge “Additional Security Deposit” as notified by the Accepting Officer, in terms of conditions of contract. Contractors whose names are borne on the MES approved list of any MES formation and who have deposited Standing Security and have executed Standing Security Bond may also tender without depositing Earnest Money along with the tender but such tenderer would be required to deposit “Security Deposit” as notified by the Accepting Officer before acceptance of tender. In case, however, the Accepting Officer subsequent to deposition of Security deposit decides not to accept the tender for any reason whatsoever, the amount deposited will be refunded to the tenderer. Not more than one tender shall be submitted by one contractor or one firm of contractors. Under no circumstances will a father & 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. Breach of this condition will render the tenders of both parties liable for rejection.

4.

The Garrison Engineer (I) (P) FY, Jabalpur-482005 will be the Accepting Officer here-in-after referred to as such for the purpose of this contract.

5.

Applications for the tender forms along with requisite tender cost must be submitted to, the Garrison Engineer (I) (P) FY, Jabalpur so as to reach this office on or before the date as mentioned in aforesaid Appendix „A‟.

6.

(a) Submission of bids for the tender does not constitute any guarantee for consideration of tender/bid of the applicant, even of enlisted contractors of appropriate class. The applicant contractor shall not become automatically entitled for considering the tender/bid by virtue of enclosing copy of demand draft along with application. The Accepting officer shall reserve the right to deny considering the financial bid of tender to any applicant contractor. Firms to be considered for financial bid will be decided by the Accepting officer based on interalia experience of similar works executed by the applicant/contractor. The Accepting officer shall consider tender/bids received up to date of receipt of applications/extended date of receipt of tender/bids. The applicant/ contractor, if so desires, can appeal to the next higher Engineer authority with copy to the Accepting officer. No appeal/representation shall be entertained in respect of applications for consideration of tenders/bids as received after the due date of receipt of application/extended date of receipt of tender/bids. The decision of the next higher engineer authority should be final. No applicant/contractor shall be entitled for any compensation whatsoever or rejection of his application. Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 8

MILITARY ENGINEER SERVICES NOTICE OF TENDER (CONTD….)

(b)

The appropriate standing security amount for this work shall be as deposited by the contractor enlisted in the area in which the work lies for category mentioned in aforesaid Appendix. In case of contractor who has not executed the “Standing Security Bond” the tender shall be accompanied by “Earnest Money” for the amount referred to in the aforesaid Appendix „A‟ in the form of deposit call receipt in GE (I) (P) FY, Jabalpur concerned mentioned in aforesaid Appendix „A‟ “by Schedule Bank or receipt of treasury challan, the amount being credited to the revenue deposit of GE (I) (P) FY, Jabalpur.

(c)

A contractor who is not enlisted for the area in which the work lies, but whose name is in the MES approved list of any MES formation and who has deposited Standing Security and executed Standing Security Bond may tender without depositing earnest money along-with the tender, but if the Accepting Officer decides to accept the tender, such tenderer shall lodge security deposit as notified by Accepting Officer with the Controller of Defence Accounts concerned, in the prescribed form before acceptance of tender. A contractor who had executed the Standing Security Bond but not for the appropriate category as mentioned above, shall lodge, with the Accepting Officer, additional security deposit as notified by the Accepting Officer within thirty days of the receipt by him of notification of acceptance of the tender, failing which this sum shall be recovered from first RAR payment or from the first final bill in case of term/running contract. However, in case where any payment is made to the contractor within thirty days of receipt by him of notification of acceptance of tender the amount of additional security deposit shall be recovered from such payment.

(d)

GE (I) (P) FY, Jabalpur will return the Earnest Money where-ever applicable to all unsuccessful tenderers, by endorsing an authority on the deposit receipt for its refund, on production by the tenderer of a certificate of the Accepting Officer that a bonafide tender (vide Condition 14 below) was received and all documents were returned.

(e)

The GE (I) (P) FY, Jabalpur will either return the Earnest Money to the successful tenderer by endorsing an authority on the deposit receipt for its refund on receipt of an equal amount of Security Deposit or will retain the same on account of Security Deposit, if such transaction is feasible.

7.

Copies of the drawings and documents pertaining to the work (signed for the purpose of identification by the Accepting Officer or his accredited representatives) and samples of materials and stores to be supplied by the contractor will be opened for inspection by the tenderers in the office of GE (I) (P) FY, Jabalpur as mentioned in the aforesaid Appendix „A‟ during office working hours.

8.

The tenderer is advised to visit site by making prior appointment with the GE (I) (P) FY, Jabalpur by giving sufficient notice

9.

A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site etc. whether he has inspected them or not.

10.

Bid will be submitted on line on portal www.eprocuremes.gov.in on or before time indicated in the aforesaid documents.

Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 9

MILITARY ENGINEER SERVICES NOTICE OF TENDER (CONTD….) 11.

Any tender which proposes any alteration to any of the conditions laid down or proposes any other condition of any description whatsoever is liable to be rejected.

12.

The submission of tender by a tenderer implies that he has read this notice and the conditions of contract and has made himself aware of the scope of work and specifications of the 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 bearing on the execution of the work

13.

Tenderers must be in possession of copy of MES Schedule of Rates (part I & II), including errata and amendments there to.

15.

The Accepting Officer reserves his right to accept a tender submitted by public undertaking giving a price preference over other tender(s) which may be lower, as are admissible under the Government policy. No claim or any compensation or otherwise shall be admissible from such tenderer(s) whose tender(s) may be rejected on account of the said policy

16.

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

17.

THIS NOTICE OF TENDER SHALL FORM PART OF THE CONTRACT.

SIGNATURE OF CONTRACTOR DATED:

ACCEPTING OFFICER

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 14 In Lieu of IAFW-1779A (Revised 1955)

(TO BE USED IN CONJUNCTION WITH GENERAL CONDITION OF CONTRACTS IAFW -2249 - 1989 PRINT)

MILITARY ENGINEER SERVICES

Tele/ Fax : 0761 2338320

Garrison Engineer (I)(P) FY PO: Khamaria Jabalpur – 483005

8158/ITA/3/E8

21 Mar 2018

TENDER AND ITEM RATE CONTRACT FOR “REPAIRS AND REPLACEMENT OF SECURITY STREET LIGHT FITTINGS, UNDER GROUND CABLES AND SOLAR STREET LIGHTS AT TECH AREA TAKU CPE ITARSI.

Dear sir(s),

1. Shri/S‟Shri ______________________________________________of ____________________ is/are hereby authorized to tender for the above work. The technical and price bid (cover 1 & 2) to be uploaded in the web site www.eprocuremes.gov.in on or before 27 Mar 2018 before 1000 Hrs and bids (cover 1& 2) will be immediately opened on date & time mentioned in NIT. Tenderers are advised to check and fill quotations on revised BOQ if any. 2. Any correspondence concerning with this tender should be addressed and quoting the reference to Garrison Engineer (I)(P) FY), Jabalpur, PO: Khamaria, Jabalpur – 482005 (MP) and marked on the outside CA NO.GE (I) (P) FY/ITA/ OF 2017-18.

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

: SIGNATURE OF OFFICER ISSUING THE DOCUMENT : APPOINTMENT-GARRISON ENGINEER SIGNATURE OF THE CONTRACTOR DATED :

:

ACCEPTING OFFICER

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 15 In lieu of IAFW-1779-A (Revised 1955) BOQ (SCHEDULE „A‟) (LIST OF WORK AND PRICES)

Name of work: REPAIRS AND REPLACEMENT OF SECURITY STREET LIGHT FITTINGS, UNDER GROUND CABLES AND

SOLAR STREET LIGHTS AT TECH AREA TAKU CPE ITARSI. 1. 2. 3.

4. 5.

6.

7. 8.

NOTES:The entire work covered under this contract i.e. BOQ shall be completed within a period of (08) Eight Months from the date of handing over sites. The sites for all the work shall be handed over simultaneously. SCOPE OF WORK : This contract covers for all items of works described in BOQ and shall be executed at location as directed by Engineer -in- Charge and as specified here in after. The description of items of work in BOQ is in brief. These shall be read together with drawings, specifications, special conditions, method of measurement specification for material and workmanship, preambles etc. contained in MES standards schedule of rates 2009 (Part-I) “Specification”, MES Standard schedule of rates 2010 (Part-II) “Rates” for and General conditions of contracts (IAFW-2249) Unit rates of each item of work shall be for material, labour and fixing complete, unless specifically mentioned otherwise in the description of respective items. All items of work together with quantities given under column 3 of BOQ are provisional and inserted for guidance only. They shall however not be varied beyond the DO limit as mentioned in the tender page at para 7(b) at this tender documents. The unit rates quoted by the contractor shall include for all taxes, duties and levies, royalties, octroi, labour welfare cress, Epf as applicable etc. Payable under the respective statuaries/ laws enforced. No of claim whatsoever or additional payment on this account shall be made under this contract to the contractor. (a) Unit Rates quoted by the tenderer shall be deemed to also include for any minor details of work and/or construction which are obviously and fairly intended and which may not have been included in these documents but which are essential for the execution and entire completion of the work. (b) Decision of ACCEPTING OFFICER as to whether any minor details of work and/or construction is obviously and fairly intended to be included or not in the contract shall be final, conclusive and binding. Pricing of deviation if any shall be done as per relevant part of condition 62 of IAFW-2249 including applicable amendments/errata thereto. WATER/ELECTRIC SUPPLY (a) No electricity will be supplied by MES. (b) The factory authorities may allow drawing electricity at their convenience and rate directly at their terms and conditions. (c) The tenderer shall visit the factory to familiarize the working conditions; availability of electricity at site and other factors affects the execution of the work. (d) No contractual obligation will lie with MES in case of dispute for supply of water/electricity between factory authorities and tenderer during course of execution of work. (e) In case of non-availability of supplies, tenderer will arrange water and electricity from other sources without any extra cost to the department.

9.

Materials obtained from demolition / dismantling / taking down other than not covered under Sch of credit shall be deposited by the contractor in concerned sub division of GE (I) (P) FY Jabalpur, unserviceable material shall be removed and thrown in outside of MOD land without any extra cost.

10.

The work shall be carried out in occupied buildings. As such once the work is started in these buildings shall be completed in all respects within possible minimum time. The contractor has to mobilize his men/material in such a manner to complete the work within six month in all buildings

11. 12.

GST is applicable for this work. Tenderer shall quote the unit rate/ amount accordingly.

13.

Schedule of credit items are given on serial page No. ---- .Net contract sum shall be derived by deducting amount of Schedule of credit mentioned on serial page No. -----. Summary of Schedule „A‟ has not been created in the MES portal for item rate tenders. Hence bidders shall upload the summary of schedule „A‟ enclosed with tender documents on serial page No. -----duly filling the quoted amount along with cover-2. 14. This work lies on RESTRICTED area.

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 16

SCHEDULE „B‟ ISSUE OF MATERIALS TO THE CONTRACTOR (SEE CONDITION 10 B OF IAFW-2249) SL NO

1

PARTICULARS

2

RATE AT WHICH MATERIALS WILL BE ISSUED TO THE CONTRACTOR UNIT

RATE

3

4

PLACE OF ISSUE BY NAME

REMARKS

5

6

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

_______________________________________________________________________________________________

SIGNATURE OF CONTRACTOR DATED:

ACCEPTING OFFICER

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 17

SCHEDULE „C‟ ISSUE OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) VEHICLE WILL BE HIRED TO THE CONTRACTOR (SEE CONDTION 15.34 AND 35 OF IAFW –2249) SL NO

QTY

PARTICULARS

DETAILS OF MES CREW SUPPLIED

HIRE STAND CHARGES BY AS PER CHARGE UNIT PER AS PER WORKING UNIT PER OFF DAY

PLACE OF ISSUE BY NAME

REMARKS

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

---------------------------------------------------------------------------------------------------------------------------------------------SCHEDULE „D‟ SL NO

QTY

PARTICULARS

RATE PER UNIT PER WORKING DAY

PLACE OF ISSUE (BY NAME)

REMARKS

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

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

SIGNATURE OF CONTRACTOR DATED:

ACCEPTING OFFICER

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 18 In lieu of IAFW-1779-A TENDER

To, The President of India Having examined and perused the following documents: 1.

Specifications signed by GE/ Offg AGE (Contracts)

2.

Drawings as detailed in the specification.

3.

BOQ and SCHEDULE „B‟, „C‟ & „D‟ attached hereto.

4.

MES Standard Schedule of Rates 2009 Part I Specifications and MES Standard schedule of rates 2010 Part II Rates. (Herein after and in IAFW-2249, referred to as the MES SCHEDULE) together with the amendments No.1(a), 1(b) and 2 for Part-I (as applicable) and amendments No 1 to 59 for Part II (as applicable).

5.

General Condition of contract IAFW-2249 (1989 print) together with errata No 1 to 20 and amendments No 1 to 40

6.

Water condition 31 of IAFW-2249 General conditions of contract. Water will be supplied by MES on payment at the rate of Rs 3.75 per every thousand rupees worth of work done priced at contract rates.

7.

Should this tender be accepted I/we agree (a) That the sum of Rs.38,000.00 (Rupees thirty eight thousand only) forwarded as Earnest Money either shall be retained as a part of Security Deposit or be refunded by the Govt 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 at the item rates contained in the afore said Schedule „A‟ or at such other rates as may be fixed under the provision of condition 62 of and to carry out such deviation as may be ordered vide condition 7 of IAFW-2249 up to a maximum of 10% (Ten percent) and further agree to refer all disputes as required by Condition 70 of IAFW-2249 to the Sole Arbitration of a serving officer, to be appointed by Chief Engineer (Fy) Hyderabad, Opp Parade Ground. S.P Road, Secunderabad -500003 or in the absence the officer officiating as Chief Engineer (Fy) Hyderabad, if specifically delegated in writing by Chief Engineer (Fy) Hyderabad, whose decision shall be final, conclusive and binding.`

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 19 T E N D E R(contd..)

SIGNATURE__________________IN THE CAPACITY OF _________________________________________ _____________________________________________duly authorized to sign the tender for and on behalf of ______________________________________________________. (IN CAPITAL LETTERS)

WITNESS ________________________ ________________________ ________________________

Name of the Signatory (IN BLOCK LETTERS) Dated

: _____________________ : _____________________ : _____________________

POSTAL ADDRESS

: _____________________ _____________________ _____________________

Telegraphic Address: _____________________ _____________________ _____________________ Telephone No.

: _____________________

ACCEPTANCE

………………… alterations have been made in these documents and as evidence that these alterations we before the execution of the contract agreement, they have been initialed by the contractor and Offg AGE (Contracts). The said officer is hereby authorized to sign and initial on my behalf the documents forming part of this contract. The above tender was accepted by me on behalf of the President of India, for the Contract sum of Rs…………………………… (Rupees ……………………………………………………………… ……………………………………….) on the ………………day of ……………………………………..

Signature Name

Dated this _______day of_______2018

: : (Ajay Nishikant) : Lt Col Appointment : GARRISON ENGINEER Office : GARRISON ENGINEER (I) (P) FY Khamaria, Jabalpur (FOR AND ON BEHALF OF PRESIDENT OF INDIA)

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.20 to72 IN LIEU OF IAFW – 2249 (1989 Print)

Name of work: - REPAIRS AND REPLACEMENT OF SECURITY STREET LIGHT FITTINGS, UNDER GROUND CABLES AND SOLAR STREET LIGHTS AT TECH AREA TAKU CPE ITARSI. GENERAL CONDITION OF CONTRACT – IAFW 2249 (1989 PRINT) FOR MEASUREMENT CONTRACTS (IAFW – 1779-A)

A copy of the MES GENERAL CONDITIONS OF CONTRACTS – IAFW 2249 (1989 PRINT) with errata 1 to 20 and amendment No. 1 to 40 has been supplied to me/us, and is in my/our possession. I/We have read and understood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I/We agree that I/We shall abide by the terms and conditions thereof, as modified 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 conditions 70 there of pertaining to the settlement of disputes by Arbitration containing 33 pages (serial page No. 20 to 53) with errata 1 to 20 and amendment Nos. 1 to 40 (serial page No. 54 to 72) form an integral part of the tender documents. NOTE:

In case of difference in interpretations due to wordings of English and Hindi version of the GENERAL CONDITIONS OF CONTRACTS IAFW – 2249 (1989 PRINT), the English version will prevail.

ACCEPTING OFFICER

SIGNATURE OF CONTRACTOR DATED:

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.73 to 83

SCHEDULE OF MINIMUM FAIR WAGES

1.

It is hereby agreed that the “Schedule of Minimum Fair Wages” as published by Government of India

or Provincial Government Notification (Which is higher) issued up to the date of submission of tenders shall form part of these tender documents.

2.

My / Our signature hereunder amounts to me / we having read and understood the Provisions

contained therein and I/we shall abide by the same and that aforesaid documents form part of this tender. I/We also hereby agree that payment to laborers shall be made as per minimum wages notified by State Govt or Central Govt, whichever is higher.

ACCEPTING OFFICER

SIGNATURE OF CONTRACTOR DATED:

NOTE: - “Schedule of Minimum Fair Wages” referred to above is available with for reference in the office of the GARRISON ENGINEER (I) (P) FY JABALPUR.

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.84 SPECIAL CONDITIONS

Name of work: REPAIRS AND REPLACEMENT OF SECURITY STREET LIGHT FITTINGS, UNDER GROUND CABLES AND SOLAR STREET LIGHTS AT TECH AREA TAKU CPE ITARSI. GENERAL 1.1.

The following special conditions shall be read in conjunction with the General Conditions of Contracts, IAFW-2249 and IAFW-1779A (Revised-1955) including Errata/Amendments there to. If any provision in these special conditions is at variance with that of the aforesaid documents, the former shall be deemed to take precedence there over.

2.

INSPECTION OF SITE BY CONTRACTOR AND RESPONSIBILITY TO ASCERTAIN HIS OWN INFORMATION

2.1

The tenderer is advised to contact the Asst Garrison Engineer for the purpose of inspection of site(s) and relevant documents other than those sent herewith who will give reasonable facilities thereto. The Tenderers shall also make himself familiar with the working conditions, accessibility to site(s) of works, availability labour and materials and such other relevant conditions, which effect the execution, and the entire completion of the work. The Tenderers shall be deemed to have inspected the site(s) and made him-self familiar with the working conditions, whether he actually visit the site(s) or not.

3.

SECURITIY AND PASSES

3.1

Refer Conditions 25 of IAFW-2249. The contractor shall employ only Indian Nationals as his representatives, servants and workman and verify their antecedent and loyalty before employing them for the works. He shall ensure that no person of doubtful antecedent and nationality is, in any way, associated with work. If for reasons of technical collaboration or other considerations the employment of any foreign national is unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer at the time of submission of his tender.

3.2

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

3.3

Security passes will be issued by the Factory authority which will be arrange by the Engineer-inCharge as per rules and regulations of the installation/Area in force to control the admission of the contractor, his agents, employees and work people to the site of the work or any part thereof. Passes should be returned at any time on demand by the Engineer-in-Charge or the authorities concerned and in any case on completion of work.

3.4

The contractor and his agent, employees and work people shall observe all the rules promulgated by the authority controlling the installation/area in which the work is to be carried out e.g prohibition of smoking and lighting, fire precautions, search of persons on entry and exit, keeping to specific rules, observing specified timing etc. Nothing extra shall be admissible for any man hours etc lost on this account. contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.85

SPECIAL CONDITIONS (Contd….) 4. CONDITIONS OF WORKING 4.1

The work under this contract lies in restricted area. Permission to enter the restricted area can be obtained through the Asst Garrison Engineer. Tenderers are advised to send prior intimation of their agents, representatives etc, if any, date and time of their proposed visit so that necessary arrangements may be made by the AGE to secure admission. Whether a tenderer visits the site or not, he shall be deemed to have full knowledge of the restriction of entering into/exit from and working within the restricted areas.

4.2

ENTRY/EXIT

4.2.1

The contractor and his agent (s), representatives, workmen etc., and his materials, carts, trucks or other means of transports etc will be allowed to enter through and leave only from such gate or gates and at such times as the AGE or authorities in charge of the restricted area may at their sole discretion permit to be used. The contractor‟s authorized representative is required to be present at the place of entry and exit for the purpose of identifying his carts, trucks etc. to the personnel incharge of the security of “RESTRICTED AREA”.

4.3

IDENTITY CARDS OR PASSES

4.3.1

The Contractor, his agents and representatives are required individually to be in possession of an identity card or pass duly verified by the Factory Authority on basis of recommendations of Engineer -in-charge. The security staff will examine the identity card or pass at the time of entry into or exit from the restricted area and also at any time or number of times inside the Restricted Areas.

4.4

SEARCH

4.4.1

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

4.5

WORKING HOURS

4.5.1

The units controlling restricted area, usually work during six days in the week and remain closed on the 7th day. The working hours available to contractor's labour and staff are however, reduced because of the time taken in security checks observed at the time of entry/exit and during working hours. Contractors labour if essentially required for curing of concrete, rectification work and or to attend any other inescapable construction related activities shall be allowed to go the work site on Sundays and holidays. The authorities in control of the restricted area shall be informed well in time by the authorized representative of the contractor and duly authenticated by Engineer-in-Charge.

4.5.2.1 The exact working hours, working days and non-working days observed for the restricted area(s), 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 total number of working hours for a unit area is prescribed in regulations and the Asst Garrison Engineer cannot increase them. The definition of “working day” as given under condition 1(t) of IAFW-2249 does not apply in case where the works are carried out in restricted area. 4.5.2.1 Contractor‟s materials, transport etc,. shall normally be permitted to go out of the area between 9 AM to 5 PM only. contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 86

SPECIAL CONDITIONS (Contd….) 4.6 4.6.1

ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORKS: After the works are completed and surplus stores etc. removed, the contractor, his agents, representatives or workmen etc. will not be allowed to have access to the restricted area except for attending to any rectification of defects, pointed out to him by the AGE.

4.7

FIRE PRECAUTIONS

4.7.1

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

4.7.2

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

4.7.3

Carrying inflammable items such as match box, stoves, lighters etc., carrying mobile phones and smoking is strictly prohibited in the site. Welding can be carried out only in the presence of fire fighting vehicles after obtaining the written permission of the Factory authorities. -

4.8 4.8.1

IDENTITY OF WORKMEN Every workman, male and female laborers constituting the workforce shall be in possession of a photo Identity Card, while working in restricted area. The photo Identity Card shall be issued by the Security Section of the Station Authority based on the nominal roll of work force submitted by the contractor through Engineer-in-Charge and certificate of reliability, loyalty, dependability and clear antecedents given by the contractor. The Identity card shall be countersigned by Eng-in-Charge and attested by the Officer-in-Charge of the Security Section in accordance with standing rules and regulations of the Security Section. After the day‟s work all the photo Identity Cards are to be deposited to the Security Section up to their satisfaction. The Photo Identity Cards are neither the property of the contractor nor of individual workman / labourers. In case of change of workman / labourers, the entire procedure of issue of photo identity card shall be follow for the new individual.

4.8.2

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

4.9 4.9.1

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

4.10

WORK ON HOLIDAYS

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

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.87

SPECIAL CONDITIONS (Contd….) 4.11

NORMAL WORKING HOURS

4.11.1 Normal hours of work for departmental staff are from 0900 hours to 1700 hours on all days except on Sundays and other Gazetted holidays. 4.11.2 The contractor may observe restricted hours of work for all the works to be executed in the contractor‟s workshop. No work at site other than the work to be executed in contractor‟s workshop shall be permitted to be executed out of the aforesaid, normal working hours except with prior permission of the AGE. If such permission is given no liability in respect of any excess cost arising there from be accepted by the departments. 5.

SAFETY PRECAUTIONS

5.1

The contractor shall take every precaution to control traffic of road by keeping danger boards, necessary lighting arrangements, fencing etc. and to avoid any damage. In case due to excavation or otherwise the road is to be blocked or otherwise the road is to be packed, the contractor shall without any extra cost to the Govt. provide separate by pass and place danger board with red light in the night so that normal traffic will not be disturbed.

5.2

The contractor shall make good any damage to the existing road, building, with the same specifications as existing without any extra cost to the Government. In the event of contractor not fully complying with the above provisions to the satisfaction of the AGE, the AGE may provide the same for which the expenses incurred shall be recovered from the contractor.

6.

TIME AND PROGRESS CHART (CPM CHART)

6.1

The CPM 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 Asst Garrison Engineer and the contractor soon after acceptance of the tender. The time scheduling of the activities will be done by the contractor so as to finish the work within the stipulated time. On completion of the time schedule, firm calendar date Schedule will be prepared and submitted by the contractor to the Asst Garrison Engineer who will approve it after due scrutiny. The Schedule will be submitted in four copies within two weeks from the date of handing over the site.

6.2

During the currency of the contract, the contractor is expected to adhere to the time schedule and his adherence will be a part of the contractor‟s performance under this contract. During the execution of the work the contractor is expected to participate in the reviews and updating of the network undertaken by the AGE. These reviews may be undertaken at the discretion of the AGE either as a periodical appraisal measure or when the quantum of work ordered on the contractor is substantially changed through deviation order or amendments. Any revision of the time schedule as result of the review will be submitted by the contractor to the AGE within a week for his approval after due scrutiny.

6.3

The contractor shall adhere to the revised time schedule thereafter. In case of contractor disagreeing with the revised schedule, the same will be referred to the Accepting Officer whose decision shall be final, conclusive and binding. Asst Garrison Engineer‟s approval to the revised schedule resulting in a completion date beyond the stipulated date of completion shall not automatically amount to a grant of extension of time. Extension of time shall be considered and decided by the appropriate authority mentioned in condition 11 of IAFW-2249 and separately regulated. contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.88 SPECIAL CONDITIONS (Contd….)

6.4

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 methods contemplated by him in his work schedule, even though the time schedule is approved by the department.

7.

SECURITY OF CLASSIFIED DOCUMENTS

7.1

Contractor‟s special attention is drawn to condition 2-A and 3 of IAFW-2249 (General conditions of contract). The contractor shall not communicate any classified information regarding works whether to some contractor or others without prior approval of the Engineer-in-Charge. The contractor shall also not make copies of the design/drawings and other documents furnished to him in respect of works.

8.

CONTRACTOR‟S REPRESENTATIVES, AGENTS AND WORKMEN

8.1

The contractor shall employ only Indian National as his representative, servants and workmen after verifying their antecedents and loyalty. He shall ensure that no person of doubtful antecedents and Nationality is in any ways associated with the works. If for reasons of technical collaborate or consideration, the employment of any foreign national is unavoidable, the contractor shall furnish full particulars to this affect to the Accepting Officer at the time of submission of his tender. The AGE shall order the contractor to cease to employ in connection with this contract any representative, agents, servants and workmen or employee whose continued employment in his opinion is undesirable. The contractor shall not be allowed any compensation on this account.

9.

MINIMUM WAGES PAYABLE

9.1

Refer condition 58 of IAFW-2249. The schedule of Minimum Fair Wages is not enclosed to these tender documents. The contractor shall not pay wages including all allowances lower than Minimum Wages for labour as fixed by the Government of India/State Govt/Union Territory under Minimum Wages Act a contract labour (Abolition and Regulation Act) whichever is higher. Contractor‟s attention is also drawn amongst other things to the “explanation to the schedule of minimum wages referred above. The fair wages referred to in condition 58 of the IAFW-2249 will be deemed to be the same as the minimum wages payable as referred to above as up to date from time to time. Schedule of minimum wages are not enclosed along with tender documents. However, contractor shall be deemed to have verified the minimum fair wages payable as on the last due date of receipt of tender. The contractor shall have no claim whatsoever, if on account of local factor and/or regulations, he is required to pay the wages in excess of minimum wages as described above during the execution of work.

9.2. 9.3. 9.4. 9.5.

10. 10.1

ROYALTIES Reference condition 14 of General conditions of contracts IAFW-2249. No quarries on Defence land are available. The rates quoted by contractor deemed to include any royalties leviable by any Civil/ any other authorities. No claim on this account can be entertained by Government.

Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No. 89

SPECIAL CONDITIONS (Contd….) 11

LAND FOR TEMPORARY WORKSHOP, STORES ETC

11.1

Separate land will be allotted to the contractor for storage of materials, temporary workshop and offices for which he shall pay the nominal rent of Rs.1/- per year or part of year as mentioned in clause 24 of IAFW-2249. The land/open space available within vicinity of site of work as directed by GE may also be used by the contractor for this purpose but free of charges.

11.2 The area so occupied shall be vacated by the certified date of completion and site of work shall be cleared as stipulated in the condition 49 of IAFW-2249. 12

WATER: [REFER PARA 8.2(c)] REFER TO CONDITION 31 OF IAFW-2249

12.1

Refer condition 31 of General Conditions of Contracts IAFW-2249. Water will be supplied by MES/Users at the point(s) marked on site plan or at point/location as decided by Engineer-inChargé. As the supply of MES is likely to be intermittent, the contractor shall make his own arrangement for storing the water required for the work, labour and workmen etc., at his own expense. Govt will not guarantee continuity of the water supply and no compensation whatsoever shall be allowed for becoming intermittent or for breakdown in the system for any reason whatsoever.

12.2. If the Contractor does not desire to take water from MES he shall categorically mention it while submitting the tender otherwise the Contractor shall be deemed to have agreed to take water supply from the MES.

13

COOPERATION WITH OTHER AGENCIES

13.1.

The contractor shall permit free access and generally afford reasonable facilities to other agencies or departmental workmen engaged by the government to carry out their part of the work, if any, under separate arrangements.

14

ELECTRIC SUPPLY

14.1

Electricity will be supplied by authorities controlling unit at the point as shown by Engineer-inCharge. Electricity supplied by authority, controlling unit for constructional purpose. The contractor will be charged for electrical energy consumed at the rate as fixed by the factory per unit for lighting as well as power. The contractor shall ascertain from the AGE, the nearest available point for supply of electricity with prior appointment with him. No claim of whatsoever nature shall be entertained on this account at a late stage. The main switch and KWH meter to register the power supply will be provided and installed by authority, controlling unit to the contractor.

14.2.

The contractor shall provide all necessary connections, cables, fittings etc., from the main switch in order to ensure proper and suitable supply of electricity. Government will not guarantee continuity of power supply and no compensation shall be permissible if the supply becomes intermittent or for breakdown or any reasons whatsoever Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.90

SPECIAL CONDITIONS (Contd….) 15

RECORD OF CONSUMPTION OF CEMENT

15.1

For the purpose of keeping the record of cement consumed in the works. The contractor shall maintain a pucca bound register with serially numbered pages initialed by the Engineer-in-Charge, showing quantity of cement received used in the work and balance at the end of each day. The register shall be signed daily by representative of MES and the contractor in token of verification of its correctness and will be checked by Engineer-in-Charge, at-least once a week and on the days cement is brought to site by the Contractor.

15.2

The aforesaid provision will not, however absolve the contractor of his responsibility to justify the consumption of cement at the time of finalization of his account.

15.3

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

15.4

On completion of the work, the contractor shall deposit the cement register with the Engineer in charge for record with MES.

16.

RETENTION MONEY/COMPENSATION FOR THE DELAY ETC

16.1

For the purpose of calculating retention money under condition 64 of IAFW-2249 and compensation for delay in completion of work condition 50 of IAFW-2249, water recovery and trade tax and Income tax (at sources) etc., the value of contract as revised by variation in priceswages of labour under modified condition 63 of IAFW-2249 shall be taken into account.

17

PERIOD FOR KEEPING THE TENDER OPEN

17.1

The tender shall remain open for acceptance for a period of 60 (Sixty) days from the date on which the tenders are due to be submitted excluding the date of submission of tender.

18.

DAMAGE TO EXISTING WORK

18.1

Any damage done to the existing structure during the execution of work shall be made good by the contractor at his own cost and the site of work left clean & tidy on completion. Rectification or reinstatement, making good etc. shall confirm to the standard of materials originally used in the work and finished work shall match with the existing work in all respects to entire satisfaction of AGE. In case of any dispute on this account matter shall be referred to the next higher authority whose decision in this account shall be final and binding.

19.

UNIT RATE IN BOQ

19.1

The unit rate in BOQ quoted by the tenderer shall be deemed to include for any minor details of construction, which are obviously and fairly intended and which may not have been referred to in these documents but are essential for the execution of work.

19.2

In case of difference of opinion as to whether or not a certain items of work constitutes minor details of construction is included in the contractor‟s price, the decision of the Accepting Officer shall be final, binding and conclusive.

Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.91

SPECIAL CONDITIONS (Contd….) 20.

MATERIALS IN METRIC SIZES

20.1

If the materials (other than those issued under schedule „B‟) are not available in metric sizes as given in BOQ or specified or shown on drawings the contractor shall provide materials in equivalent sizes which should not be less than the metric size dimensions under any circumstances at no extra cost to the government.

21.

POLICE VERIFICATION AND SECURITY SURVELLANCE

21.1

Regarding police verification, the condition shall be applicable even if it is at variance with the provisions given elsewhere. The contractor shall employ only such persons as supervisors/labour etc. whose antecedents have been verified by the police verification of personnel engaged by him. For this the following procedure shall be followed :-

21.2

Contractor shall submit a muster list of his labour and supervisors engaged by him for the work to the security officer of the area concerned. This list shall comprise of full details of the antecedents of the contractor‟s personnel as per the proforma approved by the security officer of the area concerned.

21.3

The contractor shall get the specimen attestation form the AGE and shall complete it in respect of his supervisors, labour etc. This attestation form is not being attached with the tender documents may be seen in the office of the Garrison Engineer.

21.4

The contractor shall then submit the completed forms in duplicate to the concerned police authorities through the AGE and security officer of the area concerned with request for getting the antecedents of the individual verified. The period of 90 (Ninety) days may be allowed for receipt of PVR (Police Verification Reports) documents from the police authorities by the security staff of the areas/unit concerned by which the contractor should get PVR or disengage the casual labour.

22.

MATERIALS AND SAMPLES

22.1

Refer condition 10 of IAFW-2249 and clause 1.6 & 1.7 of MES schedule.

22.2

Material provided by the contractor for incorporation in the works shall, unless otherwise specified in the Particular specification be IS marked. IS means Indian Standards as issued by the Bureau of Indian Standards. Wherever in the specifications „IS‟ is referred to, it means the edition with all amendments, current on the due date of receipt of the tender documents. The tenderer is advised to inspect other materials which are displayed in the Office of AGE, before submitting his tender. The tenderer shall be deemed to have inspected the samples and satisfied himself as to the nature and quality of materials, he is required to incorporate in the work irrespective of whether he has actually inspected them or not. The materials to be incorporated in the work by the contractor shall be IS marked or shall be equal or superior in quality to samples displayed and shall comply with the specifications given hereinafter.

22.3

Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.92

SPECIAL CONDITIONS (Contd….)

22.4

The contractor shall produce samples of all materials, articles, fittings, accessories etc., that he proposes to use and get these approved in writing by the Asst Garrison Engineer within reasonable time from the date of commencement of work as per work order. The materials, article, etc. as approved shall be labeled as such and shall be signed by the GE and contractor‟s representative. These samples shall be kept in the custody of the Engineer-in-Charge.

22.5.

In respect of IS marked items Contractor will download list of BIS marked manufacturer‟s from BIS site www.bis.org.in. He will select manufacturer(s) name from whom he intends to procure material who is meeting contract specifications criteria and handover the report with a request letter to Engineer-in-Charge with his signature. Approval or otherwise will be conveyed by GE within 07 days. In cases involving suspected procurement of spurious material purchase vouchers shall be verified through the manufacturer and proof of payment shall be obtained from the contractor. The payment of such doubtful material shall be allowed only after AGE satisfies himself about the genuineness of material.

22.6.

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

22.7.

The brand of all materials, articles, fittings, etc. approved together with the names of the manufacturers and firms from which supplies have been arranged shall be recorded. (a) A list of items / articles which are having IS certification mark and readily available are given in Makes. It is mandatory that ISI certified marked items/articles as listed in Makes shall be incorporated in the work. In case of any, discrepancy between list as per Makes and downloaded list of BIS marked items from BIS site, the downloaded list from BIS website shall prevail subject to verification from BIS. (b) The Govt. reserves the right to get the items/articles as listed in Makes tested in approved laboratories. The cost of sample for testing shall be borne by the contractor and the remaining expenses such as cost of transportation of sample to laboratory and testing fee shall be borne by the Govt. if the test result is found to be satisfactory. However, in the event of the test result being found unsatisfactory, the entire cost of testing including cost of samples shall be borne by the contractor. Government may get more than one sample of the same materials tested and the cost of such testing shall be borne by the Government. Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.93

SPECIAL CONDITIONS (Contd….) 23.

PROPRIETARY/ BRANDED MATERIAL

23.1

Proprietary/branded material such as paint, chemicals for anti-termite treatment, bitumen, water proofing compound etc., quantity of which cannot be checked after incorporation in the work, shall when collected at site, be recorded in measurement book and signed both by the Engineerin-Charge and the contractor as a check to ensure that the required quantity has been brought at site for incorporation in the work.

23.2

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

23.3

The contractor shall obtain proprietary/branded materials from manufacturers or from manufacturers authorized stockiest where such authorized stockiest have been appointed. The contractor shall, on demand, produce original receipted vouchers/invoices of supplies to the EIC, to ensure that the contractor has actually brought the required quantity of the materials from the authorized dealers/manufacturers and also to be find out the rates thereof. The original vouchers/invoices shall be defaced and stamped by Engineer-in-Charge, indicating contract number, name of work, under his dated signature. The contractor shall ensure that the materials are brought to site, in original sealed containers packing bearing manufacturer‟s marking except in the case of the requirement of material(s) being less than the smallest packing.

24.

PRODUCTION OF VOUCHERS

24.1

Contractor shall produce all purchase vouchers/invoices from the manufacturers and/or their authorized agents for the full quantity of materials for which he claims payments in RAR under material lying at site to the Garrison Engineer, as applicable as a prerequisite before submitting claims for payment for advances on account of the work done and/or materials collected in accordance with condition 64 of General Conditions of contracts (IAFW-2249). The Asst Garrison Engineer will check the same before making RAR payment against these items. Production of purchase vouchers by the contractor for the items is mandatory. It is an express condition of the contract that the Asst Garrison Engineer shall not make payment against the items listed below in RARs unless the purchase vouchers for the same have been produced to him and verified by him :(a)

Water proofing compound.

(b)

Chemicals for anti-termite treatment.

(c)

Paints, Distempers, cement base paints & like.

(d)

Cement.

(e)

Steel.

(f)

Major E/M equipment‟s like transformers DG sets pumps, motors, AC & lift equipment‟s.

(g)

Interlocking tiles, PCC kerb stone.

(h)

Materials lying at site for which contractor claims payments in RARs. Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.94

SPECIAL CONDITIONS (Contd….) 24.1

The vouchers shall be endorsed, dated and initialed by the Engineer-in-Charge giving the contract number and name of work. A certified copy of each of such vouchers signed both by Engineer-inCharge and the contractor shall be kept on record.

24.3

When the cost of each category of material is less than Rs. 1000/- production of voucher may not be insisted upon, if the Asst Garrison Engineer is otherwise satisfied with the quality of material brought by contractor.

25.

HANDING OVER OF SITE

25.1

Site for execution of work will be available as soon as the work is awarded. In case it is not possible to make the entire site available on the award of work, the contractor will have to arrange his working programme accordingly. No claim whatsoever, for not giving entire site on award of work and for giving site gradually, will be tenable.

26.

LABOUR (REGULATION & ABOLITION) ACT

26.1

Contract labour (Regulation & Abolition) Act 1970 is applicable to MES contractors. Rates quoted by the tender shall be deemed to take into account the cost etc., required to comply with the provisions contained in the said act and the rules framed under the said act.

26.2

Refer condition 58 of IAFW-2249. The “Schedule of Minimum Wages” as published vide Govt. of India Notification as available on date of receipt of tender forms part of these tender documents. However, the contractor shall not pay wages lower than minimum wages for labour as fixed by the Govt. of India/State Govt./Union territory under Minimum Wages Act or contract labour (Abolition and Regulation Act), whichever is higher.

27.

RELEASE OF ADDITIONAL SECURITY DEPOSIT

(a)

Additional Security deposit when deposited by the contractor as per clause 22 of IAFW-2249 shall be released in two stages as under: -

(b)

50% additional security deposit shall be released on payment of final bill provided there are no claims outstanding against the contractor in respect of the contract in which the additional security is lodged and the final bill is not minus. In the event of Department‟s claims against the contractor and/or the final bill being minus, the amount of the security deposit shall be adjusted against the claims due to Government and the balance, if any, will be released to the contractor.

(c)

Balance 50% of the additional security deposit will be released to the contractor after the expiry of defect liability period as per condition 68 of IAFW-2249.

(d)

In order to implement the above procedure the contractor is advised to deposit the additional security in two equal parts so as to facilitate its release.

(e)

The above clause is not applicable for release of Earnest Money/Security Deposit deposited by a contractor who has not executed the Standing Security Bond with the department. Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.95

SPECIAL CONDITIONS (Contd….) 28.

STACK MEASUREMENTS

28.1

Refer Special Conditions 20.A.1.2 of MES Schedule Part II.

28.2

Soling, Stone chipping for premixed carpet, etc. shall be stacked at suitable level places and their measurements recorded in measurement book and signed and dated by the MES representative and the contractor as a check to ensure that the required quantities have been brought at site for incorporation in the work. No deductions shall be made in the stack measurement for unevenness of ground.

28.3

This provision, however, shall not absolve the contractor from providing more materials required to complete the work to the required specification and to repair potholes, cracks, etc. that may occur during rolling.

29.

RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO CONTRACT VALUE”

(a)

The rates quoted by the contractor shall be deemed to be inclusive of GST. No reimbursement/ refund for variation in rates of GST 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 and like but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor and any decrease in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the Contractor to the Govt. /deducted by the Govt. from any payments due to the Contractor. Similarly imposition of any new “taxes directly related to Contract value” after the last due date for receipt of tenders shall be reimbursed to the Contractor and abolition of any “taxes directly related to Contract value” prevailing on last due date for receipt of tenders shall be refunded by the Contractor to the Govt./ deducted by the Govt. from the payments due to the Contractor. (ii) The contractor shall, within a reasonable time of his becoming aware of variation in percentage rates and/or imposition of any further “taxes directly related to Contract value”, give written notice thereof to the GE stating that the same is given pursuant to this Special Condition, together with all information relating thereto which he may be in a position to supply. The contractors shall submit the other documentary proof/ information‟s as the AGE 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 AGE furnish, verified in such a manner as the AGE 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”. (c) Any tender which proposes any alteration to the above condition and/or which proposes the element of Sales Tax/Service tax separately over and above the quoted lump sum/unit price will be treated as conditional tender and is liable for rejection. Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.96

SPECIAL CONDITIONS (Contd….)

30.

SIGNING OF CONTRACT DOCUMENTS The person signing the tender on behalf of another or on behalf of the firms shall attach with the tender a proper power of attorney duly executed in his favour by such person or by all the partners of the firm stating that he has authority to bind such other persons of the firm as the case may be in; all matters pertaining to the contract including Arbitration clause.

31.

CLEANING DOWN (REFER CONDITION 49 OF IAFW-2249)

31.1

The contractor shall clean all floors, walls, remove cement, lime, paint marks/drops etc. clean the joinery glass panes etc, touch up all painters work and carry out all other necessary items of work in connection therewith and leave the whole premises clean and tidy before handing over the building. No extra payment shall be claimed by the contractor for this operation.

32.

OUT OF POCKET EXPENSES

33.3

No out of pocket expenses incurred by the tender in submitting his tender, will be reimbursed whether his tender is accepted or not. Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.97

SPECIAL CONDITIONS (Contd….) 33.

TESTING OF MATERIALS

33.1

Refer condition 10 of IAFW-2249.

33.2

All tests shall be got carried out by the contractor from the laboratories /testing agencies as mentioned in Annexure-I to Appendix „D‟.

33.3 33.4

Any tests not mentioned in Annexure –I but indicated anywhere else in tender documents are also to be carried out by the Contractor. The cost of materials, labour to be consumed in testing, transportation charges, testing charges and the like shall be borne by the Contractor. Testing mentioned herein constitutes quality control and quality assurance tests.

34.

OFFICIAL SECRET ACT

34.1

The contractor shall be bound by the Official Secret Act –1923.

35. 35.1

CONTRACTOR PLANT / EQUIPMENT AT SITE The contractor shall furnish to the Engineer-in-Charge every morning distribution return of his plants / equipment on the site of work stating the following particulars:(i) (ii) (iii) (iv)

35.2.

Particulars of plants / equipment‟s, their make, manufacturers Model No. if any, Registration No if any, capacity, year of manufacture and year of purchase etc. Total No (Quantity) on site of work. Location, indicating No, (Quantity) at each location on the site of work. Purchase value on the date of purchase. For the purpose of the condition, plants / equipment, vehicle No, i.e. of trucks and lorries but neither the workman‟s tools nor any manually operated tools / equipment shall be given. The Engineer-in-Charge shall record the particulars supplied by the contractor in the works diary.

LOSS OR DAMAGE ON ACOUNT OF ENEMY ACTION If as a result of enemy action the Contractor suffers any loss or damage the Government shall reimburse to the Contractor such loss or damage to the extent and in the manner hereinafter provided :(i) The loss suffered by him on account of any damage or destruction of his plant / equipment [as defined in special condition 35.1 (a) above] or materials or any part or parts thereof. (The amount of loss assessed by the Accepting Officer of the contract shall be final and binding). (ii) The compensation paid by him under any law for the time being in force to any workman employed by him for any injury caused to him or to be workman‟s legal successors for loss of the workman‟s life. (iii) Payment of compensation for loss or damage to any work or part of work carried out (The amount of compensation shall be determined in accordance with condition 48 of General Conditions of Contracts IAFW-2249).

35.3

No reimbursement shall be made nor shall any compensation be payable under the above provision unless the Contractor had taken Air Defence Precautions ordered in writing by the AGE / OC concerned or in the absence of such orders, reasonable precautions. No reimbursement shall be payable nor shall any compensation be payable for any plant / equipment or materials not lying on site of work at the time of enemy action. Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.98

SPECIAL CONDITIONS (Contd….) 36.

STORAGE OF MATERIALS

36.1

The contractor shall not be provided with storage accommodation at the site. The contractor shall make his own arrangement as per condition 10 of IAFW-2249 and as directed by the Engineer-inCharge.

37.

BANK GUARANTEE BOND

37.1

In case the contractor desires to furnish Bank Guarantee in lieu of retention money/security deposit, the guarantee bond shall be executed as per specimen prescribed by the Govt. of India, Min of Defence on non-judicial stamp papers of appropriate value from schedule Bank. In case of the BGB is executed from a non-schedule bank the same shall be supported with cover from Reserve Bank of India. Guarantee Bond shall come into force after the same is accepted by the Accepting Officer.

38.

CONCILIATION

38.1

SCOPE OF CONCILIATION

38.1.1 The scope of conciliation shall be restricted to the following types of disputes with financial limits as indicated therein:(a) Disputes relating to levy of compensation for delay in completion-actual amount of compensation. (b) Disputes relating to technical examination of works. (c) Disputes relating to interpretation of the provision of the contract with reference to the application to parties. (d) Disputes relating to non-return of Schedule „B‟ stores over-issued to contractor. (e) Any other dispute having fair chances of being resolved by conciliation and considered fit to be referred to conciliation by the parties. For item (b), (c), (d) and (e) each as stated above the financial limit shall be Rupees two lakhs or one percent of the contract amount whichever is less. Contd…

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.99

SPECIAL CONDITIONS (Contd….)

39.1

COMMENCEMENT OF CONCILIATION PROCEEDINGS

39.1.1 The party initiating conciliation shall send to the other party a written invitation to conciliate, briefly identifying the subject of the dispute. 39.1.2 Conciliation proceedings shall commence when the other party accepts in writing the invitation to conciliate. 39.1.3 If the other party rejects the invitation, there will be no conciliation proceedings. If the party initiating conciliation does not receive a reply within 30 days from the date on which he sends or within such other periods of time as specified in the invitation, he may elect to treat this as a rejection of the invitation to conciliate and if he so elects, he shall inform in writing the other party accordingly. 39.2

Number of Conciliators

39.2.1 There shall be a Sole conciliator. 39.3

Status and effect of settlement agreement

39.3.1 The settlement agreement signed by the parties as a result of conciliation proceedings shall have the same status and effect as it is an arbitral award on agreed terms. 39.4

Appointment of Conciliator: All disputes brought out in para 38.1.1 (a) to (e) above shall be referred to the sole Conciliator viz Serving Officer not below the rank of Superintending Engineer/Superintending Engineer (QS & C) having degree in Engineering or equivalent or having passed final/direct final examination of sub division II of Institution of Surveyors (India) to be appointed by the Engineer-in-Chief, Army Headquarters, New Deli or in his absence the Officer officiating as Engineer-in-Chief or Director General of Works specifically delegated by the Engineerin-Chief in writing.

SIGNATURE OF CONTRACTOR DATED:

ACCEPTING OFFICER

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.100 PARTICULAR SPECIFICATIONS

Name of work: - REPAIRS AND REPLACEMENT OF SECURITY STREET LIGHT FITTINGS, UNDER GROUND CABLES AND SOLAR STREET LIGHTS AT TECH AREA TAKU CPE ITARSI. 1.

GENERAL:-

1.1

The work under this Contract shall be carried out in accordance with BOQ provisions, all as shown on drawings, particular specifications and General Specifications.

1.2

The term „General Specifications‟ referred to herein before as well as referred to in IAFW-2249 (General Conditions of Contracts) shall mean the specifications contained in the MES Schedule.

1.3

General Rules, Specifications, Special Conditions and all preambles in the MES Schedule shall be deemed to apply to the works under this Contract, unless mentioned otherwise in these documents. In case of varied provision of tender documents, the provision as contained in these documents shall take precedence over the provisions in the MES Schedule.

1.4

Particular specifications given hereinafter are in brief and are meant only to particularizes, amend and emphasis the specifications given in MES Schedule. In respect of such items of work for which particular specifications are not given, the specifications as given in MES Schedule and relevant BIS/ISI codes shall be followed.

1.5

The relevant Indian Standards (IS) shall be of the year of publication (Edition) as specified in the MES SSR Part I. The contractor may however at his discretion provide and incorporate in the work, such materials complying with the requirements or any corresponding subsequently amended or revised edition of the IS without any price adjustment in the Lump sum.

2.

SAMPLES AND MATERIALS:-

(a)

All materials to be incorporated in this work shall be of higher standard and unless otherwise specified here-in-after shall strictly comply with the relevant ISS (or BSS for which no ISS has been issued).

(b)

Samples of the materials shall be supplied by the contractor to the AGE for approval within 15 days of the date of issue of work order

(c)

The contractor shall ensure that the materials used in the work are identical with the approved samples. The materials shall be brought at site by the contractor in the maker‟s original packing with the seal intact or with wrapper and shall not be installed unless approved by Engineer-inCharge.

(d)

The materials and equipment to the supplied and installed under this contract shall be of indigenous make in case tenderers offer any imported materials, he may do so out of his existing stock. No assistance foreign exchange shall be given by the Department for importing any components. (f) The contractor after obtaining written approval of samples by the AGE shall obtain materials and equipment from the approved firms or through their authorized agents only. As a proof that a particular materials has been obtained from the firms or through their authorized agents, the contractor shall produce such evidence to the satisfaction of AGE when asked for with regard to quality and quantity. The materials shall be brought to the site with maker‟s original packing with seal intact. Contd…/

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.101

PARTICULAR SPECIFICATIONS (Contd…) 3

WORKMANSHIP

3.1

The work carried out shall be of the highest standard conforming to modern Engineering practice both as regards to design and execution. The work shall be executed to the entire satisfaction of the AGE.

3.2

The contractor shall employ qualified supervisor and skilled tradesmen during the entire period of execution of the contract. He shall on demand by the Engineer-in-Charge produce such evidence of qualifications of his supervisors/tradesmen at the time of commencement of work or at any time during the currency of the contract.

4.

DEMOLITION/DISMANTLING/TAKING DOWN:-

4.1

Refer Section 21 of SSR Part I. Proper care should be taken while demolition/ dismantling/ taking down.

4.2

Demolition/dismantling/taking down shall be carried out as per direction of Engineer-in-Charge. Any damage caused due to negligence of contractor‟s workmen during execution of work shall be made good by the contractor without any price adjustment.

4.3

Serviceable material all other than listed in credit schedule shall be handed over to the MES as per direction of Engineer-in-Charge on proper receipt.

4.4

Unserviceable material shall be removed as per direction of Engineer-in-Charge from time to time.

4.5

The materials obtained from taking down/dismantling/demolition etc as described in Schedule of credit shall be the property of the contractor.

4.6

The contractor shall give a credit for taking down/dismantling/demolished materials to the Govt for the items given in “Schedule of Credit” at the rates fixed by the Govt. The amount of credit shall be calculated based on the full actual quantities obtained from taking down/demolition etc priced at the rates mentioned in the “Sch of Credit”

4.7

The Govt does not guarantee for the value of materials they will actually accrue to the contractor. The contractor shall be deemed to have visited the site of work and have made himself conversant with present state of materials before tendering and the purpose of assessing the quantity, quality, condition and money value of materials that would be obtained from taking down/ dismantling/demolition etc. The contractor shall have no claim whatsoever against the department on this account.

4.8

The credit amount for taking down/dismantled/demolished materials shall be deducted from the running accounts/final bill payments made to the contractor for such items after taking down/dismantling/demolition etc paid/account in the running final bill payment. Contd…/

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.102

PARTICULAR SPECIFICATIONS (Contd…) 5.

INTERNAL ELECTRIFICATION

5.1.1

Samples of the following shall be supplied within 30 days of the date of issue of work order: (a)

All types of cables.

(b)

Fittings, wires and accessories used for internal electrification.

(c) The Contractor shall ensure that the materials used in the works are identical with the approved samples. The materials shall be brought to the site by the contractor in the maker‟s original packing with the seal intact or with wrapper and shall not be installed unless approved by Engineer-in-Charge. 5.1.2 All materials to be incorporated in the work shall be of the highest standard and unless specifically specified otherwise hereinafter, shall strictly comply with the relevant ISS (or BSS for which no ISS has been published) & shall be IEC certified where applicable. 5.1.3 Electronic ballast where specified in fluorescent tube light fittings shall be with 0.99 PF and harmonic disturbance factor less than 10 %. Test certificate of CPRI Bangalore shall be mandatory. 5.1.4

Switch Fuse/ Fuse Switches/ Change Over Switches/ Rotary Switches. incorporated in the work shall be of approved make with ISI certification Mark.

5.1.5

Modular Switches/ Piano Switches/ Sockets/ Switch Socket Combination

The above items

The items incorporated in the work shall be IEC certified. 5.2

WORKMANSHIP

5.2.1

The specifications and general rules as laid down in MES standard Schedule of Rates (Part I & II) shall be applicable to the whole work. These shall be read in conjunction with the relevant IS.

5.2.2

The work carried out shall be of the highest standard conforming to modern Engineering practice both as regards to design and execution. The work shall be executed to the entire satisfaction of the Garrison Engineer.

5.2.3

The contractor shall employ qualified supervisor and skilled tradesmen during the entire period of execution of the contract. He shall on demand by the Engineer-in-Charge, produce such evidence of qualifications of his supervisors /trades man at the time of commencement of work or at any time during the section of the contract.

5.2.4

All the work shall be executed as per the code of practice as listed in the IS. All electrical work shall be governed by the requirement as specified under the Indian Electricity Act/Rules with latest Amendments. The code of practice for electric wiring installation as per IS-2274 with Amendment No 1 will be strictly followed.

5.2.5

Internal wiring shall conform to IS-732 Code of Practice for electrical wiring installation. Point wiring shall be with 1100 volts grade cable with standard copper conductor all as described in BOQ items. The conductors used for this purpose shall have ICPCI certification mark. Minimum oxygen Index should be 30% and it should be clearly marked on packing. All fitment and accessories shall be as under:(a)

Screws

: All screws shall be of galvanized iron.

(b)

Link clips

: These shall be of aluminium conforming to IS

(c)

Sunk board/ box: Cast Iron/Pressed steel/ GI terminal boxes. Contd…/

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.103

PARTICULAR SPECIFICATIONS (Contd…) (d) Terminal boxes shall be of suitable size required to mount specified numbers of switches, regulators, sockets etc. (e)

Switch fuse/Fuse switches/Change over switches/Rotary switches shall be ISI marked.

(f) Modular switches/ Piano switches/ Switch socket combination/ Sockets shall be IEC certified. (g) Electronic ballast where ever specified for the fluorescent tube light fittings shall be with 0.99 PF & harmonic disturbance factor less than 10%. 5.2.6

Conduit wiring and battened wiring shall be carried out all as described in BOQ and as specified in MES Schedule Part I.

5.3

EARTHING (a)

Earthing shall be with and including PCC pit with cover and all materials and fittings as shown in electrical plate No 3 of MES Schedule Part I and as specified in BOQ. Earth plate shall be galvanized iron 60 cm x 60 cm x 6.0 mm thick and shall be buried directly in ground vertically not less than 2.25 metre below ground level, with its top edge at depth of not less than 1.5 metre below ground level.

(b)

The Contractor shall provide, between main switchboard and earth plate, earth lead with suitable lugs. The earth conductor shall be housed in 15 mm GI tubing, medium grade, while running along wall/column etc, and fixed to the earth plate all as described in MES Schedule Part I. All metallic casting frameworks of electrical fittings shall be connected to main earth conductor by GI wire.

(c)

No extra payment shall be made, if the contractor is required to provide extra depth of pit and extra quantity of charcoal dust to achieve specified test result. Earth electrode shall be installed all as per MES Sch. Part I.

5.4

ELCB/ RCCB, MCBs, MCB DBs & RCBO These shall be provided all as specified in MES Schedule and relevant Indian Standard specifications. Cable connection to RCCB/ RCBO/ ELCB, MCCB shall be done with cable socket and adapters of suitable types and adequate size. The cost of this shall be deemed to be included in the rate of RCCB/ RCBO/ ELCB/ MCB/ MCBDB under relevant items of Schedule „A‟. Sheet steel enclosure of MCB DB shall be 2 mm thick & shall be fixed flushed to wall.

5.5

TESTING

5.5.1

All testing as specified in MES Schedule shall be carried out on completion of work. The contractor shall supply all necessary materials and apparatus at his own cost for testing. The test results shall be recorded and signed by the AGE and the contractor. Electricity for the test shall be supply free by MES. During polarity test of switch the phase conductor shall be in the switch and not directly connected to the fittings i.e. holder, socket outlet etc.

5.5.2

Contd…/

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.104

PARTICULAR SPECIFICATIONS (Contd…) Appendix “A” Sl No 1

(Products for which specific brands are given here under to be incorporated in works) Name of Item List of Makes/ Brands/ Manufacturers 2 3 WATER SUPPLY ITEMS

1.

2.

3.

4.

5.

6.

7.

8.

BIB COCK/ STOP VALVES (IS – 781 OF 1984)

CI FITTING

CI PIPES (CENTRIFUGALLY CAST / VERTICALLY CAST)

FANCY BIB TAP, STOP COCK/ VALVES & PILLAR TAPS

FOOT VALVE (IS:4038 OF 1979)

GI PIPES (IS – 1239 PART I) & MS PIPES

REFLUX VALVE (IS – 5312 OF 1969)

SLUICE VALVE IS: 148616 – 2000

(A)

GEM

(B)

LEADER

(C)

PLUMBER

(D)

SEICO

(E)

ZOLOTTO

(A)

ELECTROSTEEL

(B)

KALINGA

(C)

KEJRIWAL

(D)

KESORAM

(E)

UPADHYAY

(A)

ELECTRO STEEL

(B)

KAPILANSH

(C)

KESORAM

(D)

GOYAL DHATU UDYOG PVT LTD NAGPUR

(E)

JAISWAL NICO INDUSTRIES LTD NAGPUR

(A)

GEM

(B)

JAQUAR

(C)

L&K

(D)

PARCO

(E)

PLUMBER

(F)

SEICO

(A)

KIRLOSKAR

(B)

L&T

(C)

LEADER

(D)

UPADHYAY

(A)

JINDAL

(B)

PRAKASH

(C)

SWASTIK

(D)

TATA

(A)

KIRLOSKAR

(B)

L&T

(C)

LEADER

(A)

KIRLOSKAR

(B)

L&T

(C)

LEADER

(D)

UPADHYAY

Contd…/

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.105

PARTICULAR SPECIFICATIONS (Contd…)

WALL MIXING UNIT

9.

HDPE PIPES

10. MS PIPES

(A) (B) (C) (D)

GEM PARKO L&K PLUMBER

(A) (B) (C) (D)

(A) JAIN PIPES (B) KISAN (C) GODAVARI (D) RELIANCE

(A) (B) (C)

(A) TATA (B) JINDAL (C) OSWAL

11. SGCW pipe grade „A‟ confirming to IS

(A) VINDHYA CERAMICS SATNA (M.P) / MANCHERIAL CERAMICS

12. ELECTRICAL ITEMS

1.

2.

3.

4.

5.

CEILING ROSE

CFL FITTINGS & LAMPS

ELECTRIC CALL BELL/ BUZZER

ENERGY EFFICIENT TUBE LIGHT

MODULAR SWITCHES/ PIANO TYPE SWITCH & SWITCH SOCKET COMBINATION/ SOCKETS (ISI MARKED)

(A)

ANCHOR

(B)

LEADER

(C)

LEGRAND

(A)

CROMPTON

(B)

PHILIPS

(C)

WIPRO

(A)

ANCHOR

(B)

LEADER

(C)

LEGRAND

(A)

WIPRO

(B)

CROMPTON

(C)

PHILIPS

(A)

ANCHOR

(B)

PHILIPS

(C)

LEADER

(D)

LEGRAND MOSAIC

Contd…/

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.106

PARTICULAR SPECIFICATIONS (Contd…) SL NO

NAME OF ITEM

LIST OF MAKES/ BRANDS/ MANUFACTURERS

6.

EXHAUST FAN/ WALL MOUNTED FAN/ AIR CIRCULATORS/ PEDESTAL FANS

(A)

ALMONARD

(B)

CROMPTON

(C)

KHAITAN

(D)

USHA

(A)

ANCHOR

(B)

LEADER

(C)

LEGRAND

(A)

OSHRAM

(B)

GE

(C)

PHILIPS

(D)

WIPRO

(A)

ASIAN CABLES

(B)

CCI

(C)

ICL

(D)

PLAZA

(E)

HAVELLS

(F)

UNIVERSAL

(A)

DENSIONS

(B)

M SEAL OF M&M

(C)

SIEMENS

(A)

JUHI ELECTRICALS, BHOPAL

(B)

MCLAYERS

(C)

POWER CARE, JABALPUR

(A)

L&T (HAGAR)

(B)

LEGRAND

(C)

SCHNEIDER – (M-9)

(A)

GE

(B)

PHILIPS

(C)

WIPRO

(A)

ANCHOR

(B)

ASIAN

(C)

AVONPLAST

(D)

FINOLEX

(E)

JINDAL

(F)

KALINGA

(G)

LEGRAND

(H)

PLAZA

(A)

ANCHOR

(B)

FINOLEX

(C)

HAVELLS

(D)

POLYCAB

7.

8.

9.

10.

11.

12.

13.

14.

15.

FAN REGULATOR STEPPED TYPE

FLUORESCENT TUBE LIGHT FITTINGS BOX TYPE/ DECORATIVE TYPE

HT CABLE XLPE

LT JOINTS (EPOXY) FOR CABLE JOINTS

LT PANEL

MCBDB/ MCB/ MCB PLUG SOCKET/ ELCB/ RCCB/ RCBO/ISOLATORS/ MCCB PATTY TYPE FITTINGS (FTL)

PVC CASING CAPPING, PVC CONDUIT FITTINGS, RIGID PVC CONDUIT (PIPE) & FITTINGS

PVC CABLES FOR INTERNAL WIRING WITH COPPER CONDUCTOR

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.107

PARTICULAR SPECIFICATIONS (Contd…) Sl No

16.

17.

Name of Item

List of Makes/ Brands/ Manufacturers

STEEL CONDUIT

(A)

AKG

(B)

ASIAN

(C)

BEC INDUSTRIES

(D)

FINOLEX

(E)

STEEL KRAFT

(A)

NATIONAL TUBING CO 123/444, FACTORY AREA FAZAL GANJ, KANPUR – 208 012

(B)

BOMBAY TUBE & POLES, BOMBAY

(A)

INDIA TUBE CO LTD, JAMSHEDPUR

(B)

JAI BHARAT POLES MFG & ENGG CO BOMBAY

(C)

BHARAT CONDUIT & STEEL WORKS KANPUR

HT / LT STEEL TUBULAR SWAGE POLES

SIGNATURE OF CONTRACTOR DATED :

ACCEPTING OFFICER

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.109 SCHEDULE OF CREDIT

Notes: 1. The credit for the materials lying at site are as detailed below. The credit assessed by the department is only a rough indication and the contractor shall offer his unit rate for items in column 7 and extend the amount in column 8. Contractor shall have no claims what so ever against the Government, irrespective of the condition of the materials lying at site and if the actual cost of the materials turnout to be different from the amount offered by him. 2. Quantities inserted in the column 4 are approximate and the tenderer will have no claim if the quantities at site turnout to be different during execution. The assessed rate of credit shown in column 5 is for guidance only for the materials as in position. 3. The credit amount offered by contractor shall be carried over to Summary to arrive at the contract sum. 4. The materials listed in this Schedule shall be recorded in the Measurement Book and abstracted and this amount shall be deducted from the value of work done under Schedule „A through 1 st payment only. The contractor shall not be allowed to remove the materials listed in this Schedule till such time the value of work done by him is more than the value of credit. 5. The materials so obtained by the contractor shall not be allowed to be reused in the work unless otherwise mentioned and the contractor shall remove the same from the work site with prior permission of Engineer-inCharge without any extra cost to the Deptt only after adjustment of the amount of credit in first payment :-. Sl No

Description of materials

1

2

1 2 3 4 5 6 7 8 9 10

Unit

QTY

Rate assessed by MES Rate

Amount

5

6

3

4

Old retrieved ballast 70/150/250/400 watts. Old retrieved any size/twin core copper/ aluminium conductor cable. Old retrieved ballast 40/36 watts.

EACH RM

78 300

20.00 1.00

1560.00 300.00

EACH

30

2.00

60.00

Old retrieved street light fitting HPSV 70/150/250 watt. Old retrieved flood light fitting 400 watts. Old retrieved bracket with MS clamp complete of any sizes. Old retrieved pole mounted junction box any size. Old retrieved underground cable 35 sqmm 3.5 core. Old retrieved underground cable any size 2 core. Old retrieved cable protection GI pipe any size.

EACH

65

75.00

4875.00

EACH EACH

4 69

120.00 5.00

480.00 345.00

EACH

30

5.00

150.00

RM

200

15.00

3000.00

RM

800

8.00

6400.00

RM

40

6.00

240.00

Schedule of credit C/O to summary on page No.110. Rs.

17,410.00

CA NO.GE (I) (P) FY/ITA/

OF 2017-18

SERIAL PAGE No.110

GENERAL SUMMARY

1. Total amount of BOQ B/F from serial page No. 108

Rs.________________

2. Total amount of schedule of credit from serial page No. 109

Rs. 17,410.00

CONTRACT SUM

____________________ Rs ____________________

(Rupees.______________________________________________________________________ _____________________________________________________________________________ _________________________________________________________________________only)

SIGNATURE OF CONTRACTOR DATED:

ACCEPTING OFFICER