8998 Tender Documents

Embed Size (px)

Citation preview

  • 8/16/2019 8998 Tender Documents

    1/35

    CA NO GE (D) OF 2016-17 Serial Page No 1

    MILITARY ENGINEER SERVICES

    NAME OF WORK: PERIODICAL SERVICES TO CERTAIN BLDGS AT GARDEN CITY , CODROAD , AREA CQA(SV) ALKAPURI AND EME Wksp UNDER AGE B/R (EAST) AT DEHUROAD.

    CONTENTS

    SlNo

    Description Serial PageNo.

    1 2 3

    1.  Contents 1

    2.  Forwarding letter 2 to 3

    3.  Instructions for filling and submission of tenders 4 to 7

    4.  Declaration certificate (to be given by a tenderer/bidder) 8

    5.  Notice of e-tender IAFW-2162 (Revised 1960) including Appendix ‘A’ toNotice of Tender and Errata to Appendix ‘A’

    09 to 13

    6.  Item rate tender and contract for works [comprising Schedule ‘A’(Microsoft Office Excel format), ‘B’, ‘C’&‘D’- IAFW 1779-A (Revised 1955]

    14 to 21

    7.  General Conditions of contract IAFW-2249 (1989 Print) includingamendments/errata thereto

    22 to 73

    8.  Schedule of Minimum Wages 74 to 82

    9.  Special Conditions 83 to 89

    10.  Particular Specifications, list of drawings, list of manufacturers, etc. 90 to 97

    11.  Amendments/errata to tender documents

    12.  Relevant correspondence

    13.  Acceptance letter

    Total Pages:

    Drawings:Nil

    Signature of Contractor off AGE (Contracts)Date: for Accepting Officer

  • 8/16/2019 8998 Tender Documents

    2/35

    CA NO GE (D) OF 2016-17 Serial Page No 2

     Tele 020-27673300 Garrison EngineerDehu Road - 412101

    8998/3/E8 02 May 2016

    M/s__________________________________

     ____________________________________

     ____________________________________

    PERIODICAL SERVICES TO CERTAIN BLDGS AT GARDEN CITY , COD ROAD ,AREA CQA(SV) ALKAPURI AND EME WKSP UNDER AGE B/R (EAST) AT DEHU

    ROAD.

    Dear Sir(s),

    1.  Tender documents (in pdf format) including schedule ‘A’ (in Microsoft Office Excel format) forthe works mentioned above is published on 02  May 2016 on the MES websiteportal(www.eprocuremes.gov.in).

    2. A tender/ bid will be received in two covers. The first cover i.e. cover-1 is related toprequalification parts of the tender/ bid and the second cover i.e. cover-2 is related to financialparts of the tender/ bid. 

    3.  The last date of submission/ uploading online the tender/ bid(both cover-1 & cover-2)willbe 16 May 2016 up to 1800 Hrs.

    4. Cover-I  of the tender/ bid connected to prequalification shall contain the followingdocuments: -

    (i) As per Para 8 of “Instructions for Filling and Submission of Tender”. Single pdf fileshall be made for all documents prior to online submission/ uploading. This shall becalled prequalification details.

    (ii) Scanned copy of demand draft towards cost of e-tender processing fee having worth

    500/- in favour of GE Dehu Road and scanned copy earnest money deposit whereverapplicable. Single pdf file shall be made for all documents prior to online submission/uploading. This shall be called fee details.

    (iii) Declaration certificate (to be given by the tenderers/bidders).

    (iv) Scanned copy of Provident Fund code number

    5. Cover-2 of the tender/ bid connected to financial parts of the tender/ bid shall contain allthe documents forwarded along with tender documents including any errata/ amendmentthereto.

    6. Physical copies of demand draft towards cost of tender, earnest money deposit whereverapplicable and declaration certificate shall be forwarded by post within three days from thedate of submission/uploading of the tender/bid so that they will be received latest by 23 May2016.

    7.  The complete tender/bids shall be up uploaded by tenderers on the MES portal(www.eprocuremes.gov.in) before 1800 hours on 16 May 2016. The cover-1 shall be openedonline on 17 May 2015 at 1000 Hrs in the office of Garrison Engineer Dehu Road Pune.

     Tenderers/ bidders may watch the process online or at the office of Garrison Engineer DehuRoad Pune. 

    8. Financial parts of the tender/ bid i.e. cover-2 shall be opened only for those tenderer/ bidderwho will qualify as per eligibility criteria as per the tender/ bid and interalia past track recordas decided by the Accepting Officer. 

    9.  The cover-2 shall be opened online on a subsequent date intimated separately in the office ofGarrison Engineer Dehu Road Pune. The tenderers/ bidders may watch the process online orat the office of Garrison Engineer Dehu Road Pune. 

    10.  The e-tender processing fee shall not be refunded even if a bidder/ tenderer is foundineligible for financial parts of the tender/ bid as per the prequalification criteria and interalia

    past track record as decided by the Accepting Officer. 

  • 8/16/2019 8998 Tender Documents

    3/35

    CA NO GE (D) OF 2016-17 Serial Page No 3

    11. Information/documents (forming part of this contract) mentioned here in below are notenclosed with these documents. These are available for perusal in the offices of the GarrisonEngineer Dehu Road. 

    (a) IAFW-2249 (1989 Print) General Conditions of contracts including errata and amendments.

    (b) Schedule of Minimum Fair Wages As per Government of India Notification dated 10 Mar 92.

    (c) Military Engineer Services Standard Schedule of Rates 2009 (Part-I-Specifications) includingamendments and errata issued up the last date of online submission/ uploading of the tender/bid.

    (d) Military Engineer Services Standard Schedule of Rate 2010 (Part-II-Rates) includingamendments and errata issued up the last date of online submission/ uploading of the tender/bid.

    12. Whether documents mentioned in Para 11 above are actually seen or not, if you submit avalid tender, you are deemed to have been taken into account the contents thereof. 

    13. Water will be supplied by MES.

    14. Sales tax/turn over tax on works contract, workers welfare fund tax, cess value addedtax(VAT) levied by state Government, service tax shall not be reimbursed to the contractor andthe contractor’s quoted rates shall deemed to include all taxes and duties including recovery ofincome tax and sales tax /turn over tax on works contract which is deductible at source.

    15. Conditional tender is not acceptable to the Government. 

    (a)  The tenderer is not permitted to make any condition or alteration or insertion in the tenderdocuments other than the amendments issued by the Department if he does so his tender willbe treated as Non-Bonafide. The applicability of amendment issued by the Department shallonly remain hold good irrespective of the amendment carried out by the tenderer in their offer.

    (b) You are requested to ensure that all errata/amendments issued prior to the due date ofsubmission/ uploading of the tender/ bid are accounted in your offer.

    16. Instructions for filling and submission of tenders are also enclosed herewith for strictcompliance. This letter and the instructions shall form part of the contract and shall beuploaded duly signed along with the tender documents. 

    17. CPM: The tender is based on CPM. 

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

    (b)  The tenderer's attention is drawn to Special Conditions of the tender documents regardingpreparation of the detailed network and time Schedule for the work and his liability foremploying sufficient resources to adhere to this Schedule. Any inability on the part of thetenderer in using the technique will be taken as his technical inefficiency and will affect hisclass of enlistment and future prospects of receiving invitations to tender for works. 

    18. A contractor, who is not enlisted with the MES/who is enlisted but has not executed thebond to secure performance of agreement, while submitting/ uploading the tender/ bid shallbe required to furnish earnest money along with the tender/ bid. 

    19.  The Word tender/ bid wherever appearing in the tender documents means e-Tender cum e-bid.

    20.  This letter shall form part of the tender/ bid and shall be returned by the tenderer dulydigitally signed alongwith the tender/ bid. 

    Yours faithfully

    SIGNATURE OF CONTRACTOR (S S Bahursettiwar)DATED JE (QS&C)

    off AGE (Contracts)For Accepting officer

    (Signature of Officer issuing the documents)

  • 8/16/2019 8998 Tender Documents

    4/35

    CA NO GE (D) OF 2016-17 Serial Page No 4

    INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER

    1. GENERAL INSTRUCTIONS FOR COMPLIANCE: 

    1.1.  The tender will only be accepted in the electronic form. All bids to be submitted/uploadedonline on the MES website portal (www.eprocuremes.gov.in). Documents should be scannedand forwarded in pdf format or xls format as applicable.

    1.2.  The tenderer shall quote his unit rates on the Microsoft excel file for schedule ‘A’ only. Noalteration to the format will be accepted or the bid will be disqualified.

    1.3. In case the tenderer has to revise /modify the rates quoted in the Schedule ‘A’ and/orGeneral Summary, he may do so only in the Schedule ‘A’ and/or General Summary throughthe MES website portal (www.eprocuremes.gov.in) only.

    1.4. Any additional document forwarded through post, which is not uploaded online on theMES website portal (www.eprocuremes.gov.in) shall not be taken into account and shall notform part of the tender documents. However, any subsequent postal correspondence includingletter of revocation, which will modify a condition of the tender documents, will be treated asrevocation of the tender/ bid.

    1.5.  The tender for the work shall remain open for acceptance for a period of 60 (sixty) daysfrom the date of opening of the tender/ bid (cover-I). If any bonafide tenderer/ bidderwithdraws his tender/ bid after opening of the tender/ bid (cover-I) or make any modificationsin the terms and conditions, the Earnest Money deposited by him shall be forfeited. In case ofMES enlisted contractors, the amount equal to the earnest money stipulated in the noticeinviting tender, shall be notified to the tenderer for depositing the amount through MRO(Military Receivable Order). Such contractor shall remain disqualified for any other tender/ bidtill the aforesaid amount equal to the earnest money is deposited in government treasury. Inaddition, such tenderer and his related firm shall not participate in the subsequent calls andshall remain disqualified for the tender/ bid in the subsequent calls. Reduction offered by thetenderer on freak high rates referred to the tenderer for review shall not be treated as voluntaryreduction.

    1.6. All bids will be digitally signed by the tenderer/ bidder.

    2. A security deposit for individual works (i.e. Individual Security Deposit) shall be 25% morethan the amount of earnest money calculated as under with respect to tendered cost:

    SerialNo.

    Cost at contract rates Amount of earnest money

    (i)  Upto 50 lakhs 2% of the amount subject to amaximum of 50,000/-

    (ii)  Over 50 lakhs and upto 100 lakhs 1,00,000/- + 1.5% of amountexceeding 50 lakhs

    (iii)  Over 100 lakhs and upto 500 lakhs 1,75,000/- + 1% of amount exceeding100 lakhs

    (iv)  Over 500 lakhs and upto 1500lakhs

    5,75,000/- + 0.5% of amountexceeding 500 lakhs

    (v)  Over 1500 lakhs 10,75,000/- + 0.5% of amountexceeding 1500 lakhs subject tomaximum of 15,00,000/-

     3. If a tender is submitted on behalf of a firm/ a company, it must be signed either by aproprietor or all the partners or some person holding valid power of attorney from all the

    partners constituting the firm/ executed in accordance with the constitution of the company. The tender shall be accompanied by valid power of attorney duly executed in his favour bysuch other person/or by all the partners stating specifically that he has the authority to bindsuch other person(s) or the firm as the case may be in all matters pertaining to the contractincluding the arbitration clause. The power of attorney shall be executed as indicated below:

    3.1. In case of proprietorship concern, an affidavit shall be submitted by the signatory to thetender document that he is the sole proprietor of the firm.

    3.2. In case of a partnership concern, the power of attorney shall be executed by all thepartners.

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

    constitution of the company.

  • 8/16/2019 8998 Tender Documents

    5/35

    CA NO GE (D) OF 2016-17 Serial Page No 5

    INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER

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

    4. If you are un-enlisted contractor or if you are enlisted contractor but have not lodgedstanding security deposit with MES and has not executed the Bond to Secure Performance of

    Agreement, you will deposit earnest money along-with the tender. The tender unaccompaniedby earnest money is liable to be rejected.

    5. Facilities for execution of bank guarantee for following purposes are available to thecontractors as detailed below: -

    5.1. Security Deposit/additional security deposit for individual works covering contract periodand defects liability period of one year thereafter from a date of completion of works.

    5.2. Retention money for payment of advances on account of work done and of materialsdelivered in connection with Measurement and Lump Sum Contracts

    6.  These instructions shall form part of the tender/ bid.

    7. Eligibility criteria of the tender/ bidder: -

    (a)  For MES enlisted contractor of appropriate class: -

    (i) Class ‘E’ contractor.

    (b)  For unenlisted contractor: -

    (i) Completed three works costing not less than 7.50 lakh or two similar works of costing

    not less than 10 lakhs or one similar works of costing not less than 20 lakhs or average

    annual turnover during the last two consecutive years ending 31 Mar of the previous

    financial year should be at least 25 lakhs.

    (ii) Solvent upto 10 lakhs or financially sound for engagement upto 25 lakhs.

    (iii) Working capital not less than 5.00 lakhs.

    (iv) One graduate engineer (for similar work) from a government recognized institution or onediploma engineer (for similar work) from government recognized institution with minimum 2

     years experience.

    (v) Limit of minimum reserves/total of movable or immovable property or fixed assets (in

    case of companies) shall be 8.00 lakhs. 80% of minimum reserve/assets shall be in the

    shape of immovable property.

    (vi)  The contractor shall have the following tools and plant:-

    (a)  One bag capacity concrete mixer (diesel) - 1 No (one bag capacity)

    (b)  Vibrator (needle and plate type) - 2 Nos(c)  Steel shuttering with span, props etc. - 200 sqm

    Note: - 

    (i) Similar works shall mean civil works e.g. building works, drainage works, boundary wallworks etc.

    (ii) Costing of similar works shall mean the completion cost of entire works.

    8. Document required to be submitted/uploaded by the tenderer/ bidder along withtender documents for certifying his eligibility for the works: - 

    (a)  For MES enlisted contractor of appropriate class: -

    (i)  Scanned copy of enlistment letter along with all enclosures.

    (ii)  Scanned copy of power of attorney if applicable as per Para 2 mentioned here-in-before.

    (b)  For unenlisted contractor: -

    (i)  Affidavit for constitution of the firm.

    (ii)  List of works executed during the last 5 consecutive financial years indicating nameand address of the department, date of commencement and completion, extended dateof completion.

    (iii)  Annual turnover certificate from CA/Income-tax deduction at source (TDS) certificatesfrom GEs/Executive Engineers etc. in supports of annual turnover during the last 5consecutive financial years.

  • 8/16/2019 8998 Tender Documents

    6/35

    CA NO GE (D) OF 2016-17 Serial Page No 6

    INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER

    (iv)  Balance sheet of last 5 years in case of limited companies.

    (v)  Affidavit for immovable properties indicating present market value and containingfollowing endorsements

    (vi)  (I)  That the immovable property is free from mortgages hypothecation or any other

    disputes and encumbrances and clearly belongs to the Contractor.or

     That the immovable property is free from any disputes and encumbrances and clearlybelongs to the Contractor. The immovable property has been mortgaged/hypothecatedfor …………….…….……. . Market value of immovable property as per valuation report

    No……………….…………….. given by the registered valuer………………………………… is………………………………………….……. . Therefore balance market value of property

    i.e. ……………………………. (Market value minus mortgaged value) is free from anymortgage/ hypothecation.

    (II)  That the said immovable property has not been shown for seeking enlistment of asister concern in MES.

    (III)  That the said immovable property will not be sold transferred, gifted or otherwisedisposed off without prior intimation to the Accepting Officer in MES while giving suchprior intimation, new affidavit for alternate immovable property of value at least equalto minimum requirement as per scales alongwith valuation report from registeredvaluer shall also be submitted failing which the Accepting Officer may take action asdeemed fit till acquiring alternate immovable property by the contractor.

    Note : In case of partnership firm, the partner having immovable property in his name,shall also endorse the following in addition to above :

    “Irrespective of my share in partnership firm, my whole property may be utilized by theGovernment for realising their dues/recovery, if the firm fails to deposit the same”.

    (vii)  Valuation report from Registered (with any Government body) valuer for immovableproperty clearly indicating ownership details. Alternatively, the Contractor may submitcertificate from the Deputy commissioner/Collector/First calls Magistrate orassessment of wealth tax authorities.

    (viii)  Affidavit for movable property (T & P machinery transport etc.) : If certain movableproperty is being considered towards requirements of minimum reserve, endorsementsas required for immovable property shall also be given on affidavit for movable propertyand valuation report from Registered (with any Government body) valuer for movableproperty clearly indicating ownership details shall also be submitted.

    (ix)  Solvency certificate from the scheduled bank as per specimen given as under: -

    (x)  FORM OF SOLVENCY CERTIFICATE FROM NATIONALISED/ SCHEDULED BANK

     This is certified that to the best of our knowledge and information M/s/ Shri/Smt………………………………………. having address ……………………………………….…,a customer of our bank are/ is respectable and can be considered solvent upto……………….……… (Rupees…………………………………………)/ financially sound for

    engagement upto ………………………………. (Rupees……………………………………….). This certificate is issued without any guarantee or responsibility on the bank or any ofthe officers.

    (Signature)Name, Designation and Personal Code No. of signatory

    Note: In case of partnership firm, certificate to include names of all partners asrecorded with the bank.

    (xi)  Working capital certificate from the scheduled Bank as per specimen given as under.Alternatively, contractor may submit bank statement for the last 6 months/ attestedcopies of fixed deposit receipts/ balance sheet in support of Working Capital.

    (xii)  FORM OF WORKING CAPITAL FROM NATIONALISED/ SCHEDULED BANK

     This is certified that M/s/ Shri/ Smt……………………………………….having address…………………………………………………………………………….………………, has/ havebeen maintaining a saving bank account/ current account/ fixed deposit account withthis branch of bank since …………………….and the firm is having working capital of

    approximately …………………………and/ or the firm is enjoying overdraft/creditfacilities upto limit of …………………………… This certificate is issued without any

  • 8/16/2019 8998 Tender Documents

    7/35

    CA NO GE (D) OF 2016-17 Serial Page No 7

    INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER

    guarantee or responsibility on the bank or any of the officers.

    (Signature)Name, Designation and Personal Code No. of signatory

    Note: In case of partnership firm, certificate to include names of all partners asrecorded with the bank.

    (xiii)  Affidavit from contractor for employment of Engineers

    (xiv)  Affidavit from Engineers for employment with the Contractor.

    (xv)  Experience and Degree/Diploma certificates of Engineers

    (xvi)  Affidavit from contractor that there is not government dues/recovery outstandingagainst him. If there is any government dues/recovery outstanding from thecontractor/ the firm, he will not qualify for the tender documents.

    (xvii)  Affidavit from contractor that he is not involved in any arbitration/litigation cases. If heis involved, he will give brief details of such cases on affidavit.

    (xviii)   Two photographs of proprietor/partners/directors of firm for verification of characterand antecedents from the police authorities.

    (xix)  Copy of partnership deed in case of partnership firm

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

    (xxi)  Copy of Registration Certificate of firm/company with Registrar of Companies.

    (xxii)  Affidavit that no near relative (s) of the contractor or their employees/agents is/areworking as gazetted/commissioned officer in MES/corps of engineers/ministry ofdefence.If his/their near relative (s) is/are working in such capacity, he/they shallfurnish details. The contractor shall not be entitled to tender for the works in entirearea of CE Zone/Project under whose control his/their near relatives are working asGazetted/Commissioned Officers. 

    (xxiii)  Affidavit that no near relative (s) of the contractor is/are working as junior engineer inMES/corps of engineers. If his near relative (s) is/are working in such capacity, thecontractor shall furnish details. The contractor shall not be entitled to tender for theworks in entire area of GE (I)/GE in which his near relative (s) is/are working as JuniorEngineer.

    (xxiv)  Copy of power of attorney given to any person/partner/director by the Contractor.

    (xxv)  Copy of PAN card of the firm.

    (xxvi)  A separate sheet containing specimen signatures (signed in black ink) and affixed withphotographs of proprietor/partners/directors.

    (xxvii)  Scanned copy of power of attorney if applicable as per Para 2 mentioned hereinbefore.

    Notes: -

    (i) All the documents submitted by the contractor shall be signed by him.

    (ii) Photocopies of documents shall be attested by the Gazetted Officer/Notary Public.

    (iii) All the affidavits shall be given on non-judicial stamp paper of appropriate value dulysigned by the contractor and attested by the Magistrate/notary public

  • 8/16/2019 8998 Tender Documents

    8/35

    CA NO GE (D) OF 2016-17 Serial Page No 8

    DECLARATION CERTIFICATE (TO BE GIVEN BY THE TENDERER/BIDDER)

    It is to certify that: -

    1. I/ we have submitted the tenders in the Performa as downloaded directly from the website.

    2. I/ we have submitted tender documents, which are same/ identical as available on thewebsite.

    3. I/we have not made any modification/ corrections/ additions etc. in the tender documentsdownloaded from web by me / us.

    4. I / we have checked that no page is missing and all pages as per the index are available andthat all pages of tender document submitted by us are clear & legible.

    5. I / we have digitally signed all the pages of the tender document before uploading/submitting the same.

    6. I/ we have submitted the cost of tender along with the eligibility documents as detailed in

    Para 5 of “INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER” and as per NIT.  

    7. In case at any stage later, it is found there is difference in our downloaded tender documentsfrom the original, Department shall have the absolute right to take any action as deemed fitwithout any prior intimation to me / us. The department shall not pay any damages to me / uson this account.

    8. I/ we have uploaded/ submitted the scanned copies of documents keeping original copieswith me/us and I/ we shall produce the original copies as and when asked by the department.In case at any stage later, it is found there is difference in downloaded copies from the original,Department shall have the absolute right to take any action as deemed fit without any priorintimation to me / us. The department shall not pay any damages to me / us on this account.

    9. I/ we will submit original copies of documents as and when asked by the department.

    10. I/we have read all the contentions mentioned in forwarding letters and as per instructionsfor filling and submission of tenders and all documents required as stated have been uploadedand scanned copies for the same in original will be forwarded to GE Dehu office during workinghours. If I fail to do so I will have no claim on the department for not consideration of the bidfor which I shall be solely held responsible for the cause.

    I/We (__________________________________________) hereby declare that the above information/documents provided by me/us are true and accurate including the informationprovided/attached. In case any information/ document at any stage found fake / incorrect,my/ our earnest money deposit shall be forfeited & action as deemed fit by GE Dehu Road may

    be taken against me/ us.

    Dated ………………………

    Place………………………...

    (CONTRACTOR)(SIGN WITH SEAL)

  • 8/16/2019 8998 Tender Documents

    9/35

    CA NO GE (D) OF 2016-17 Serial Page No 9

    NOTICE OF E-TENDER

    (IN LIEU OF IAFW-2162 (REVISED 1960)

    1. A tender is invited for the works (see Appendix-‘A’).

    2.  The tender shall be based as mentioned in Appendix 'A'.

    3.  The work is estimated to cost (see Appendix-‘A’).This estimates however, is not a guarantee

    and is merely given as a rough guide. If the work costs more or less, the tenderer will have no

    claim on this account.

    4.  The work is to be completed as per the period (See Appendix 'A' in accordance with phasing

    if any indicated in the tender) from the date of handing over the site which will be on or after as

    mentioned in Appendix 'A'.

    5. Normally contractors whose names are on the MES approved list for the command/ area in

    which the work lies and within whose financial category the estimated amount would fall may

    tender. However, in case of term contracts, contractors in category ‘SS’ to ‘E’ may tender. Incase where the tendered amount is in excess of 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.

    5.1. Contractors whose names are on the MES approved list of any MES formation and who

    have deposited standing security deposit and have executed standing security bond may also

    tender without depositing earnest money along with the tender and if the Accepting Officer

    proposes to accept the tender, 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 Contractor.

    5.2. Not more than one tender shall be submitted by one contractor or one firm of contractor.

    Under no circumstances will a father and his son (s) or other close relations who have business

    dealing with one another be allowed to tender for the same contract as separate competitors.

    Breach of this condition will render the tenders of both parties liable to rejection.

    5.3. Submission of the tender/ bid by the tenderer/ bidder does not constitute any guarantee

    for his eligibility for financial parts of the tender/bid, even of enlisted contractors of

    appropriate class. The tenderer/ bidder shall not become automatically entitled for his

    eligibility for financial parts of the tender/ bid by virtue of enclosing copy of demand draft

    along with the tender/ bid. The Accepting officer shall reserve the right to deny eligibility of anytenderer/ bidder for financial part of the tender/ bid. Firms to be considered eligible for the

    financial parts of the tender/ bid will be decided by the Accepting officer based on interalia

    past track record, financial position and experience of similar works executed by the tenderer/

    bidder and eligibility criteria as mentioned in the tender/ bid. The Accepting officer shall

    consider tender/bids received up to date of submission/ uploading or extended date of

    submission/ uploading of the tender/bids. The tenderer/ bidder, if so desires, may appeal to

    the next higher engineer authority (CWE/CE Pune Zone) with copy to the Accepting officer

    prior to the date of opening of cover-2 of the tender/ bid. The decision of the next higher

    engineer authority shall be final and binding. No tenderer/ bidder shall be entitled for any

    compensation whatsoever or rejection of his financial bid.

    6.  The Garrison Engineer Dehu Road will be the Accepting Officer here-in-after referred to as

    such for the purpose of this contract.

    7.  The e-tender processing fee (see Appendix-‘A’) shall be in the form of ‘Demand Draft’ from

    any nationalised/scheduled bank in favour of the Garrison Engineer (see Appendix-‘A’) shall be

    attached to the tender/bid to be published on the MES website portal 

    (www.eprocuremes.gov.in)(see Appendix-‘A’).

    8.  The appropriate standing security deposit amount for this work shall be as deposited by

    contractors enlisted in the command/area in which work lies (see Appendix-‘A’).

  • 8/16/2019 8998 Tender Documents

    10/35

    CA NO GE (D) OF 2016-17 Serial Page No 10

    NOTICE OF E-TENDER

    8.1. A contractor, who is not enlisted with the MES/who is enlisted but has not executed the

    Bond to Secure Performance of Agreement, while submitting a tender shall be required to

    furnish Earnest Money alongwith the tender (see Appendix-‘A’) in the form of deposit at Call

    receipt issued in favour of GE concerned from a scheduled bank or in the form of receipted

    treasury challan, the amount being credited to the revenue deposit of the Garrison Engineer

    (see Appendix-‘A’). However, if the tender submitted by such a contractor is accepted, he will be

    required to lodge with the Controller of Defence Accounts concerned, Security

    Deposit(Individual Security Deposit for the specific work) within thirty days of the receipt by

    the contractor of notification of acceptance of his tender, failing which this sum shall be

    recovered from the first RAR payment or from the final bill. In the case of Term/Running

    Contracts, remaining sum shall be recovered from the subsequent bill(s) of the contractor.

    However, in cases, where any payment is made to the contractor within thirty days of the

    receipt by him of notification of acceptance of tender, the amount of Security Deposit shall be

    recovered from such payments. The Earnest Money will be refunded to the contractor after the

    Security Deposit is lodged by the contractor or recovered from payments due to him.

    8.2. A Contractor who is not enlisted for the command/ 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. However, if the tender submitted by such a contractor is accepted, he

    will be required to lodge with the Controller of Defence Accounts concerned, Security

    Deposit(Individual Security Deposit for the specific work) within thirty days of the receipt by

    the contractor of notification of acceptance of his tender, failing which this sum shall be

    recovered from the first RAR payment or from the final bill. In the case of Term/Running

    Contracts, remaining sum shall be recovered from the subsequent bill(s) of the contractor.

    However, in cases, where any payment is made to the contractor within thirty days of the

    receipt by him of notification of acceptance of tender, the amount of Security Deposit shall be

    recovered from such payments.

    8.3. In case of a contractor who is enlisted and who has lodged the “Standing Security Deposit”

    and executed a Standing Security Bond, if the tendered cost of work exceeds the financial

    limits of the contractor (i.e. his class of enlistment) and the Accepting Officer decides to accept

    his tender, such a contractor shall be required to lodge with the Accepting Officer concerned,

    “Additional Security Deposit”, equal to the difference between the “ Individual Security Deposit”

    and the “ Standing Security Deposit” already lodged by him, within thirty days of the receipt by

    him of notification of acceptance of his tender, failing which this sum will be recovered in the

    same manner as stipulated in Para 8.1 hereinbefore.

    8.4.  The GE will return the earnest Money wherever applicable to all unsuccessful tenderers byendorsing authority and deposit receipt for its refund on production by the tenderer a

    certificate of the Accepting Officer that a bonafide tender (vide condition 15 hereinafter) was

    received and all documents were returned. The GE will either return the earnest Money to the

    successful tenderer by endorsing on the deposit receipt for its refund on receipt of an

    appropriate amount of security deposit or will retain the same on account of part of security

    deposit if such a transaction is feasible.

    9. Copies of the drawings and the documents pertaining to the work signed for the purpose of

    identification by the Accepting Officer or his accredited representative and sample of materials

    and stores to be supplied by the Contractor will be opened for the inspection at the concerned

    GE office (See Appendix-‘A’) during office working hours.

    10.  The tenderers are advised to visit site by making prior appointment with GE by giving

    sufficient time. Tenderer shall be deemed to have full knowledge of all relevant document

    samples, site, etc. whether he has inspected these or not.

    11.  Tenders will be submitted/uploaded on the MES website portal (www.eprocuremes.gov.in) 

    by due date & time (see Appendix ‘A’).

    12.  Tender of any tenderer who proposes any alternation to any of the conditions laid down or

    who proposes any other condition of any description whatsoever is liable to be rejected.

  • 8/16/2019 8998 Tender Documents

    11/35

    CA NO GE (D) OF 2016-17 Serial Page No 11

    NOTICE OF E-TENDER

    13.  The Submission of tender by the tenderer/ bidder implies that he has read this notice and

    the condition of contract and has made himself aware of the scope and specifications of work to

    be done and of the conditions and the rates at which stores, tools and plants etc will be issued

    to him and local conditions and other factors having bearing on the execution of the work.

    14.  Tenderers must be in possession of a copy of the MES standard schedule of rates (as

    applicable) and specifications including errata and amendments there to.

    15.  Tenderer must be very careful to submit a bonafide tender and must satisfy each and every

    condition laid down in this notice and must be submitted in the required format online.

    16.  The Accepting Officer does not bind himself to accept the lowest or any tender to give any

    reasons for not doing so.

    17.  This notice of tender along with Appendix ‘A’ shall form part of the contract.

    Signature of Contractor off AGE (Contracts)Date: for Accepting Officer

  • 8/16/2019 8998 Tender Documents

    12/35

    CA NO GE (D) OF 2016-17 Serial Page No 12

    APPENDIX ‘A’ TO NOTICE INVITING E-TENDER

    Paraof NIT

    Brief of Para Contents to be filled in

    Para 1 Name of Work : PERIODICAL SERVICES TO CERTAIN BLDGS AT GARDEN CITY, COD ROAD , AREA CQA(SV) ALKAPURI AND EME WKSPUNDER AGE B/R (EAST) AT DEHU ROAD.

    Para 2 Tender shall be basedon

    IAFW-1779 (A), specification and IAFW-2249 GeneralConditions of Contracts.

    Para 3 Estimated cost : 25.00 lakhs

    Para 4 (a) Period ofcompletion

    : 270 Days

    (b) Date of handingover the site

     To be mentioned in work order No 1 to be placed by GEafter acceptance of tender.

    Para 5 Class of contractor : (a) For MES enlisted contractor : Class ‘E’ category a (i)

    (b)For other contractor:

    (i) Meeting enlistment criteria of MES with regard tohaving satisfactorily completed requisite value of work,annual turnover, financial soundness (solvency andworking capital), engineering establishment, limit ofminimum reserves (total of movable/ immovableproperty), having possessed required tools & plant/machinery.

    (ii) No recovery outstanding in Govt. Department.

    For more details, referwww.eprocuremes.gov.in.

    Para 7 E-tender processingfee

    : 500/-

    Para 7& 9

    Name of GarrisonEngineer

    : GE Dehu Road

    Para 7 Date of publishing oftender/ bid

    : 02 May 2016

    Para 8 Standing security

    deposit amount

    : 50,000/-

    Para8.1

    Earnest moneyamount

    : 50,000/-

    Para8.1&8.2

    Individual securitydeposit amount

    : Will be intimated by the Accepting Officer

    Para8.3

    Additional securitydeposit amount

    : Will be intimated by the Accepting Officer

    Para9 Date of submission /uploading of tender/

    bid (both covers-1& 2)

    : By 1800 hours on 16 May 2016

    NOTE :-Special attention of applicant is drawn to the followings :-

    (A) E-tender processing fee shall be mandatory for submission/ uploading of the tender/ bid.Also the following instructions shall be noted by the bidder while the bid submissionprocess:

    i)  In case of MES enlisted tenderers, if original DD is not received within five days fromthe date of submission/uploading of the tender/bid, subject to satisfying otherprequalification criteria, the financial bid shall be opened. The amount of cost of tendershall be recovered from any amount due to the MES enlisted contractor. Failure of non

    submission of hard copy of DD tantamount to willful negligence with ulterior motiveand therefore the tenderer shall be banned to tender during the period of 6 months

    commencing from the date of opening of financial bid.ii)  In case of an un-enlisted tenderers ,if original DD is not received within the time

  • 8/16/2019 8998 Tender Documents

    13/35

    CA NO GE (D) OF 2016-17 Serial Page No 13

    APPENDIX ‘A’ TO NOTICE INVITING E-TENDER

    stipulated, the cover 1 (‘T’ bid) shall not be validated for opening of financial bid. Nameof such contractors along with complete address shall be circulated for not opening ofbids for the period of six months commencing from date of opening of financial bid.

     Tenderers who have failed to submit orginal DD pertaining to Earnest Money deposit (whether un-enlisted or enlisted who has not lodged standing security deposit) by stipulated date, shall beineligible for opening of financial bid. 

    (B) Submission of the e-tender/ e-bid by the tenderer/ bidder does not constitute any

    guarantee for his eligibility for financial parts of the e-tender/e-bid, even of enlisted

    contractors of appropriate class. The tenderer/ bidder shall not become automatically

    entitled for his eligibility for financial parts of the e-tender/ e-bid by virtue of enclosing

    copy of demand draft along with the e-tender/ e-bid. The Accepting officer shall reserve

    the right to deny eligibility of any tenderer/ bidder for financial part of the e-tender/ e-

    bid. Firms to be considered eligible for the financial parts of the e-tender/ e-bid will be

    decided by the Accepting officer based on interalia past track record, financial position

    and experience of similar works executed by the tenderer/ bidder and eligibility criteria

    as mentioned in the e-tender/ e-bid. The Accepting officer shall consider e-tender/e-bid

    received up to date of submission/ uploading or extended date of submission/ uploadingof the e-tender/e-bid. The tenderer/ bidder, if so desires, may appeal to the next higher

    engineer authority (CWE/CE Pune Zone) with copy to the Accepting officer prior to the

    date of opening of cover-2 of the tender/ bid. The decision of the next higher engineer

    authority shall be final and binding. No tenderer/ bidder shall be entitled for any

    compensation whatsoever or rejection of his financial bid.

    (C) The e-tender processing fee shall not be refunded even if a bidder/ tenderer is foundineligible for financial parts of the e-tender/ e-bid as per the prequalification criteria andinteralia past track record as decided by the Accepting Officer. 

    (D) The bidder shall note that during evaluation of ‘T’ bid (cover-1) of e-tendering, uploading

    a copy of Provident Fund Code number in addition to other document required shall bemandatory, failing which the firm shall be disqualified in ‘T’ bid evaluation and hisfinancial bid shall not be opened.

    (Signature of Contractor) (S S Bahursettiwar) JE (QS & C)off AGE (Contracts)

    File No: 8998/2/E8

    Dated: 02 May 2016

    Garrison Engineer, Dehu RoadPune-412 101

    Distribution:-

    1 Chief Engineer, Southern Command, Pune-01 13 GE (P) FY Kirkee, Pune-03

    2 Chief Engineer, Pune Zone, Pune-01 14 GE (I) R & D Pashan

    3 CWE (A) Pune-01 15 GE (North), Pune- 01

    4 CWE (A) Mumbai-05 16 GE Khadakwasla, Pune-23

    5 CWE (AF) Lohogaon, Pune-32 17 GE (AF) Lohogaon, Pune-32

    6 CWE Kirkee, Pune-03 18 GE (South), Pune-407 GE (I) R & D Girinagar, Pune-25 19 GE (CME) Kirkee, Pune-31

    8 CESC, Builder Association, Pune-01 20 AGE B/R (East), Dehu Road

    9 MES Builders of India, Gen Bhagat Marg, Pune-40, 21 AGE B/R (West), Dehu Road

    10 CIDC, 801 (8 TH FLOOR) Hemkunt Chambers, 89Nehru Place, New Delhi-110019

    22 AGE E/M, Dehu Road

    11 Association of MES Contractors (Regd), 111/1/4 GopiNath Bazar, Delhi

    23 BSO Dehu Road

    12 GE (Central) Kirkee, Pune-03

  • 8/16/2019 8998 Tender Documents

    14/35

    CA NO GE (D) OF 2016-17 Serial Page No 14

    In lieu of IAFW-1779 (Revised)

    (To be used in conjunction with General Conditions of Contracts IAFW-2249) (1989 Print)

    MILITARY ENGINEER SERVICES

     Tele 020-27673300 Garrison EngineerDehu Road - 412101

    8998/3/E8 02 May 2016

    ITEM RATE TENDER AND CONTRACT FOR WORKS REQUIRED IN THE EXECUTION OFPERIODICAL SERVICES TO CERTAIN BLDGS AT GARDEN CITY , COD ROAD , AREA

    CQA(SV) ALKAPURI AND EME WKSP UNDER AGE B/R (EAST) AT DEHU ROAD.

    A tender/ bidder who is qualified as per the eligibility criteria mentioned in the tenderdocuments and has interalia sound past record is hereby authorised to tender for the abovework.The e-tender/ e-bid(both cover-1 & and cover-2) shall be submitted/ uploaded on theMES website portal(www.eprocuremes.gov.in) by 1800 hours on 16 May 2016.

    THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT THE LOWEST ORANYTENDER.

    APPOINTMENT: (S S Bahursettiwar)JE (QS & C)off AGE (Contracts)For Accepting officer

    (Signature of Officer issuing the documents) 

  • 8/16/2019 8998 Tender Documents

    15/35

    CA NO GE (D) OF 2016-17 Serial Page No 15

    In lieu of IAFW-1779A(Revised)

    SCHEDULE ‘A’ NOTE

    NAME OF WORK: PERIODICAL SERVICES TO CERTAIN BLDGS AT GARDEN CITY , COD

    ROAD , AREA CQA(SV) ALKAPURI AND EME WKSP UNDER AGE B/R (EAST) AT DEHUROAD.

    NOTES: -

    1.  The tenderer shall fill his unit rate under column 6 in figures. The rate will automaticallyinserted under column 7 in words and the amount will automatically be extended undercolumn 8. In case of any discrepancy, rate filled by the tenderer/ bidder in figure shall onlyprevail and all other entries (i.e. rates automatically inserted in words and amountautomatically extended) shall accordingly be amended.

    2.  The total amount under column 7 is not firm but will be treated as ‘Contract Sum” referred

    to the General Condition of the Contract IAFW-2249.

    3.  The unit rates quoted by the tenderer in column 6 shall be inclusive of all taxes and leviesprevailed including sales tax on works contract imposed by any Govt. and nothing extra shallbe paid on this account.

    4.  The unit rates quoted shall be deemed to include supply of all new materials and labour asrequired to complete the work except where specifically mentioned otherwise in the descriptionin item. The rates quoted against each item of the schedule shall include of the full and entirecompletion of work all as specified.

    5.  The quantities shown under column 3 Schedule ‘A’ are provisional (refer condition 6 ofIAFW-2249).

    6.  The contractor are advised to visit the site prior to submission of their tender and onsubmission of tender he shall be deemed to have satisfied himself as to the nature of site, localfacilities access and all matters affecting the execution and completion of work. No extracharges consequent on misunderstanding or otherwise shall be allowed.

    7.  The entire work under this contract shall be completed within a period of 270 days form todate of handing over of site as mentioned in work order No 1 issued by the Garrison Engineer.

    8. Item rates quoted by the tenderer shall be deemed to include for any minor detailsconstruction which are obviously and fairly intended, which may not have been included indocuments but which are essential for the execution and entire completion of works. Thedecision the Accepting Officer whether or not any minor details of construction are obviously

    and in intended to be included in the rates quoted for the items shall be final and binding.

    9. If there is any error pertaining to unit in Sch A the same shall be corrected as per latestengineering practice or as mentioned in SSR Part II for which contractor will have no claim tothis effect.

    10 APPLICABLITY OF SERVICE TAX ON WORKS CONTRACTS 10.1 The rates quoted bytenderer shall be inclusive of all taxes including service tax promulgated vide GOI, Ministry ofFinance (Department of Revenue) notification No 6/2015 dated 01 Mar 2015 service tax hasbecome leviable on all the works contracts wef 01 April 2015. The liability of paying the servicetax is on service provider ie Contractor.10.2 The rate of service tax at present is 14% inclusive of applicable cess. If the rate of servicetax revised at later dates by Govt shall also be applicable after issuing the notification by the

    Govt . Service Tax shall not be applicable on supply of new furniture. However it is applicableon repair of furniture. The work of pipeline, conduit or plant for the following works shall fallunder exemption of the list of Service tax :-

    (i) Water Supply (ii) Water Treatment (iii) Sewarage Treatment or Disposal 10.3 Tenderersquoted rates shall deem to be inclusive of the above said service tax. 11 Tenderers quoted rateshall include all statutory levies / duties, labour welfare tax, sales tax, service tax on workscontracts as applicable. It may be noted that conditional tender regarding this will not beconsidered and shall liable to be rejected.

    SIGNATURE OF CONTRACTOR off AGE (Contracts)

    Dated: FOR ACCEPTING OFFICER

  • 8/16/2019 8998 Tender Documents

    16/35

    CA NO GE (D) OF 2016-17 Serial Page No 19

    SCHEDULE - `B’ 

    (ISSUE OF MATERIAL TO CONTRACTOR)

    (See condition 10 of IAFW-2249)

    SlNo

    Particulars Unit Rate at whichmaterial shall be

    issued to theContractor

    Place of issueof material

    Remarks

    1 2 3 4 5 6

    NIL

    Signature of Contractor off AGE (Contracts)Dated: FOR ACCEPTING OFFICER 

    S C H E D U L E - `C'

    {LIST OF TOOLS AND PLANT (OTHER THAN TRANSPORT) WHICH WILL BE HIRED TOTHE CONTRACTOR}

    (See conditions 15, 34 and 35 of IAFW 2249)

    Slno

    Quantity Particulars Detailsof MEScrew

    supplied

    Hire chargesper unit perworking day

    Standbycharges per

    unit per off day

    Place ofissue (by

    name)

    Remarks

    1 2 3 4 5 6 7 8

    ----------------------------- Nil ---------------------------------

    Signature of Contractor off AGE (Contracts)Dated: FOR ACCEPTING OFFICER 

    S C H E D U L E - `D'

    (TRANSPORT TO BE HIRED TO THE CONTRACTOR)

    (See conditions 16 and 35 of IAFW 2249)

    Sl

    no

    Quantity Particulars Rate per unit per

    working day

    Place of issue

    (by name)

    Remarks

    1 2 3 4 7 8

    NIL

    Signature of Contractor off AGE (Contracts)Dated: FOR ACCEPTING OFFICER

  • 8/16/2019 8998 Tender Documents

    17/35

    CA NO GE (D) OF 2016-17 Serial Page No 20

    T E N D E R

     To,

     The President of India,

    Having examined and perused the following documents:-

    1. Specifications signed by the off AGE (Contracts)

    2. Particular specifications and list of drawings attached.

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

    4. MES Standard Schedule of rates 2009 Part I-specifications and MES standard Schedule ofRates 2010 Part II-rates, together with amendments 1 to 3 for Part I and amendments 1 to59 for Part-II. (Hereinafter and in IAFW-2249 referred to as MES Schedule).

    5. General Conditions of contracts IAFW-2249 (1989 Print) together with Errata Nos. 01 to 20and Amendments Nos. 01 to 40 and schedule of Minimum wages.

    6. WATER: Refer Condition 31 of IAFW-2249 (General Conditions of Contracts 1989 Print.Water will be supplied by the MES and will be recovered at the rate of 3.75 per Rs. 1000.00worth of work done priced at contract rates.

    7. Should this tender be accepted I / We agree:-

    *** a)That a sum of 50, 000/-(Rupees Fifty Thousand only )  forwarded as EarnestMoney shall either be retained on account of Security Deposit or be refunded by theGovernment on receipt of an appropriate amount of Security Deposit within the time

    specified in Condition 22 of IAFW-2249.

    b)To execute all the works referred to in the said documents upon the terms andconditions contained or referred to therein and as detailed in General Summaryhereinafter and to carry out such deviations as may be ordered vide Condition 7 ofIAFW-2249 upto a maximum of 09% (Nine PERCENT) and further agree to refer alldisputes as required by Condition 70 and 71 to the sole conciliator of a serving officerhaving degree in Engineering or equivalent or having passed final/direct finalexamination of sub division II of Institution of Surveyors (India) recognized by Govt ofIndia, to be appointed by Chief Engineer Pune Zone Pune-01 or in his absence theofficer officiating as Chief Engineer Pune Zone Pune-01.

    ***TO BE DELETED WHERE NOT APPLICABLE.

    Signature of Contractor off AGE (Contracts)Dated: for Accepting Officer 

  • 8/16/2019 8998 Tender Documents

    18/35

    CA NO GE (D) 2016-17 Serial Page No 21

    In lieu of IAFW-1779(A) (Revised 1947)

    Signature___________in the capacity of _______________________ duly authorized to sign the

    tender for and on behalf of M/s ________________________________________________________

    (BLOCK CAPITALS)

    Name of the Signatory:(IN BLOCK CAPITALS)

    Date:

    Postal Address:

    Witness Telegraphic Address:

    Address

    Telephone:

    ACCEPTANCE

     _________ alterations have been made in these documents and as evidence that these

    alterations were made before the execution of the Contract Agreement these have been initialed

    by the contractor and S S Bahursettiwar, JE (QS&C), off AGE (Contracts).The said officer is

    hereby authorised to sign and initial on my behalf the documents forming part of this contract.

     The above tender was accepted by me on behalf of the President of India for the contract sum

    of Rs_________________________ (Rupees_______________________________________________________

     ___________________________________________________________only) on the day of __________2016.

    Signature _____________________________ dated this_____________ day of ________________ 2016.

    (FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

    Appointment: GARRISON ENGINEERDEHU ROAD 412 101 

    ACCEPTING OFFICER

  • 8/16/2019 8998 Tender Documents

    19/35

    CA NO GE (D) OF 2016-17 Serial Page No 22 to 73

    GENERAL CONDITIONS OF CONTRACTS - IAFW 2249 (1989 PRINT) FORITEM RATE CONTRACTS- IAFW 1779 A(REVISED 1955)

      LUMP SUM CONTRACTS- (IAFW-2159)

      TERM CONTRACTS & ARTIFICERSo  WORKS(IAFW-1821)

      MEASUREMENT CONTRACTS

    (IAFW-1779 & 1779-A)

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

    errata1 to 20 and amendment Nos 1 to 40 has been supplied to me/us and is in my/our

    possession, I/We have read and understood the provisions contained in the aforesaid

    GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I/We shall

    abide by the terms and conditions thereof, as modified if any, elsewhere in these tender

    documents.

    It is hereby further agreed and declared by me/us, that the GENERAL CONDITIONS OF

    CONTRACTS, IAFW-2249 (1989 Print) including condition 70 thereof pertaining to settlement

    of disputes by arbitration, containing 33 pages (serial page Nos. 23 to 55) with errata 1 to 20

    and amendment Nos. 1 to 40 (serial page Nos. 56 to 73) form part of these tender documents.

    NOTE: In case of difference in interpretation due to wordings of English and Hindi versions of

    the General Conditions of Contracts (IAFW-2249) (1989 Print), the English version will prevail.

    SIGNATURE OF CONTRACTOR off AGE (Contracts)Dated: FOR ACCEPTING OFFICER

  • 8/16/2019 8998 Tender Documents

    20/35

    CA NO GE (D) OF 2016-17 Serial Page No 74 to 82

    SCHEDULE OF MINIMUM FAIR WAGES

    1 It is hereby agreed by me/us that the schedule of Minimum Fair Wages' as publishedvide Government Of India Ministry of Labour order No 1 (2) 92 IS-II dated 10 Mar 1992applicable to Area ‘B’ containing 08 (Eight) pages (Serial Page No 75 to 82) shall form Part of

    these tender documents state Govt / Union territory Notification forms part of these tenderdocuments.

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

    3. My/our signature (s) hereunder is deemed to my/our having read and understood theprovisions contained therein and having signed the aforesaid Schedule of Minimum Wagesforming part of this tender and in agreement of provisions of para 2 above * I/we agree that*I/we shall abide by the same and that aforesaid documents form part of the tender.

    NOTE: Schedule of Minimum fair wages is available for reference in the office of the Garrison

    Engineer Dehu Road, Pune-412101.

    SIGNATURE OF CONTRACTOR off AGE (Contracts)Dated: FOR ACCEPTING OFFICER

  • 8/16/2019 8998 Tender Documents

    21/35

    CA NO GE (D) OF 2016-17 Serial Page No 83

    SPECIAL CONDITION1. GENERAL

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

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

    1.3.  The term ‘General Specifications’ referred to hereinbefore/ hereinafter as well as referredto in IAFW- 2249. (General Conditions of Contracts), shall mean the Specifications contained inMES Schedule. 

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

    2. SECURITY OF CLASSIFIED DOCUMENTS:  The Contractors special attention is drawn toCondition 2-A and 3 of IAFW-2249 (General Conditions of Contracts). The contractor shall notcommunicate any classified information regarding the works either to subcontractor or others,without the prior approval of the Engineer-in-Charge. The contractor shall also not makecopies of the design/drawings and other documents furnished to him in respect of the workand he shall return all documents on completion of work or earlier on determination of thecontract. The contractor shall along with the final bill attach a receipt from the Engineer-in-charge in respect of his having returned the classified documents as per Condition 3 of IAFW-2249 (General Conditions of Contracts). 

    3. PERIOD FOR KEEPING THE TENDER OPEN: The tender shall remain open for acceptancefor a period of 60 (sixty) days from the date specified for its submission/ uploading on the MESwebsite portal (www.eprocuremes.gov.in).

    4. TIME AND PROGRESS CHART USING CRITICAL PATH METHOD

    4.1.  The time and progress chart to be prepared as per Condition 11 of IAFW-2249 (GeneralCondition of Contracts) shall consist of detailed net work analysis and a time schedule. Thecritical path network will be drawn jointly by the GE and contractor soon after acceptance oftender. The time scheduling of the activities will be done by the contractor so as to finish thework within the stipulated time. On completion of the time schedule a firm calendar dateschedule will be prepared and submitted by the contractor to the GE who will approve it afterdue scrutiny. The schedule will be submitted in four copies within two weeks from date ofhanding over the site. 

    4.2. During the currency of the work the contractor is expected to adhere to the time schedule

    and this adherence will be a part of the contractor’s performance under the contract. Duringthe execution of the work the contractor is expected to participate in the reviews and updatingof the network undertaken by the GE. These reviews may be undertaken at the discretion ofthe GE either as a periodical appraisal measure or when the quantum of work ordered on thecontractor is substantially changed through deviation orders or amendments. Any revision ofthe schedule as a result of the review will be submitted by the contractor to the GE within aweek who will approve it after due scrutiny. The contractor shall adhere to the revised schedulethereafter. In case of contractor disagreeing with the revised schedule, the same will be referredto the Accepting Officer whose decision shall be final, conclusive and binding. GE’s approval tothe revised schedule resulting in a completion date beyond the stipulated date of completionshall not automatically amount to a grant of extension of time. Extension of time shall beconsidered and decided by the appropriate authority mentioned in Condition 11 of IAFW-2249and separately regulated. 

    4.3.  The contractor shall mobilise and employ sufficient resources to achieve the detailedschedule within the broad framework of the accepted method of working and safety.

    4.4. No additional payment will be made to the contractor for any multiple shift work or otherincentive methods contemplated by him in his work schedule even though the time schedule isapproved by the department. 

    5. ELECTRIC SUPPLY: In case the contractor desires to buy electricity from the MES, he shallbe charged for the electric energy consumed at the following rates:

    (i)  At 6.70 per unit for lighting purpose (ii) At 6.70 per unit for power purpose 

  • 8/16/2019 8998 Tender Documents

    22/35

    CA NO GE (D) OF 2016-17 Serial Page No 84

    SPECIAL CONDITIONElectric supply required for works upto maximum of 10 KVA shall be made available by theMES at the incoming terminal of the main switch on the site plan/ decided by the GE. Themain switch and KWH meters to register to electric energy supplied shall be provided andinstalled by the MES. The contractor shall provide all necessary cables, fittings, etc. from themain switch in order to ensure a proper and suitable supply of electricity for the execution ofwork.

     The MES does not guarantee for continuity of supply and no compensation what so ever shallbe allowed for supply becoming intermittent or for breakdown in the system. 

    GE or his representative shall be free to inspect all the power consuming devices or any electricline provided by the contractor. Any device or electric line provided by the contractor, which isnot to the satisfaction of the GE shall be discontinued from the supply if so desired by him.

    6. FACILITIES TO CONTRACTORS:

    6.1. QUARRIES ON DEFENCE LAND: Reference Condition 14 of IAFW-2249. No quarries ondefence land are available. 

    6.2. SPECIAL CONDITION FOR ALLOTMENT OF LAND FOR STORAGE OF MATERIALS(INCLUDING TEMPORARY SHEDS): Reference condition 24 of IAFW-2249. The contractorshall be permitted to store his materials including erecting temporary sheds therefore at theareas of land marked on the site plan/ as decided by the GE and he shall pay a licence fee ofRs 1/- per year or part thereof in respect of each and every separate area of land allotted tohim”. 

    6.3. SPECIAL CONDITION FOR ALLOTMENT OF LAND FOR ACCOMMODATION OFLABOUR, CANTEEN, FABRICATING WORKSHOP ETC.:  Reference condition 24 of IAFW-2249. The contractor shall be permitted to erect his labour camp, temporary workshops, andthe like at the area of land marked for this purpose on the site plan/ as decided by the GE andhe shall pay a licence fee Rs 1/- per year of part thereof in respect of each and every separatearea of land allotted to him.

    7. FEMALE LABOUR: If the contractor desires to employ female labour on works be carried outinside the area of a Factory, Depot, Park etc, and a female searcher is not borne on theauthorized strength of the Factory, Depot, Park etc, at the time of submission of the tender, heshall be deemed to have allowed in his tender for pay and allowances etc. for a FemaleSearcher (Class IV servant) calculated for the period female labour is employed by inside thearea. If more than one contractor employs female labour during any month and femalesearcher(s) has/ have to be employed in addition to the authorised strength ofFactory, Depot,Park etc, the salary and allowances paid to the additional female searcher(s) shall bedistributed on an equitable basis between the contractors employing female labour taking intoconsideration the value and period of completion of their contracts. The GE’s decision in regardto the amount recoverable on this account from contractor shall be final and binding. 

    8. WORKS INSIDE MILITARY FARMS:  The contractor will not make use of bullock/ animaltransport for the transport of building materials, etc. and shall employ solely mechanicaltransport for this purpose. 

    9. CONDITION 64 OF IAFW-2249-ADVANCE ON ACCOUNT:  This clause is applicable if thecontract sum is more than 50 lakhs.

    9.1. Add the following in continuation ofPara 8: - “provided further, the contractor may be paid advance on account to the full value of the undermentioned materials only, brought on the site on his furnishing guarantee bond(s) from ascheduled bank for the amount of the retention money which should otherwise be recoverablefrom him under contract: -

    (a)  Factory made paneled shutter(b)  Steel windows/ ventilators(c)  PVC soil/waste/ vent pipes, nahani traps/ gully traps(d)  Builders hardware (iron mongery)(e)  Cement tiles, terrazzo tiles, Shahabad stone tiles, Kota stone tiles, granitestone,

    marble stone, non skid ceramic tile and other floor tiles(f)  Water supply pipes and fittings/fixtures(g)  Electric tools/wire/fittings/fixtures(h)  Pressed steel door frame(i)  Sanitary fittings(j)  Steel(k)  Any other nonperishable materials as decided by GE.

    9.2.  The bank guarantee bond(s) shall be executed for a period and on a form as directed bythe Accepting Officer. The contractor shall further arrange to extend the period of guarantee

  • 8/16/2019 8998 Tender Documents

    23/35

    CA NO GE (D) OF 2016-17 Serial Page No 85

    SPECIAL CONDITIONbond(s) if and when necessary, as directed by the Accepting Officer or shall furnish freshguarantee bond(s) of similar value in lieu. 

    10. RE-IMBURSEMENT /REFUND ON VARIATION IN TAXES DIRECTLY RELATED TOCONTRACT VALUE

    10.1.  The rates quoted by the contractor shall be deemed to be inclusive of all taxes (includingsales tax/AAT on materials, sales tax /VAT on works contracts, turnover tax, service tax,labour welfare cess/tax etc) duties, royalties, octroi & other levies payable under the respectivestatutes. No reimbursement/refund for variation in rates of taxes, duties, royalties, octroi &other levies, and/or imposition/abolition of any new/existing taxes, duties, royalties, octroi &other levies shall be made except as provided in sub Para here-in-below. 

    10.1.1.  The taxes which are levied by Govt at certain percentage rates of contract sum/amountshall be termed as “taxes directly related to contract value” such as sales tax/VAT on workscontracts, turnover tax, labour welfare cess/tax and like but excluding income tax. Thetendered 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 submission/uploading oftenders. Any increase in percentage rates of “taxes directly related to contract value” with

    reference to prevailing rates on last due date for submission/ uploading of tenders shall bereimbursed to the contractor and any decrease in percentage rates of “taxes directly related toContract value” with reference to prevailing rates on last due date for receipt of tenders shall berefunded by the contractor to the Govt/deducted by the Govt from any payments due to thecontractor. Similarly imposition of any new “taxes directly related to Contract value” after thelast due date for submission/ uploading of tenders shall be reimbursed to the contractor andabolition of any “taxes directly related to contract value” prevailing on last due date forsubmission/ uploading of tenders shall be refunded by the contractor to the Govt/deducted bythe Govt from the payments due to the contractor. 

    10.1.2.  The contractor shall, within a reasonable time of his becoming aware of variation inpercentage rates and/or imposition of any further “taxes directly related to contract value”, givewritten 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 tosupply. The contractors shall also submit the other documentary proof/information as the GEmay require. 

    10.1.3.  The contractor shall, for the purpose of this condition keep such books of account andother documents as are necessary and shall allow inspection of the same by a duly authorizedrepresentative of Govt, and shall further, at the request of the GE furnish, verified in such amanner as the GE may require, any documents so kept and such other information as the GEmay require. 

    10.1.4. Reimbursement for increase in percentage rates/imposition of “taxes directly related tocontract 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 Authorityand submits documentary proof for the same as the GE may require. 

    11. EMPLOYMENT OF PERSONNEL

    11.1.  The contractor shall employ only Indian nationals as his representative, servants andworkmen after verifying their antecedents and loyalty. He shall ensure that no person ofdoubtful antecedent and nationality is in any way, associated with the work. If for the reasonsof technical collaboration or other considerations the employment of foreign national (s) isunavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officerat the time of submission of the tender. As a proof that the contractor has employed onlyIndian nationals, he shall render a certificate to the GE within one month from the date ofacceptance of the tender to this effect. In case the GE desires, the contractor will have the

    police verification done of personnel employed by him. 

    11.2.  The GE shall have full powers and without giving any reason to order the contractorimmediately to cease to employ, in connection with his contract, any agent, servant or employto continue employment is, in his opinion, undesirable. The contractor shall not be allowed anycompensation on this account. 

    11.3.  The contractor’s attention is also drawn to condition 25 of IAFW-2249 in this connection. 

    12. SUPPLY OF WATER

    12.1. Refer Condition 31 of IAFW-2249. Water will be supplied by MES.

    12.2. Water will be supplied by MES to the contractor at points shown on the site plans frompiped system and shall be paid by the contractor @ 3.75 per 1000/- worth of work done

  • 8/16/2019 8998 Tender Documents

    24/35

    CA NO GE (D) OF 2016-17 Serial Page No 86

    SPECIAL CONDITIONpriced at contract rates. The contractor shall arrange at his own expense for storage of waterand lifting, pumping, carrying or conveying water to the site of work as required. In case waterpoints are not marked on the site plan, the water shall be supplied at one point as decided bythe GE. 

    12.3.  The supply of water may not be continuous. The contractor shall be deemed to have

    ascertained the hours of availability of water before submitting his tender. The MES do notguarantee the continuity of water supply and no compensation shall be allowed for intermittentor inadequate water supply and break down in the system. If the supply is not sufficient thecontractor shall make his own arrangement to supplement the water supply at his own cost.For this purpose the contractor shall be allowed to install hand pumps at the site of works atplaces as directed by the Engineer-in-Charge without any charges from the contractor on thisaccount. The contractor shall remove the hand pumps as and when asked to do so by theEngineer-in-Charge or the GE and in any case on completion of the works. No compensationwhatsoever shall be admissible to the contractor if the GE requires him to remove the pumpsbefore completion of the work. 

    13. INSPECTION OF SITE BY THE TENDERER

    13.1.  The tenderer advised to contact the Garrison Engineer for the purpose of inspections ofsite (s) and examination of relevant document other than those sent herewith, who will extendreasonable facilities for the purpose. The tenderers shall also make themselves familiar withworking conditions, accessibility of site (s), availability of materials and other cogentconditions, which may affect the entire completion of work under this contract. 

    13.2.  The tenderer shall be deemed to have inspected the site (s) and made themselves familiarwith the working conditions etc. whether they actually inspect the site(s) or not. 

    14. CONDITION FOR WORKING IN RESTRICTED AREA: all works under the contract lie inrestricted area. The restrictions for entry to work site and conditions of working in restrictedarea shall be as under. 

    14.1. ENTRY /EXIT: The contractor, his agent(s), representatives, workmen etc and hismaterials, carts, truck or other means of transports etc will be allowed to enter through andleave from only such gate or gates and at such times as the GE or authorities in charge of therestricted area may at their sole discretion permit to be used. The contractor’s authorizedrepresentative is required to be present at the place of entry and exit for purpose of identifyinghis workmen, carts, trucks etc to the personnel in charge of the security of the restricted areaand shall stick to the specific route directed for them to follow. 

    14.2. IDENTITY OF WORKMEN

    14.2.1. Every workman shall be in possession of an identity card. The identity card shall beissued after a thorough investigation of antecedents of the labourers by the contractor andattested by officer-in-charge of a unit concerned in accordance with the standing rules and

    regulations of the unit. The contractor shall be responsible for conduct of his workmen, agentsor representatives. 

    14.2.2. IDENTITY CARD OR PASSES:  The contractor, his agents and representatives arerequired individually to be in possession of an identity card or pass which will be examined bya security staff at the time of entry into or exit from the restricted area at any time or numberof time inside restricted area. 

    14.3. SEARCH: Through search of all persons and transport shall be carried out at each gateand for as many times the gate is used for entry or exit and may also be carried out at anynumber of times at the site within the restricted area. 

    14.4. WORKING HOURS:The units controlling restricted area, usually work during six days in

    a week and remain closed on the seventh day. The working hours available to contractor’slabour and staff are however, appreciably reduced because of the time of entry and exit duringworking hours. The exact working hours, working days and number of working days observedfor the restricted area, where works are to be carried out, shall be deemed to have beenascertained by the contractor before submitting his tender. The tenderer attention is invited tothe fact that number of working hours for a unit are prescribed in regulations and they cannotbe increased by the Garrison Engineer of an author controlling the restricted area. Thedefinition of “working days” as given under condition 1(t) of IAFW-2249 does not apply in casewhere the works area carried out in the restricted area. 

    14.5. WORKING ON HOLIDAYS: The contractor shall not carry out any work on gazettedholidays, weekly holidays and other non-working days except when he is specially authorisedin writing to do so by the Garrison Engineer. The GE may at his sole discretion declare any day

    as holiday or non-working day without assigning any reason for such declaration. 

  • 8/16/2019 8998 Tender Documents

    25/35

    CA NO GE (D) OF 2016-17 Serial Page No 87

    SPECIAL CONDITION

    14.6. FIRE PRECAUTIONS:

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

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

    14.7. FEMALE SERACHER: If the contractor desires to employ female labour on works becarried out inside the area of a Factory, Depot, Park etc, and a female searcher is not borne onthe authorized strength of the Factory, Depot, Park etc, at the time of submission of the tender,he shall be deemed to have allowed in his tender for pay and allowances etc. for a FemaleSearcher (Class IV servant) calculated for the period female labour is employed by inside thearea. If more than one contractor employs female labour during any month and femalesearcher(s) has/ have to be employed in addition to the authorised strength ofFactory, Depot,Park etc, the salary and allowances paid to the additional female searcher(s) shall bedistributed on an equitable basis between the contractors employing female labour taking intoconsideration the value and period of completion of their contracts. The GE’s decision in regardto the amount recoverable on this account from contractor shall be final and binding. 

    15. DAMAGE TO EXISTING STRUCTURES:  Any damage to any existing structures, any

    existing road etc. during the execution of works shall be made good by the contractor at hisown expense. Rectification, replacement, making good, touching up, etc. shall be carried outconforming to the materials and workmanship originally provided and to the satisfaction of theEngineer-in-Charge. In case of any dispute on this account, the decision of the GE shall befinal, binding and conclusive. 

    16. APPROACHES:  The contractor shall make arrangement s for and provide at his own costall temporary approaches, if required to the site(s), after obtaining approval in writing of the GEto the layout of such approaches. 

    17. COORDINATION WITH OTHER AGENCIES: Refer Condition 24 of IAFW-2249. Thecontractor shall permit free access and afford normal facilities and usual convenience to otheragencies or departmental workmen to carry out connected works or services under separatearrangements. The contractor will not be allowed any extra payment on this account. 

    18. RECORD OF MATERIALS AND PURCHASE VOUCHERS:

    18.1.  The quantity of materials such as cement, steel, paint, water proofing compound,chemicals for anti-termite treatment, and the like ( as applicable ) and directed by the Engineer- in - charge , (the quantity of which cannot be checked after incorporation in the works), shallbe recorded in the Measurement Book as “ NOT TO BE ABSTRACTED” and signed by thecontractor and the Engineer-in-charge as a check to ensure that the required quantity hadbeen brought to site for incorporation in the work. 

    18.2.  The materials brought to site shall be stored as directed by the Engineer-in-charge andthose already recorded in the Measurement Book shall be suitably marked for identification.  

    18.3.  The contractor shall produce original receipted purchase vouchers/ invoices form themanufacturers and/or their authorised agents for the full quantity of the following materials,

    as applicable as a advances on account of the work done and/or materials collected inaccordance with Condition 64 of General Conditions of Contracts – IAFW-2249bills along with

     Test Certificates wherever applicable in respect of supplies for the following items ( asapplicable ) to the Engineer-in-charge in addition to any other items as directed by Engineer-in-charge before payment is made in RARs, against material lying as site:- 

    (a)  Water proofing compound(b)  Chemicals for Anti-termite treatment(c)  Paint, Distempers and cement base paints & like(d)  Cast iron pipes and fitting(e)  Sanitary fittings(f)  All grades of bitumen(g)  Steel windows / ventilators

    (h)  Factory made door shutters(i)  Floor/Wall tiles(j)  Builders Hardware(k)  Tarfelt/bituminous products(l)  Salt glazed stone ware pipe(m) Electrical and water supply fittings/fixtures where names of

    manufacturers/brands are specified or approved(n)  Cables(o)  Steel reinforcing bars and structural steel which are not issued under Schedule

    `B’(p)  Cement(q)  Steel(r)  PVC pipes

    (s)  Any other proprietary articles.

  • 8/16/2019 8998 Tender Documents

    26/35

    CA NO GE (D) OF 2016-17 Serial Page No 88

    SPECIAL CONDITION

    18.4.  The contractor shall, on demand, produce to the GE, original receipted vouchers/invoicesin respect of the materials other than as stated in sub-Para just hereinbefore.Vouchers/invoices so produced and verified shall be shall be stamped by Engineer-in-Chargeindicting contract number. The contractor shall ensure that the materials are brought to site,in original sealed containers/packing, bearing manufacturer’ marking except in the case of the

    requirement of materials (s) being less than smallest packing. 

    18.5. Bitumen shall be purchased directly from manufacturers’ stockiest or their authoriseddealers only. These vouchers/ invoices shall be defaced by the GE/Engineer-in-Charge,indicating reference to the contract number, under his dated signature, and CTC thereof shallbe kept on record sp as to avoid their being used again.

    18.6.  The vouchers/ invoices will clearly indicate the contract No. and IS No., specificalternative to which the material conforms in case of various alternative in IS.

    19. WATCH/ LIGHTING:  The contractor shall at his own cost take possible precautions toensure safety of life and property by providing necessary fencing, barrier, light, watchman, etc.,during the progress of work and as directed by the Engineer-in-Charge. 

    20. CLEANING DOWN: Refer condition 49 of IAFW-2249.The contractor shall clean all floors,remove cement, lime or paint drops, clean joinery, glass panes, etc., touch up all paint worksand carry out all necessary items of works in connection with therewith and have the wholepremises clean and tidy to the entire satisfaction of the Engineer-in-Charge before handingover the items / works. No extra payment shall be admissible to the contactor for thisoperation. 

    21. MINIMUM WAGES PAYABLE

    21.1. Refer Condition 58 of IAFW-2249. The contractor shall not pay wages lower thanminimum wages for labour as fixed by the Govt. of India/ state Govt. / Union Territory/ localauthority, whichever is higher. 

    21.2.  The contractor’s attention is also drawn, amongst other things to the ‘exploitations’ to theschedule of minimum wages referred to above. 

    21.3.  The fair wages referred to in Condition 58 of IAFW-2249 will be deemed to be the sameas the minimum wages referred to above as upto date from time to time. 

    21.4. Schedule of minimum wages are not enclosed along with tender documents. However thecontractor shall be deemed to have verified the minimum fair wages payable as on the last duedate of uploading/ submission of tender.

    21.5.  The contractor shall have no claim whatsoever, if on account of local factors and orregulations, he is required to pay the wages in excess of minimum wages as described above

    during the execution of work. 

    22. MATERIALS AND SAMPLES:

    22.1. Refer Condition 10 of IAFW-2249. 

    22.2.  The materials and articles, which have been specified from certainmakers/manufacturers, shall be of make/manufactures as specified. If the manufacturersspecified in the tender documents make both ISI marked and conforming to ISI, the materials/articles shall be ISI marked. 

    22.3.  The materials and articles , which have not been specified in the tender documents bymakes/ manufacturers, shall be as under: - 

    (i)  If ISI marked materials are being manufactured the same shall be ISI marked.For list of ISI marked manufacturers refer website of BIS i.e. www.bis.org.in. 

    (ii)  If materials are not being manufactured with ISI marked, the same shall beconforming to IS specifications.

    22.4. Materials of local origin shall be as specified and conforming to samples kept in GE’soffice. The tenderer is advised to inspect sample of materials which are displayed in the office ofGE, before submitting his tender. The tenderer shall be deemed to have inspected the samplesand satisfied himself as to the nature and quality of materials, is required to incorporate in thework irrespective of whether he has actually inspected them or not. 

    22.5.  The contractor shall not procure materials and articles unless the samples are first gotapproved by the GE.

  • 8/16/2019 8998 Tender Documents

    27/35

    CA NO GE (D) OF 2016-17 Serial Page No 89

    SPECIAL CONDITION

    22.6. HANDING OVER OF SITE: Site for the execution of the work will be available as soon asthe work is awarded. In case it is not possible to make the entire site available on the award ofthe work, the contractor will have to arrange his working programme accordingly. No claimwhatsoever, for not giving entire site on award of work and for giving site gradually, will betenable.

     ___________________________ off AGE (CONTRACTS)(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER

  • 8/16/2019 8998 Tender Documents

    28/35

    CA NO GE (D) OF 2016-17  Serial Page No 90

    PARTICULAR SPECIFICATIONS

    1) SCOPE OF WORK:-   The work under this contract includes for the fully, final andentire completion of all works described in Schedule ‘A’ as specified in particular specificationsand as directed by Engineer-in-Charge.

    List of Bldgs

    Gardencity

     T-48 to T-51,601,602,603,619,620,622,645,646,647,648,649,650,651,594,593

    Alkapuri 301,302,303,311,312,313,314,315,381,382,383,321,322,323,351 to 352,P-1 tp P-8, T-1 to T-28

    2. MES SCHEDULE:-  General Rules, specifications for materials andworkmanship, preambles and special conditions contained in the MES schedule shall apply tothe works under this contract. Where the provision in the particular specifications are atvariance with aforesaid provisions of the MES schedule, the former shall take precedence. Theterm General specification references in the tender documents shall mean the specificationcontained in the MES Standard Schedule of Rate (SSR) 2009 Part I and 2010 (Part-II)

    3.1  WORKMANSHIP:-  Generally the finish to be provided white washing colour washingdistempering or painting etc, the number or coats to be applied and any special process oftreatment shall be included.

    3.2 No finish shall be executed until a sample of the finish to the required colour andshade has been approved by the Engineer in Charge before the subsequent coat is applied.

    3.3 The colour shall be of even shade over the whole surface. If it is patchy or otherwisebadly applied the work has to be redone by the contractor at his own expense to the

    satisfaction of the Engineer in Charge.

    3.4  PROTECTIVE MEASURES : Surfaces of doors, window/floors articles of furniture etcand such other parts of the buildings not to be treated shall be protected from being splashedupon. Such surfaces shall be cleaned off splashes of white, colour wash, distempering etc. Thecontractor shall be responsible for any damage to the fittings, fixture and furniture due to hisnegligence or his work men. Decision of Garrison Engineer shall be final and bonding on thisaspect.

    4. SCAFFOLDING:-  Wherever scaffolding is necessary, it shall be erected insuc