36
CA No GE/U-64/2015-16 Serial page No: 01 NAME OF WORK: PROVN OF SOLAR POWER PLANT 15KWP IN HQ CE UDHAMPUR ZONE OFFICE COMPLEX UNDER GE UTILITIES UDHAMPUR INDEX PAGE Ser No Description Serial Page No From To 1. Index page 01 01 2. Tender forwarding letter 02 05 3. Notice of tender including Appendix ‘A’ to notice of tender and amendments to Appendix ‘A’, if any. 06 13 4. Tender and item rate contract for work (IAFW-1779-A) revised 1955. 14 21 5. Special condition including Annexure. 22 29 6. Particular specifications including Appendices 30 36 7. General Conditions of contracts IAFW-2249 (1989 print) including errata/amendment thereto. 37 87 8. Schedule of minimum fair wages. 88 97 9. Amendments/Errata to tender documents ____ _____ 10. Relevant correspondence ____ _____ 11. Acceptance letter ____ _____ Total Note : The documents mentioned at Ser No 7 & 8 above are not attached with the tender documents. The tenderer is advised to read these documents in any MES formation on any working day during the office hours. Signature of Contractor AGE (Contract) Dated:_____________ For Accepting officer

NAME OF WORK: PROVN OF SOLAR POWER PLANT … · General Conditions of contracts IAFW-2249 ... The tenderer is advised to read these documents in any MES ... IAFW-2249 (1989 print)

  • Upload
    ledang

  • View
    225

  • Download
    0

Embed Size (px)

Citation preview

CA No GE/U-64/2015-16 Serial page No: 01

NAME OF WORK: PROVN OF SOLAR POWER PLANT 15KWP IN HQ CE UDHAMPUR ZONE OFFICE COMPLEX UNDER GE UTILITIES UDHAMPUR

INDEX PAGE Ser No

Description Serial Page No From To

1. Index page

01 01

2. Tender forwarding letter

02 05

3. Notice of tender including Appendix ‘A’ to notice of tender and amendments to Appendix ‘A’, if any.

06 13

4. Tender and item rate contract for work (IAFW-1779-A) revised 1955.

14 21

5. Special condition including Annexure.

22 29

6. Particular specifications including Appendices 30 36

7. General Conditions of contracts IAFW-2249 (1989 print) including errata/amendment thereto.

37 87

8. Schedule of minimum fair wages. 88 97

9. Amendments/Errata to tender documents

____ _____

10. Relevant correspondence

____ _____

11. Acceptance letter

____ _____

Total Note: The documents mentioned at Ser No 7 & 8 above are not attached with the tender documents. The tenderer is advised to read these documents in any MES formation on any working day during the office hours. Signature of Contractor AGE (Contract) Dated:_____________ For Accepting officer

CA No GE/U-64/2015-16 Serial page No: 02 REGISTERED/ACK DUE GE (Utilities) Udhampur PO: Garhi, Udhampur PIN-182121 8147/GE/U-64/2015-16/ /E8 Mar 2016 M/s__________________________________

_____________________________________

_____________________________________

_____________________________________

NAME OF WORK: PROVN OF SOLAR POWER PLANT 15KWP IN HQ CE UDHAMPUR ZONE OFFICE COMPLEX UNDER GE UTILITIES UDHAMPUR

Dear Sir (s), 1. A set of tender documents alongwith BOQ for work mentioned above is uploaded herewith on the MES portal of www.eprocuremes.gov.in. 2. The complete tender (BOQ) is to be published on the MES portal of www.eprocuremes.gov.in up to 1500 Hrs on 21 Mar 2016. The Cover-01 of the bid shall be opened on or after 1200 Hrs on 12 Apr 2016 in office of Garrison Engineer, (Utilities) Udhampur PO: Garhi, Udhampur-182121 (J&K) in the presence of such tenderer/s who have uploaded their priced tender and who wish to be present. 3. The salient points / instructions to the tenderers are highlighted as per annexure enclosed with this letter.

Yours faithfully, ____________________ Signature of Contractor AGE (Contract) Dated: ______________ For Accepting officer Encl: One set of Tender Documents

CA No GE/U-64/2015-16 Serial page No: 03

ANNEXURE TO FORWARDING LETTER 1. Earnest Money 1.1 If you are not enlisted as an approved contractor with any MES formation or if you are enlisted but have not deposited the standing security, you are required to submit your tender with sum of Rs. (See Appendix ‘A’) as earnest money in the form of call deposit receipt from a scheduled bank in favour of the GE (U) Udhampur. (See Appendix ‘A’ to Notice of tender). The scanned copy of the same in the pdf file is to be uploaded at the time of applying for the bid. 1.2 Any tender/Bid not accompanied by earnest money in the prescribed form will be treated as non-bonafide and will not be considered for acceptance. 2. Individual Security Deposit/Additional Security Deposit In the event of your tender being accepted the amount of individual security “or” Additional Security shall be calculated as per standing instructions which can be seen in any of the MES office. 3. The printed form of General conditions of contract, IAFW-2249 (1989 print) and errata/amendments thereto forming part of the tender documents can be seen by tenderer in any of the MES offices during office hours. Tenderers will be deemed to have full knowledge of IAFW-2249 with up to date errata and amendments whether they study the same or not. 4. It shall be noted that any tender which proposes any alteration to any of the conditions and/or specifications and/or other provisions laid down in these documents and/or which proposes other conditions of any description what so ever is liable to be rejected. 5. Tenderers are required to quote their tender carefully so as to submit an accurate and bonafide tender. No subsequent offer for reduction in the rates as a pretext of error/mistake in estimate or in quoting the tender will be entertained after opening of tender from any of the tenderers other than the lowest tenderer. Please note that any offer or reduction from contractor other than the lowest tenderer after opening of the tender will be viewed seriously and will call for severe disciplinary action against such contractor by the Department for a minimum period of one year and in addition any other action as deemed necessary by the department against such contractor. 6. GUIDELINES / PROCEDURE TO BE FOLLOWED IN THE PROCESS OF E-TENDERING. 6.1 It is mandatory for all the bidders to have class-III digital signature certificate (in the name of person who will sign the Application) from any of the licensed certifying agency (Bidders can see the list of licensed CAs from the link (www.cca.gov.in) to participate in e-tendering process. 6.2 There is no physical supply of tender documents. The bidders, participating in e-procurement solution, can view / download the tender documents from the www.eprocuremes.gov.in. The bidder shall submit their offer online in electronic formats, however DD / banker cheque for Tender Fees, and EMD required to be submitted manually in the office of GE (U) Udhampur as done in conventional tender, before date & time of opening of bid (first stage) and scanned copy of DD/ banker cheque for Tender Fees, and EMD etc must also be uploaded at www.eprocuremes.gov.in. Contd…/-

CA No GE/U-64/2015-16 Serial page No: 04

ANNEXURE TO FORWARDING LETTER (Contd...)

6.3 The tender to be submitted online at www.eprocuremes.gov.in by due date and time as mentioned in NIT, which shall form the part of the contract document. The bidders who are desirous of participating in ‘e’ procurement shall submit their price bids in the standard formats prescribed in the Tender documents, displayed at www.eprocuremes.gov.in. The bidder should upload the scanned copies of all the relevant certificates, documents etc., in the www.eprocuremes.gov.in in support of their price bids. The bidder shall sign on all the statements, documents, certificates, uploaded by him, owning responsibility for their correctness / authenticity. 6.4 The Price Bids will be opened online by the opening officer / officers at the specified date & time and the result will be displayed on the www.eprocuremes.gov.in which can be seen by all the bidders who participated in the tenders. If the office happens to be closed on the date and time of bid opening as specified OR due to some unforeseen reason (s), the bid could not be opened on the date and time of bid opening as specified, the bid will be opened on the next working day on same venue and on the time as decided by the accepting officer without assigning any reason. No claim will be entertained on this account.

6.5 The bidders have two options to participate in tendering process at the time of opening of Bids : (i) Bidders can come at the place of opening of bids (electronically) as done in the conventional tender process or (ii) Bidders can visualize to process online.

6.6 The concerned officer/officers will evaluate and process the tenders as done in the conventional tenders and will communicate the decision to the bidder online / by registered post. After the award of the contract, an agreement shall be signed as done in Conventional Tenders.

6.7 No physical form of tender will be accepted in any MES office anywhere and shall be summarily rejected. The department does not take any responsibilities for non availability of internet connection or network traffic jam etc for online bid at any stage. The MES will not be responsible for any error like missing of schedule data while downloading by the Bidder. No claim will be entertained on this account. 6.8 One bidder can submit only one bid for one work/project. If a bidder will submit more than one bid, his bids will be summarily rejected. 6.9 The tender for the works shall remain open for acceptance for a period of sixty (60) days from the date of opening of tenders. If any lowest tenderer revoking his offer / tender or revising his rates upward (which will be treated as revocation of offer), before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money as aforesaid. In case of MES enlisted contractors, the amount equal to the Earnest Money stipulated in the Notice of Tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from payment due to such Contractor or shall be adjusted from his Standing Security Deposit. Participation for further tender to such tenderer (s) shall also remain suspended till the aforesaid Earnest money is deposited in the Govt Treasury. Further the tenderer shall not be allowed to participate in the retendering process of the work. Contd…/

CA No GE/U-64/2015-16 Serial page No: 05

ANNEXURE TO FORWARDING LETTER (Contd...)

6.10 In case any tempering/alteration is noticed between the documents as uploaded at the time of submission of the bid online and the original one as uploaded by the office of GE (U) Udhampur, then the bid submitted shall become invalid and the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money as aforesaid. In case of MES enlisted contractors, the amount equal to the Earnest Money stipulated in the Notice of Tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from payment due to such Contractor or shall be adjusted from his Standing Security Deposit. Participation for further tender to such tenderer (s) shall also remain suspended till the aforesaid Earnest money is deposited in the Govt Treasury. Further the tenderer shall not be allowed to participate in the re-tendering process of the work. 6.11 The bidder should keep checking the website www.eprocuremes.gov.in for any Errata/Amendments to tender documents/price bid till the date and time of online submission of price bid and bidder must incorporate them in their bid documents. 6.12 Before deadline for submission of bids, the department can modify the bid document(s) by issuing addenda/corrigenda. Any addendum/corrigendum thus issued shall be part of the bidding documents and shall be uploaded on the website as a corrigendum. To give prospective bidders reasonable time to take an addendum/corrigendum into account in preparing their bids, the department may, at his discretion, extend as necessary the deadline for submission of bids. However, no claim will be entertained on this account. 7. Your attention is drawn to the official secret Act, particularly section 5 thereof for compliance. 8. 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 the said policy. 9. These instructions shall form part of the contract documents and shall be signed alongwith the tender documents during signing of contract agreement. ____________________ Signature of Contractor AGE (Contract) Dated: ______________ For Accepting officer

CA No GE/U-64/2015-16 Serial page No: 06

IAFW-2162 (REVISED 1960) MILITARY ENGINEER SERVICES

NOTICE OF TENDER 1. A e-tender is invited for (See appendix ‘A’). 2. The work is estimated to cost (See Appendix ‘A’). This estimate however is not guarantee and it is merely given as rough guide and if the work costs more or less tenderers will have no claim to that amount. 3. The work is to be completed within (See Appendix ‘A’) months, which will be on or about (See Appendix ‘A’) 4. The scanned copy of application for the tender document(s), DD/banker cheque and other relevant documents should be uploaded on MES e-procurement site. But the original application along with DD/Banker cheque as cost of tender must be submitted to GE (U) Udhampur so as reach this office on or before opening of bid (first stage) failing which the application may be rejected and tenderer will not be allowed to participate in second state (Price bid). 5. Normally contractors whose names are on the MES approved list for the area in which the work lies within whose financial category the estimated amount would fall, may tender but in case of terms contracts, contractors in the category ‘S’, ‘A’ to ‘E’ may tender. In case when the tender amount is in excess of the financial category of the contractors, the Accepting Officer reserves the right to accept the tender in which event, the tenderer would be required to make additional security deposit as notified by the Accepting Officer in terms of conditions of the contract. Contractor whose names are on the MES approved list of any formation and who have deposited standing security and have executed standing security bond may also participate in e-tendering process without depositing earnest money and if the Accepting Officer propose to accept the tender such tender would be required to deposit security deposit equal to the amount as indicated (See Appendix ‘A’) before acceptance of the tender. Not more than one tender shall be online submitted by the contractor or and firm of the contractor. 6. The GE (U) Udhampur will be the Accepting Officer referred to as such for the purpose of this contract. 7. Tender forms and conditions of contracts and other necessary document can be downloaded on and after (See Appendix ‘A’) to approved contractors. The appropriate standing security for this work shall be deposited by the contractors enlisted for (See Appendix ‘A’). In the case of a contractor who has not executed the standing security bond the tenderer shall upload scanned copy of paid Earnest Money amounting to (See Appendix ‘A’) in the form of deposit-call receipt issued in favour of Garrison Engineer (Utilities) Udhampur by a schedule bank or a receipted treasury Challan the amount being credited to the revenue deposit of the GE (see Appendix ‘A’). 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 bond may tender without depositing earnest money alongwith the tender, but if the accepting officer decided to accept the tender, such tenderer shall lodge a security deposit equal to the amount as indicated in para 5 above in concerned Controller of Defence Accounts before acceptance of tender.

Contd…

CA No GE/U-64/2015-16 Serial page No: 07

NOTICE OF TENDER (CONTD…)

8. A contractor, who has executed standing security bond, but not for this appropriate category as mentioned above, shall lodge with the Controller of Defence Accounts concerned additional security deposit as notified by the Accepting Officer within thirty days of the receipt of notification of acceptance of his tender failing which the sum will be recovered from the first RAR or from the first final bill in the case of term/running contracts. The GE will return the earnest money wherever applicable to unsuccessful tenderers by endorsing authority of the deposit receipt for its return. GE (U) will either return the earnest money to the successful tenderer by endorsing an authority on the deposit receipt of an equal amount of security deposit or will retain the same on account of security deposit if such transaction is feasible. Copies of the drawings and other documents pertaining to the work signed for the purpose of notification by the Accepting Officer or his accredited representative and sample of material and stores to be supplied by the contractor will be opened for inspection by the tenderers at the following offices during working hours (See Appendix ‘A’).

9. The tenderer are advised to inspect/visit and examine the site and its surroundings by making prior appointment with the Garrison Engineer in sufficient times and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials tools & plants, water, electricity, access facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. The online submission of tender/Price bid by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of the conditions and rates at which materials, tools and plants etc will be issued to him, local conditions and other factors having a bearing on the execution of the work.

10. The accepting authority on behalf of the President of India does not bind himself to accept the lowest or any other tender, and reserves to himself the authority to reject any or all of the tenders received without the assignment of any reason. All tenders, in which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate /rebate is put forth by the tenderer, shall be summarily rejected.

11. The tender shall be based on (See Appendix ‘A’).

12. Under no circumstances will father and his sons/or other close relations, who have business dealing with one another be allowed to tender for the same contract as separate competition. Breach of this condition will render the tenders of both parties liable to rejection.

13. The Price Bids will be opened online by the opening officer / officers at the specified date & time (See Appendix ‘A’) and the result will be displayed on the www.eprocuremes.gov.in, which can be seen by all the bidders who participated in the tenders.

Contd…

CA No GE/U-64/2015-16 Serial page No: 08

NOTICE OF TENDER (CONTD…)

14. Any tender which proposes any alternations to any of the conditions laid down or which propose any other conditions of any description whatsoever/is liable to be rejected. 15. The Accepting Officer does not bind himself to accept the lowest tender of any tenderer or to give the reasons for not doing so. 16. This letter shall form part of the tender documents. __________________ Signature of Contractor AGE (Contract) For Accepting Officer Dated: ___________

CA No GE/U-64/2015-16 Serial Page No: 09

CONDENSED VERSION OF NOTICE OF TENDER TO BE READ WITH MAIN NOTICE OF TENDER (IAFW-2160 REVISED 1960)

AS PER e-TENDER PROCEDURE

1. Cost of Blank tender form/documents Rs 500/- (Rs. Five hundred only) by way of Demand Draft/Banker’s Cheque from any Nationalized Bank /Scheduled Bank in favour of GE (Utilities) Udhampur and payable at Udhampur to be submitted offline on or before 11 Apr 2016. In case the DD in physical form is not received, the Bids of such Bidder will not be opened under any circumstance. Note 1: The DD shall be non-refundable if the Accepting Officer decides to open BoQ. The contractor shall bear the cost of Bank Charges for procuring and en-cashing the Bank Draft. The bidder shall not become automatically entitled to allow for quoting BoQ or opening their Bids by virtue of forwarding Demand Draft and the Accepting Officer shall reserve the right to deny opening of BoQ in respect of any bidder. However, the DD shall be returned to the bidder by the Accepting Officer in the event of not opening the BoQ. The contractor shall not have any claim whatsoever on this account on Govt. Note 2: Opening of quoted BoQ will be decided based on satisfaction of pre-qualification and documentation criteria given in NIT. The Bidder will be informed regarding non-opening of their bids with reasons. The Bidder, if he desires, may appeal to the next higher Engineer Authority viz HQ CWE, Udhampur, C/o 56 APO with copy to the Accepting Officer. The decision of the next higher Engineer Authority shall be final and binding. Bidder shall not be entitled for any compensation whatsoever for rejection of his BoQ. In order to participate in e-tendering, Bidders have to enroll in www.eprocuremes.gov.in. Enrollment for the bidders is free and they can participate in all tenders after the enrollment. The facilities provided for the Bidders in the site may be utilized for quoting and uploading etc.

2. Para 13 Date of issue of tender

/uploading of tender See critical dates given below

Para 5 Appropriate enlisted class and category of CENC C/o 56 APO

Eligible Class and category of MES: Class ‘E’, Category b (i). Contractors working with other Department may also access the website, however their bids will be considered for opening if they fulfill the eligibility criteria for selection of contractors in MES for issue of tenders.

3. The details of documents to be uploaded alongwith cover-1 (Eligibility Part) is as under:- (A) ELIGIBILITY CRITERIA FOR MES ENLISTED CONTRACTORS:- Scanned copy of enlistment letter alongwith its enclosures, scanned copy of DD for Rs 500/- drawn in favour GE (Utilities) Udhampur payable at Udhampur towards tender fee and scanned copy of application requesting for issue of tender on letter head of the firm:- (B) ELIGIBILITY CRITERIA FOR UN-ENLISTED CONTRACTORS:- Scanned copy of work in hand and remaining work to be completed as on date of application duly signed on the affidavit on non-judicial stamp paper of Rs 100/- duly notarized on the format as under and scanned copy of scanned copy of average annual turnover of last three consecutive financial years (i.e. 2012-13, 13-14 & 14-15) and certificate that firm is profit making issued by Chartered Accountant shall be uploaded:-

Para of main NIT

Brief of para Contents to be filled in

Para 1 Name of Work Provn of solar power plant 15KWp in HQ CE Udhampur Zone office complex under GE Utilities Udhampur

Para 2 Estimated cost Rs 14.20 Lakh

Para 11 Type of contract The tender will be based on IAFW-2249 and 1779-A with Sch ‘A’ list of items of works to be priced by the tenderers electronically (BOQ).

Para 3 Period of completion 06 (Six) Months Para 4 Last date of receipt of DD towards

tender fee and EMD 11 Apr 2016 (submission of EMD is exempted for contractors enlisted with MES).

fist narayan
Highlight
fist narayan
Highlight
fist narayan
Highlight
fist narayan
Highlight
fist narayan
Highlight

CA No GE/U-64/2015-16 Serial Page No: 10

Ser No Name of Work

CA amount

Period of completion

Date of commence

ment

Date of completion

Date of actual

completion

Present Progress

Bal wok in hand

(a) Completed Work

(b) Work in Hand

Note: Scanned copy of DD/Bankers cheque for Rs 28,400/- towards EMD and Rs 500/- as tender fee drawn in favour GE (Utilities) Udhampur payable at Udhampur shall be uploaded. 4. In addition to all the documents mentioned above, scanned copies of following documents shall also be uploaded for un-enlisted contractor to ascertain the eligibility criteria :- (A) Experience Criteria:- Past Experience of “similar nature of works” completed in last 5 years.

(a) Three works costing not less than 7.50 Lakhs. OR Two works costing not less than 10.00 Lakhs. OR One work costing not less than 20.00 Lakhs. Note: Please upload details of “similar nature of works” executed by the firm financial year-wise in tabular form giving name of work, cost, Accepting Officer’s details, viz address, telephone, email etc, date of acceptance of tender and actual date of completion. It should indicate whether extension was granted or compensation was levied. Attested copy of acceptance letter and completion certificate shall be enclosed of each work. In case, performance report has been given by the client, same shall also be submitted /uploaded duly attested. Completion of at least one work out of the above would be mandatory. AND (b) Average annual turnover for last two consecutive financial years shall not be less than 50.00 lakhs. Note: Please upload turnover certificate issued by Chartered Accountant for this purpose. (B) Financial Criteria

(a) Solvent upto 10.00 lakhs. OR Financially sound for engagement upto 25.00 Lakhs. (b) Working capital not less than 5.00 Lakhs. Note (i) Proforma of above documents is given below. Please upload above documents issued by your

Bankers in Original by 11 Apr 2016. Above certificates shall not be older than 6 months as on 11 Apr 2016, Signatory shall endorse his rubber seal, indicate his name and bank employee number, bank address particulars like full address, telephone & Fax number.

(ii) Alternatively Wealth Tax certificate can also be given, if available.

fist narayan
Highlight
fist narayan
Highlight

CA No GE/U-64/2015-16 Serial Page No: 11

FORM OF SOLVENCY CERTIFICATE FROM NATIONALIZED /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 Rs ______________________ (Rupees________________) / financially sound for any engagement upto Rs _______________________ (Rupees_______________). This certificate is issued without any guarantee or responsibility on the bank or any of the officers. Place : Signature of Bank Manager Date : Name, No. & Seal of Bank NOTE :- In case of partnership firm, certificate to include names of all partners as recorded with the bank.

WORKING CAPITAL CERTIFICATE FROM NATIONALISED/ SCHEDULED BANK This is Certified that M/s Shri/ Smt ……………………………. having address ……………………… Has/ have been maintaining a saving bank account / current account/ fixed deposit account with this branch of bank since ................. and the firm is having working capital of approximately Rs. …………….. (Rupees ……….. ……………………….) and /or the firm is enjoying overdraft / credit facility upto limit of Rs………………………….. This certificate is issued without any guarantee or responsibility on the bank or any of the Officers. Signature of Bank Manager Place : Name, No & Seal of Bank Date : NOTE :- In case of partnership firm, certificate to include names of all partners as recorded with the bank. (C) Fixed Assets. Limit of minimum reserves/total of movable or immovable property or fixed assets (in case of companies) (80% of minimum reserve /assets shall be in shape of immovable property) = 12.50 Lakhs. Note :- (i) Please upload affidavits on non Judicial Stamp Paper of 100/- each duly notarized and

supported by copies of present valuation certificates for both immovable and movable property separately. It should also indicate that immovable property is free from mortgages, hypothecation or any other disputes and encumbrances and clearly belongs to your firm and it should indicate that immovable property will not be sold, transferred, gifted or otherwise disposed off without prior intimation to this office.

(ii) Immovable asset value indicated should be supported by Valuation Certificate from a registered valuer and last tax paid receipt. Valuation Certificate shall be on format FORM 0-1 (See Rules 8D). Report of valuation of immovable property (Other than Agricultural lands, Plantations, Forests, Mines and Quarries).

(iii) Movable assets like Scooter/Car etc or NSCs /fixed deposits etc should be supported by certified photocopies of updated RC Books, valid current insurance papers, NSCs/fixed deposits. (D) Engineering Establishment (a)One graduate Engineer from a Govt recognized institution with minimum 02 years experience. OR (b)One diploma Engineer from Govt recognized institution with minimum experience of 04 years. Note:- Please upload affidavits on non judicial stamp paper of 100/- each duly notarized from bidder

side having employed each engineer and from engineer side of taking bidder employment duly supported by attested copy of engineering degree/ diploma as applicable.

fist narayan
Highlight

CA No GE/U-64/2015-16 Serial Page No: 12 (E) T&P / Machinery (a) One bag capacity concrete mixer (diesel) - 01 No (b) Vibrators (Needle and Plate type) - 02 Nos (c) Tower/builder’s hoist - NIL (d) Steel shuttering with spans, props etc. - 200 Sqm (e) Concrete pumps - NIL (f) Concrete mobile weigh batchers - NIL (g) Boring rig - 01 No (Optional in case of tube well) (h) Pile driving & equipments (sets) - 01 No (Optional in case of piling work) Note:- Please upload affidavit on non judicial stamp paper of 100/- duly notarized being in possession and having ownership of above T&P with present value of each T&P alongiwth ownership details like make and year of manufacture, certified copies of updated RC Books and valid current insurance papers. (F) (a) Constitution of firm on an affidavit on non judicial stamp paper of Rs 100/- duly notarized indicating status of firm, i.e. whether it is proprietorship or partnership or Limited Firm. Note:- Please upload notarized copy of partnership deed in case of partnership firm, and notarized Memorandum of Articles of constitution in case of Ltd firm. (b) Certified copy of certificate of registration of firm with Registrar of Firms. (c) Certified copy of PAN No. /TIN No of proprietor / partners/ Ltd firm. (d) Certified copies of enlistment letters with various Govt Department /PSUs. (e) Certified copy of General Power of Attorney in case any person(s) have been authorized to represent the firm including signatory of the application. (f) Postal address and Police Station Area of proprietor/partners/Directors of the firm. Department will carry out Police Verifications of Proprietor/Partners/Directors as applicable. If the tenderer will be found lowest. (g) Indemnity bond on non judicial stamp paper of value of 100/- duly attested by Notary (on format given below)

INDEMNITY BOND This bond of indemnity is executed on this __________ day ________ by M/s/S’ Shri / ___________________ having registered office at _____________________________ to indemnify the Govt of India of the following:- (i) We undertake to pay the Govt of India any damages that may be found to be recoverable on order of our contracts. (ii)We undertake that in case Govt is put to pay any loss or disadvantage in monetary of contract by the firm which shall indemnify the Govt for each loss or disadvantage. (iii) This bond of indemnity is executed by M/s __________________ and has signed before me. Whatever stated above is true and correct to the best of my knowledge and belief. (h) Certified copy of Sales Tax Certificate /VAT. (j) Notarized affidavit on non judicial stamp paper of 100/- that there are no recoveries outstanding

with any organization and there are no arbitration /litigation cases involving recoveries known to be existing on the firm at the time of submitting these details to our office.

Signature of Contractor Notary

CA No: GE/U-64/2015-16 Serial Page No: 13 (k) Notarized affidavit on non judicial stamp paper of 100/- that there is no relationship with any Gazetted/Commissioned Officers and JEs in MES/Corps of Engineers/Ministry of Defence. (l) Affidavit on non judicial stamp paper of 100/- giving details of contracts where arbitration invoked during last five years. (G) Tenderers shall upload copy of Police Verification Cert from police authorities of the area where the

registered office is located. For proprietor / each partner / each director, scanned copy of valid passport duly notarized shall also be applicable in lieu of police verification.

(H) Scanned copy of demand draft towards the cost of tender and EMD to be uploaded. 5. Above documents shall be uploaded in one folder form in sequence as above. In case of non-uploading of above by due date or submission of incomplete information, same will be construed as disinterestedness and Bids of such Bidders shall be rejected without any further reference. 6. Any deficiency in documentation and non receipt of tender fee, EMD and documents mentioned above in physical form by 11 Apr 2016 such Bidder’s BoQ will not be considered for opening. 7.

Para 7 Earnest Money Rs 28,400.00 in favour of GE (Utilities) Udhampur Para 8 Additional Security Deposit for

contractor below eligible class Will be intimated after acceptance.

Para 9 Concerned GE GE (Utilities) Udhampur Para 13 Date & Time of receipt of

tender/Bid submission See critical dates given below.

Applicable SSR MES SSR-2009 (Specifications) Part-I and SSR 2010 (Rates) Part-II including errata /amendments thereto.

8.

CRITICAL DATES

Ser No

Description Date Time Remarks

(i) Publishing Date 21 Mar 2016 1500 Hrs

Start date End date (ii) Documents Download 21 Mar 2016 09 Apr 2016 1800 Hrs

(iii) Seeking Clarification - - -

(iv) Bid Submission 01 Apr 2016 09 Apr 2016 1800 Hrs

(v) Opening of technical Bid (Cover 1) 12 Apr 2016 1200 Hrs

(vi) Opening of Price Bid (Cover 2) of only Eligible Technically Qualified Bidders.

To be intimated later on after evaluating the Technical Bid.

9. Note: - Requirement of PF Code No: This shall be mandatory for all un-enlisted & enlisted tenderers to upload a copy of Provident Fund Code No alongwith other documents in Cover-1 (T-Bid). Please note that cover-2 (Financial Bid) shall not be opened, if Provident Fund Code No is not uploaded, and hard copy of the same is not submitted alongwith other documents. 8147/GE/U-64/2015-16/ /E8 (T M Jayachandran) GE (Utilities) Udhampur AE (QS&C) PIN-182121 AGE (Contract) For Accepting Officer Dated: ___Mar 2016

fist narayan
Highlight

CA No GE/U-64/2015-16 Serial page No: 14

IAFW-1779 A (REVISED 1955)

(TO BE READ IN CONJUNCTION WITH GENERAL CONDITION OF CONTRACT IAFW-2249, 1989 PRINT)

REGISTERED/ACK DUE GE (Utilities) Udhampur PO: Garhi, Udhampur PIN-182121 8147 /GE/U-64/2015-16/ /E8 Mar 2016

NAME OF WORK: PROVN OF SOLAR POWER PLANT 15KWP IN HQ CE UDHAMPUR ZONE OFFICE COMPLEX UNDER GE UTILITIES UDHAMPUR

1. Shri / M/s ________________________________________________________ of _______________________ is/are hereby authorized to e-tender for the above mentioned work. 2. The complete tender (BOQ) is to be published on the MES portal of www.eprocuremes.gov.in up to 1500 Hrs on 21 Mar 2016. The bid of successful bidder will be opened on or after 1200 Hrs on 12 Apr 2016 in office of Garrison Engineer (Utilities), Udhampur, PO: Garhi, Udhampur-182121 (J&K) in the presence of such tenderer/s who have uploaded their priced tender and who wish to be present. 3. All correspondence must be returned to this office whether or not the tender has been online submitted. 4. All correspondence concerning to this tender shall be addressed as indicated on the top of this letter quoting the reference as given.

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

______________________ Signature of the Officer Signature of the Contractor issuing the tender documents Dated: _______________ Appointment: AGE (Contact)

For GE Udhampur (For and on behalf of the President of India)

fist narayan
Highlight

CA No GE/U-64/2015-16 Serial page No: 15 SCHEDULE ‘A’

Name Of Work: Provn of solar power plant 15KWp in HQ CE Udhampur Zone office complex under GE Utilities Udhampur NOTES:- 1. SCOPE OF WORK Provn of solar power plant 15KWp

2. The quantities given under Column-3 of all pages of Schedule ‘A’ are provisional and are inserted as a guide only. These shall however not be varied beyond the limits laid down in Condition-7 of IAFW-2249 General Conditions of Contract. The payments shall be made for actual quantities of work carried out. 3. The tenderers shall insert their unit rate under Column-5. 4. The total amount under Column-6 is not firm but will be treated as “Contract Sum” referred to in IAFW-2249. 5. PERIOD OF COMPLETION: The entire work covered under this contract shall be completed within the period of 06 (Six) Months from the date of commencement as shown in first work order placed by the Garrison Engineer. 6. The description of various items of work given in Schedule ‘A’ is in brief and shall be deemed to be amplified by and read in conjunction with the particular specifications, MES schedule and special conditions. 7. The rates quoted under Column -6 shall be for “SUPPLYING AND FIXING” or “Material and Labour” complete unless otherwise specifically mentioned as “supply only”/ “labour only”/ “fixing only” in description of any particular items. 8. The tenderers are advised to inspect the site with prior appointment with GE (Utilities) Udhampur to ascertain the nature of site, accesses, local facilities for procurement of materials, wages of labour prevalent in the area and also other cogent factors affecting his rates for execution and completion of the work in accordance with conditions/specifications contained in the tender documents. The tenderer will be deemed to have full knowledge of the site and other relevant factors affecting the tender whether he actually visits the site or not. 9. The tenderers are advised to take proper shutdown from the Deptt in writing before starting any repair/replacement of fittings & fixtures in the live HT/LT lines for the safety of the tradesmen. The contractor shall take proper insurance of the tradesmen working in HT/LT lines. Contractors quoted rates shall be deemed to be included for this element. Deptt shall not be held responsible in case of any mis-happening due to carelessness of the contractors/ tradesmen. 10. “RM” means “Running metre”, “Sqm” means “Square metre” and “CUM” means “Cubic metre”, “Fixed in repair” means “Taking down and supply & fixing complete”. “S&F in replacement” means taking down and supply & fixing complete.” 11. Sales Tax on works contracts: It will be noted that statutory sales tax levied by J&K Govt on works contracts shall be applicable and recovered from contractor’s payment. Special condition 29 be referred. Sales tax of works contracts is a tax directly related to the contracts. As per present information available with the Deptt, Notification issued by the Govt of Jammu & Kashmir, Finance Deptt, Jammu on 31 Mar 2015 vide SRO No 105, the same is 12% plus 5% surcharge thereon i.e. total 12.60%. This is given for guidance only. However, for the purpose of applicability of due date of receipt of tender shall be applicable. Tenderers are advised to independently ascertain the rate of sales tax, surcharges etc and quote their rates accordingly. No claim on account on account of any misunderstanding on this issue shall be entertained at the later stage. Contd….

fist narayan
Highlight

CA No.GE/U-64/2015-16 Serial page No: 17

SCHEDULE ‘B’ ISSUE OF MATERIALS ETC TO CONTRACTOR

(SEE CONDITION 10 OF IAFW-2249) Ser No

Description Rate at which material etc will be issued to contractor

Place of issue by name

Remarks

Unit Rate (Rs) 1 2 3 4 5 6 ……NIL……

Signature of Contractor AGE (Contract) For Accepting Officer Dated: ___________

CA No GE/U-64/2015-16 Serial page No: 18

SCHEDULE ‘C’

LIST OF TOOLS AND PLANT (OTHER THAN TRANSPORT) WHICH WILL BE HIRED BY THE CONTRACTOR (SEE CONDITION 16, 34 AND 35 OF IAFW-2249)

Srl No

Quantity Particulars Details of MES crew to be supplied

Hire charges per unit per working day Rs.

Stand by charges per unit per off day Rs.

Place of issue by Name

Remarks

------NIL----- Signature of Contractor AGE (Contract) Dated: ___________ For Accepting Officer CA No GE/U-64/2015-16 Serial page No: 19

SCHEDULE ‘D’

(TRANSPORT TO BE HIRED TO THE CONTRACTOR (SEE CONDITION 16 AND 36 OF IAFW-2249)

Srl No

Quantity Particulars Rate per unit per working day Rs.

Place of issue by Name

Remarks

------NIL----- Signature of Contractor AGE (Contract) DATED: ___________ For Accepting Officer

CA No GE/U-64/2015-16 Serial Page No: 20

TENDER

To, THE PRESIDENT OF INDIA 1. Having examined and perused the following documents:-

(a) Specifications signed by the AGE (Contract).

(b) Schedule ‘A’ , ‘B’, ‘C’ and ‘D’ attached here to:-

2. MES standard Schedule of rates 2009 Part-I for specifications and 2010-Part-II for rates (here-in-after referred to as the MES Schedule) together with amendment No. Nil for Part-I and Errata/ Amendment No. 01 to 56 for Part-II as applicable to the above schedule. 3. General conditions of contracts IAFW-2249 (1989 print) together with amendment No. 1 to 40 and errata 1 to 20. 4. Water condition 31 of IAFW-2249 (General conditions of contract) Water will not be supplied by the MES 5. Should this tender be accepted I/We agree.

(a) That the sum of Rs. _______________________________________ (Rupees_____________________ __________________________________________________) forwarded as earnest money shall either be retained as Part of Security deposit or be refunded by the Govt on receipt of appropriate amount of security deposit and as per condition 22 of IAFW-2249.

(b) To execute all the work referred to in the said documents upon the terms and conditions contained or referred to therein and as detailed in the General Summary on the subsequent pages and to carry out such deviations as may be ordered vide conditions 7 of IAFW-2249, upto maximum of 10% (Ten) percent and further agreed to refer all disputes as required vide condition 70 to the sole arbitration of service officer having degree in Engineering or equivalent or having passed final/direct final examination of sub division II of institution of surveyors (India) recognized by the Govt of India to be appointed by Chief Engineer Udhampur Zone or in his absence , the Officer officiating as Chief Engineer Udhampur Zone whose decision shall be final, conclusive and binding.

• To be deleted wherever not applicable. Contd../

CA No GE/U-64/2015-16 Serial Page No. 21

Total brought forward from Page No: 16

For the contract sum of Rs. _______________ (Rupees____________________

Signature _________________________ in the capacity of _______________________ duly authorized to sign the tender for and on behalf of ____________________________ _________________________________ (IN BLOCK LETTER/DATED ____________

POSTAL ADDRESS _____________________

TELEGRAPHIC ADDRESS _______________

TELEPHONE NUMBER __________________

Witness ___________________

Address ___________________

ACCEPTANCE

_______________________________Alternations have been made in these documents and as evidence that those alternations were made before the execution of the contract agreement and they have been initiated by the

Contractor and AE (QS&C), 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 is accepted by me on behalf of the President of India for the contract sum of Rs.

_________________________ (Rupees _________________________________________________________

_______________________________________________________________________

on the ________________day of _________________________2016

APPOINTMENT: GE GARRISON ENGINEER

(UTILITIES) Udhampur PO: Garhi, Udhampur,

PIN-182121 (J&K) (FOR AND ON BEHALF OF THE PRESIDENT OF INDIA) ACCEPTING OFFICER

CA No GE/U-64/2015-16 Serial page No: 22 SPECIAL CONDITIONS

1. GENERAL. (a) The following special conditions shall be read in conjunction with General Condition of the contract IAFW-2249 (1989 Print) IAFW-1779A (Revised 1955) and amendment if there are any, provisions in the special conditions which are at variance with the provision in the above mentioned documents. A provision in these conditions shall be deemed to take precedence. (b) Work shall be carried out in accordance with the drawing and particular specifications read in conjunction with specifications, General rules, special conditions and all preamble contained in MES Standard Sch of Rates part-I and part-II. The terms General specification in any of the documents forming part of this contract refers to the specifications contained in the above Schedule. 2. INSPECTION OF SITE AND CONDITIONS OF WORKING. The tenderer is advised to inspect the site with prior appointment with GE to ascertain the nature of material, site access there to etc, local facilities for procurements and affecting his prices in the tender for execution and completion of work. The tenderer will be deemed to have full knowledge of the site whether or not he actually visit it. For the purpose of collection of materials and the execution of work, the site will be considered to be laying in UNRESTRICTED/RESTRICTED area. The contractor and his work people shall observe all the rules promulgated from time by the authority controlling the area in which the work is to be carried out. Nothing extra shall be admissible for any men hours lost on this account. 3. CONTRACTORS REPRESENTATIVE/AGENTS WORKING. (a) The contractor shall employ only Indian Nationals and verify their antecedent and loyalty before employing them on the work. He shall ensure that no person of doubtful antecedent and nationality is in any way associated with the work. If for reason of Technical collaborations or other consideration the employment of any foreign national is unavoidable the contractor shall furnish full particulars to the accepting officer at the time of submission of his tender. The GE shall have full power and without giving reasons to the contractor immediately to cease to employ in connection with this contract any representative/agents, servants, and workers or employee whose continued employment in his opinion is undesirable. Contractor shall not be allowed any compensation on this account. 4. SAMPLES/INDIAN STANDARD. (a) The contractor is advised to inspect samples of the material maintained in the office of GE before submitting his tender. He will be deemed to have full knowledge thereof whether he inspect the same or not. Materials to be provided by the contractor shall conform to these samples and failing these also to the specific written approval of GE. (b) Reference conditions 10 of IAFW-2249 all materials (not included in Schedule 'B' of Govt supply) shall as for as possible be those bearing ISI certificate mark if available in the country or conforming to the requirements of the relevant Indian standard specifications as referred to in the MES schedule 2009 and failing both the samples maintained in the office of the GE and failing these also to the specific written approval of GE. (c) In case of goods complying to ISI requirements, good bearing certification shall be given preference over the non certified.

Contd....

CA No GE/U-64/2015-16 Serial page No: 23

SPECIAL CONDITIONS (CONTD) 4. (CONTD….)

(d) The contractor and GE shall sign and the seal the samples referred to above after the acceptance of the tender. The slip fixed to the samples indicating the contract No and the period of which the samples shall be clearly mentioned.

(e) The contractor shall produce original receipt vouchers and invoice of supplies to the GE demanded by him to satisfy himself that the contractor has actually brought the required quantity as well as quality of these materials from the authorized dealer.

(f) The contractor shall satisfy the Engineer-in-Charge that the materials brought by him are packed in original sealed container/packing bearing manufacture trade mark and brand except where the gross quantity required is less than the smallest packing of the brand. Materials not complying with requirement shall be rejected.

5. SAMPLE OF WORKMENSHIP. To determine the acceptable standard of workmanship the contractor shall execute certain portion of work and services in sample bays soon after the receipt of the work order to commence the work. These samples on approval by the GE shall be guiding samples for the other works. Work not conforming to the approved samples will be rejected. 6. RECORD OF CONSUMPTION OF CEMENT.

(a) For the purpose of keeping a record of cement issued and consumed in works contractor shall maintain a properly bourd register (separately) for each check site in the form approved by the Engineer-in-Charge shown daily by the contractors to executive in token of correctness of the entry made. It shall also be signed in token of check by the MES representative daily by the Supdt B/R Gde-I & II in-charge of supervision of work. Engineer-in-Charge will however carry out checks of balance in hand at least twice month. (b) The register shall be kept at site in the safe custody of the contractor during progress of work and he shall on demand produce same for verification of inspecting officer.

(c) ADVANCE ON ACCOUNT: The interval for payment shall be "not less than 30 days".

Contd...

CA No GE/U-64/2015-16 Serial page No: 24

SPECIAL CONDITIONS (CONTD) 7. PAYMENT OF ACCOUNT : Advance payment shall be paid on non perishable materials collected and stored/stocked at site and security provided to the satisfaction of the GE after these are inspected, approved and according to contract specifications are required for incorporation in the work. The following materials and other proprietary materials as decided by the GE shall however be entered in the measurement book IAFW-2261 before making payments: (a) Water proofing compound. (b) Paint. (c) Anti-termite Chemicals. 8. TOOLS AND PLANTS (GENERAL): (a) The contractor shall furnish to the Engineer-in-Charge every morning distribution return of his plant/equipment on the site work starting the following particulars:- (i) Particular of plants/equipment i.e. manufacturers No, Model No. if any, registration No. if any, capacity, year of manufacture, year of purchase etc. (ii) Total quantity at site of works. (iii) Location indicating quantity at each location on the site of work. (b) For the purpose of this condition plant/equipment shall include vehicle trucks and lorries but neither the worker’s tools nor any manually operated tools/equipment. (c) The Engineer-in-Charge shall record the particulars supplied by the contractor in work diary and send the return to the GE for record in this office. 9. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION: If as a result of enemy action the contractor suffers and loss of damage is the extent and in the manner here in after provided that:-

(i) The loss suffered by him on account of any damage of distributions of his plant/equipment (Specified in special condition above) or materials or any part of parts thereof. The amount of loss assessed by the Accepting Officer of the contract on this account shall be final and binding.

(ii) The compensation paid by him under any law for the time being enforce to any workman employed by him for any injury caused to him or to the workmen's legal successor for loss of the workmen 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 of General Condition of contract IAFW-2249 forming part of the contract).

(iv) No reimbursement shall be made nor shall any compensation be payable under the above provision unless the contractor has taken Air Raid (Defence precautions ordered in writing by OC concerned, in the absence of such order reasonable precaution. No reimbursement shall be made nor shall any compensation be payable for any plant/equipment or materials not laying at the work at the time of enemy action.

Contd...

CA No GE/U-64/2015-16 Serial page No: 25

SPECIAL CONDITIONS (CONTD) 10. WATER: Water will not be supplied by the MES. 11. CLEANING DOWN : (Reference conditions 49 of IAFW-2249) - The contractor shall clean all floors, remove cement/lime/paint drops, clean joinery, glass pans etc touch up painters work and carry out all other necessary items of work to make the premises clean and tidy as directed by the Engineer-in-Charge before handing over the site. No extra payment shall be claimed by the contractors for these operations of works. 12. CONTROLLED BLASTING. : The contractor shall be allowed to carry out controlled blasting that in case bigger boulders are met with and directed by GE. However contractor shall take all precautions for safety of workman and to the safety of nearby structures. Any loss or damage done to the adjoining government property shall be borne by the contractor. 13. WATER IN EXCAVATION: The contractor's rate shall be deemed in include for pumping of water of any intensity or pressure met with at site during the execution of work. In this respect also refer to clause 3.14 of SSR 2009, part-I. 14. ACCEPTANCE OF TENDER: The tender shall remain open for acceptance for a period of 60 days from the date of tender are due to be submitted. 15. APPLICABILITY OF LAND FOR STORAGE OF MATERIALS/TEMPORARY WORKS OFFICE/ACCOMMODATION FOR LABOUR ETC : No separate land will be allotted to the contractor for storage of materials, for temporary workshop, office, accommodation for labour etc but land/open space adjoining the proposed works site however be used by the contractor for above purpose. 16. AVAILABILITY OF QUARTERS OF DEFENCE LAND: No quarters in the Defence land will be permitted. 17. MINIMUM FAIR WAGES PAYABLE TO LABOUR: The contractor shall not pay less than minimum wages fixed by the Govt of India, Ministry of labour and employment or by the state Govt vide their latest gazette notification or under statutory rule order whichever is higher. The contractor shall have complete knowledge to this effect and quote his rate accordingly. However the contents of minimum wages fixed under the latest gazette notification not attached with the tender documents but shall be deemed to form part of contract agreement. Contd...

CA No GE/U-64/2015-16 Serial page No: 26

SPECIAL CONDITIONS (CONTD) 18. SECURITY OF CLASSIFIED DOCUMENTS: Contractor special attention is drawn to condition 2A and 3 of General condition of contract IAFW-2249. The contractor shall not communicate any classified information regarding works either to the sub contractor or otherwise without prior approval of the Engineer-in-Charge. The contractor shall also not make copy of the design/drawing and other documents furnished to him in respect of work and he shall return documents on the completion of the work or on earlier termination of the contract. The contractor shall also with final bill attach receipt from the Engineer-in-Charge in respect of return of classified documents as per condition 3 of General conditions of contract IAFW-2249. 19. MES SCHEDULE

(a) General rules preambles special conditions method of measurement etc as specified in the MES Sch shall form part of the contract. In case of discrepancy between the provision in the contract and MES schedule, provision shall take precedence in the contract.

(b) General specifications mentioned in condition 6A of General condition of the contract (IAFW-2249) will be the specification given in the MES Schedule.

(c) General specifications referred at places to addition payment for certain operations specified therein these operation shall be carried out as specified in MES Sch or mentioned therein after but no addition payment shall be admissible on this account and contractor's rate in Sch 'A' percentage quoted shall deemed accounted for all such contingencies.

20 LOCATION OF WORKS. There may be same changes in location/situation of work shown in site (layout) plan to suit the local condition or the departmental requirement. The contractor shall have not claim whatsoever consequent to changes in the location/site of work. 21 RELEASE OF ADDITIONAL SECURITY DEPOSIT. Additional security deposited by the contractor as per clause 22 of IAFW-2249 shall be released in two stages as under:-

a) 50% of the additional security deposit shall be released on payment of final bill of the contract in which the additional security is lodged and the final bill is not in minus. In the events of Deptt claim against contract the final bill being minus, the amount of security deposit shall be adjusted against the claim due to Govt and balance if any will be released to the contractor.

b) The balance 50% of the additional security will be released to the contractor after the expiry of maintenance period as per condition 60 of IAFW-2249.

c) In order to implement the above procedure the contractor is advised to deposit the additional security in two equal pants to facilitate its release.

Contd....

fist narayan
Highlight

CA No GE/U-64/2015-16 Serial page No: 27

SPECIAL CONDITIONS (CONTD) 22. BANK GUARANTEE FOR SECURITY DEPOSIT/RETENTION MONEY. In accordance the tender the Govt accept a guarantee bond from state Bank of India any schedule national Bank for security deposit retention money. Bond shall be on the form prescribed which is available in office of Garrison Engineer (Utilities) Udhampur for the tenderer's perusal. 23. ELECTRICITY SUPPLY.

(a) In case the contractor desires to buy electricity from the department, he shall be charged for the electric energy consumed at the following rates:-

(i) At Rupees Seven and paise two per unit for the light. (ii) At Rupees Seven and paise two per unit for power. (iii) Electricity supply required for the work shall be made available by the MES

at the point marked on the layout plans. All main switches and MES meter to register the electric energy supplied shall be provided and installed by the MES. The contractor shall provide all necessary cables fittings etc from the main switches in accordance to ensure a proper and suitable supply of electricity for the execution of work. The MES do not guarantee for the continuation of supply and no compensation what so ever shall be allowed for supply becoming intermittent or for break down in the system.

The actual position of supply point(s) for electric energy will be ascertained from the GE before submitting his tender. Irrespective of the facts whether he actually does or not, he will be deemed to have inspected and seen the supply points(s) in consultation with GE before submitting his tender. No claim what so ever shall be entertained on this account.

24 PAYMENT OF WAGES TO CONTRACTOR LABOUR AS A RESULT OF APPLICATION OFCONTRACT REGULATIONS AND ABOLITION ACT 1970. In the labour ministry decides to ensure the provision of the contract labour for payment of the same to contractor labour so that of labour employed principle employees vide MES the difference of wages as payable under condition 58 of IAFW-2249 read in conjunction with condition 63 of IAFW-2249 and that pay under the act referred to above would be borne entirely by the Govt loss the first 10 as per condition 63 of the General Condition of contract (IAFW-2249). 25. MINOR DETAILS OF CONSTRUCTION. Contractor's lump sum price and unit rates shall be deemed to include the full and entire completion of all works as described here in after in accordance with good practice and recognized principles. Details of constructions which are obviously and fairly intended and are essential for completion of work but which may not have been shown on drawing or mentioned to be included in prices rendered by the contractor such details shall be furnished during the currency of the work. Decision of the Accepting Officer on such matter shall be final and binding. 26. OFFICIAL SECRET ACT. The contractor shall be bound by the official secret Act and particular/section 5 thereof. Contd...

CA No GE/U-64/2015-16 Serial Page No. 28

SPECIAL CONDITIONS (CONTD)

27. 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 duty authorized representative of Government and further shall at the request of the Garrison engineer furnish verified in such manner as the Garrison Engineer may require any documents kept and such other information’s as the GE may require.

28. The contractor shall within reasonable time of his becoming aware of imposition of any further tax of pursuant to the constitution (forty six amendment) 1982 give written notice thereof to the GE that the same is given pursuant to this condition together with all instruction relating thereto which he may in position to supply.

29. Re-imbursement/refund on variation in Taxes/Levies.

(a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including sales tax/VAT on materials, sales tax/VAT on works contracts, Turnover Tax, service tax, labour welfare Cess/tax etc duties, Royalties, Octroi and other levies payable under the respective statutes. 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, Octori and other levies shall be made except as provided in sub Para (b) here-in-after.

(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 sales Tax/VAT on Works contracts, Turnover tax, Labour welfare Cess/tax and like but excluding Income tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract value” with existing percentage rates as prevailing on last due date for receipt of tenders.. Any increase in percentage rates “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 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’ as the GE may require. (iii) The contractor shall, for the purpose of this condition keep such books of account and other documents as are necessary and shall allow inspection of the same by a duly authorized representative of Govt, and shall further, at the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and soother information as the GE may require. (iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to the Contract value” shall be made only if contractor necessarily and properly pays additional “Taxes directly related to contract Value” to the Govt, without getting the same adjusted against any other tax liability or without getting the same refunded from the concerned Govt Authority and submits documentary proof for the same as the GE may require.

30. CONSTRUCTION LABOUR WELFARE CESS/TAX

Consequent upon promulgation of ordinance by the President of India, the contractor is liable to pay element for construction labour welfare tax. The rates quoted by the contractor shall be deemed to be inclusive of this tax.

CA No GE/U-64/2015-16 Serial page No. 29

SPECIAL CONDITIONS (CONTD) 30. A) RESTRICTION FOR ENTRY TO WORK SITE.

(a) The work lies in UNRESTRICTED AREA. However, the contractor, his agents, servants, workman and vehicles may pass through the unit lines, in which case, the Engineer-in-Charge shall at his discretion, have the right to issue passes, control their admission to the site of work or any part thereof. The contractor shall, on demand by the Engineer-in-Charge shall, submit a list of personnel; etc concerned and any other information called for by the Engineer-in-Charge and shall satisfy the Engineer-in-Charge as to the bonafides of such people. Passes shall be returned at any time on demand by the Engineer-in-Charge and in any case on completion of work. (b) The contractor and his work people shall observe all the rules promulgated form time to time by authority controlling the area where the work is to be carried out. Prohibition of smoking etc. Any person found violating the security rules laid down by the authority shall be immediately expelled from the area without assigning any reasons whatsoever, and the contractor shall have no claim on this account. Nothing shall be admissible for any man hours lost on this account.

Signature of Contractor AGE (Contract) Dated: ___________ For Accepting Officer

CA NO: GE/U-64/2015-16 Ser page No 30

PARTICULAR SPECIFICATIONS 1. GENERAL: 1.1 Work under this contract shall be carried out in accordance with Schedule ‘A’, Particular

specifications, General specifications and other provisions in MES Schedule 2009 Part-I for Specifications and MES Schedule-2010 Part-II for rates read in conjunctions with each other.

1.2 Terms “General specifications” referred to here-in-before as well as referred in IAFW-2249

(General conditions of Contracts) shall mean the specifications contained in the MES Schedule 2009 Part-I.

1.3 General Rules, specifications, special conditions and all preambles in the MES Schedule shall

be deemed to be applicable to the work under this contract, unless specifically stated otherwise in these documents in which case the provisions in these documents shall take precedence over the aforesaid provisions in the MES Schedule. The term “as specified” wherever appears in the tender documents relates to relevant particular specifications and in its absence general specifications. All references to MES Schedule/SSR in these specifications relates to Part-I of MES Schedule 2009 unless otherwise mentioned. Reference to only some paragraphs of MES Schedule have been made in these particular specification but other paragraphs and provisions as applicable shall also be followed for all parts of Schedule ‘A’.

1.4 Where specification for any items of work are not given in MES Schedule or in these particular

specifications, specifications as given in relevant Indian Standard Code of practice shall be followed.

1.5 Rate quoted by the tenderer shall be deemed to include for any minor details/items of work

and/or constructions which are obvious and fairly intended and which may not have been included in these documents but which are essential for the execution and entire completion of work. Decision of the Accepting Officer as to whether any minor details of work and/or construction is obviously and fairly intended to be included in the contract or not shall be final, conclusive and binding.

2. CEMENT: Cement required in this contract shall not be issued under Schedule ‘B’.

Contractor shall make his own arrangement to procure cement all as specified here-in-after. 2.1. TYPE OF CEMENT: Type of cement to be used in this contract shall be ordinary Portland

cement Grade 43 conforming to IS-8112-1989. 2.2. PROCUREMENT: Procurement:- 2.3. Cement shall be procured by the contractor from the following producers directly or through

their authorized dealers :- a) The Associates Cement Companies Ltd. b) Ultra tech cement. c) Ambuja Cement d) Binani Cement e) Birla Corp Ltd f) Orient Cement. g) J K Cement h) Madras Cement j) Raasi Cement Ltd. k) M/s Saurashtra Cement l) Andhra Cement. m) Century Cement. n) Dalmia Cement o) The India Cement p) Jaypee Rewa Cement. q) M/s Shree Guru Kripa Cement, Ltd

Jammu r) Mangalam Cement. s) Grasim Industries Ltd. t) Lakshmi Cement Contd../-

CA NO: GE/U-64/2015-16 Serial page No.31

PARTICULAR SPECIFICATIONS (CONTD) 2.4. Contractor shall produce purchase vouchers, test certificate and other valid documentary

proof to the entire satisfaction of GE for each consignment to prove that cement has been purchased from the producers as listed in Para 10 above or through their authorized suppliers. The contractor shall also obtain date of manufacturing of cement from manufacturer/supplier for every lot of cement separately and will submit complete documents in support of purchase of cement to Engineer-in-Charge/GE for verification.

2.5. SCHEDULE OF SUPPLY: The contractor shall ensure that procurement action is taken immediately after acceptance of the contract so as to adhere to Schedule of activities as per CPM net work.

2.6 Aggregates: Aggregates for concrete work shall confirm to specifications all as specified in

clause 4.4.1 to 4.4.7 of MES Schedule Part-I. 2.7 Fine aggregate (Sand):Grading for fine aggregate shall be within the limits of grading zone II to

III as given in clause 4.4.7 (2) of MES Schedule Part-I.

2.8 Coarse Aggregate: Coarse aggregate for all concrete work shall be Crushed/broken stone of

approved quality all as specified in clause 4.4.1 to 4.4.7(I) of SSR Part-I Grading of aggregate shall be as indicated in relevant item of Schedule ‘A’, Part-I.

3. PURCHASE VOUCHERS: The contractor shall produce Original purchase vouchers for the

following materials before claiming any payment against them: (a) Solar Module 250 Wp – Si-Poly (b) Solar Grid Connected Inverter (c) Module Mounting Structure (d) Cable 4. SPECIFICATIONS OF SOLAR PHOTOVOLTAIC MODULE

Solar cell/Module type Silicon Crystalline Rated Power 250Wp Output Tolerance (Watt) 0/+4.99 No. of solar cells per module 60; (156X156mm) Cell layout 10 X 6 Peak power voltage (Vmp) at 250C 30.50 Volts Peak Power current (Imp) at 250C 8.20 Amp Open circuit voltage (Voc) at 250C 37.10 Volts Short circuit current (Isc) at 250C 8.60 Amp Maximum System Voltage (VDC) 1000 Series Fuse Rating (Amp) 15 Module Efficiency Should be more than 15% Operating Temperature range -40 0C to +850C Junction Box IP 65/IP 67 Protection Output Cables 4 mm2, minimium 900mm length Connections MC4 Compatible Protection SCHOTTKY BYPASS DIODES Module Dimensions (mm) 1650 X 987 X 40 mm Weight Appox. (KG) 17.5

Contd../-

CA No. GE/U-64/2015-16 Serial page No: 32

PARTICULAR SPECIFICATIONS (CONTD)

Standard IEC: 61215 IEC: 61730 Part I & Part II Confirming to Ministry of New and Renewable Energy, GoI as per the Guidelines of JNNSM

Solar module frame material Anodised Aluminium

Temperature Co-Efficient ( % / 0C ) Isc : +0.05 Voc : -0.34 Pmp : -0.04

NOCT 45 ± 2OC A. SOLAR PHOTOVOLTAIC MODULE

1. The PV modules must conform to the latest edition of any of the following IEC /equivalent BIS

Standards for PV module design qualification and type approval: Crystalline Silicon Terrestrial PV Modules IEC 61215 / IS14286

2. In addition, the modules must conform to IEC61730 Part 1-requirements for construction & Part 2 – requirements for testing, for safety qualification or Equivalent IS.

3. Identification and Traceability. Each PV module must use a RF identification tag (RFID), which must contain the following information: (i) Name of the manufacturer of PV Module (ii) Name of the Manufacturer of Solar cells (iii) Month and year of the manufacture (separately for solar cells and module) (iv) Country of origin (separately for solar cells and module) (v) I-V curve for the module (vi) Peak Wattage, Im, Vm and FF for the module (vii) Unique Serial No and Model No of the module. (viii) Date and year of obtaining IEC PV module qualification certificate. (ix) Name of the test lab issuing IEC certificate. (x) Other relevant information on traceability of solar cells and module as per ISO 9000 series.

4. Warranty: PV modules used in solar power plants /systems must be warranted for their

output peak watt capacity, which should not be less than 90% at the end of 0-10 years and 80% at the end of 10-25 years.

Contd....

CA No: GE/U-64/2013-14 Serial page No.33 PARTICULAR SPECIFICATIONS

B. GIRD CONNECTED INVERTER

INVERTER INPUT (DC)

Maximum DC Power (Solar PV Capacity) 19.0 kWp

Maximum Input Voltage 1000 V

DC Voltage Range 200-1000 V

MPPT Voltage Range 355-820 V

Start-up Voltage > 250 V

Nominal DC Voltage 635 V

Maximum Input Current per MPPT 22 V

Total Input Current 44 A

No. of Independent MPP Trackers 2

Unbalanced Input (%) 33 / 67

Input Connection Type 4 pair MC4

DC Disconnection Switch Yes (Inbuilt)

OUTPUT (AC) Rated Output Power 15 kWp

Maximum Output Current 24 A

Nominal AC Voltage 3 Ph, 400 V

AC Voltage Range 400 V ± 20% (320~480)

Nominal Frequency 50 Hz

Power Factor at Rated Power Unity

Frequency Range 45 Hz – 55 Hz Reactive Power (Adjustable) 0.8 Lagging ~ 0.8 Leading Harmonics < 3 % Rated Power No. of Conductors (User settable) 4/5 Wire (L1,L2,L3, N, PE) EEICIENCY Maximum Efficiency 98.30% Euro Efficiency 97.90% PROTECTIONS AC Short Circuit Protection AC Over Current Limitation Protection AC Over Voltage Limitation Protection DC Reverse Polarity Protection DC Over Current Limitation Protection DC Over Voltage Limitation Protection Input-Side Disconnection Device Protection Ground Fault Monitoring / Grid Monitoring DC/AC Side Surge Protection

Contd....

CA No: GE/U-64/2013-14 Serial page No.34

PARTICULAR SPECIFICATIONS

GENERAL

Weight < 50Kg

Operating Temperature Range -250C to +600C (Full Power -200C to +400C)

Relative Humidity 0 ~ 100%, Non-condensing

Operating Elevation < 2000M

Degree of Protection IP 65

Noise Level < 55 dB @ 1M from front panel

Self Consumption Power (Night) < 2 Watts

STANDARDS AND SAFETY

Anti-Islanding Protection/ Grid Regulations DIN VDE V 0124-100; DIN VDE V 0126-1-1; IEC 61727; IEC 62116; IEEE 1547

EMC EN 61000; IEC 61000

Safety IEC/EN 62109

Efficiency IEC 61683:1999

Environmental Testing

IEC 60068-2-1; IEC 60068-2-2; IEC 60068-2-14; 60068-2-30; IEC 60068-2-6; IEC 60068-2-21; IEC-60068-2-27; IEC-60068-2-75; IEC 60068-2-78 (As per MNRE and SECI Requirements)

Ingress Protection NE 60529:1991+A1:2000; IEC 60529:1989/A1:1999

COMMUNICATION

MODBUS RTU over RS 485 Physical Layer Communication Interface

5” LCD Graphical Display Built-in Energy Date Logger External Switch for Emergency Power Off.

MODULE MOUNTING STRUCTURE MODULE MOUNTING STRUCTURE Type Ground mounted /roof mounted, non penetration type Configuration Portrait/single/double row Material MS Coating Hot dip (galvanized) Minimum of 80 Microns thick Wind Speed 33 m/s Tilt angle Suitable to site

Design IS 800-1998, IS 875 Part 3-1997 & Draft code, IS 2629-1998, IS 822-1997

Fixing Type Using SS 304 fasteners Contd....

CA No: GE/U-64/2013-14 Serial page No.35

PARTICULAR SPECIFICATIONS

C. CABLES

Type PVC Copper – UV Resistant /Aluminum for AC side Temperature range - 10°C to +85°C Voltage range 650/1100V

Standard IEC 60227 / IS 694 IEC 60502 / IS 1554 (Pt. I & II)

Conductor class IEC 60189 Material Copper / Aluminum

D. ARRAY JUNCTION BOX

ARRAY JUNCTION BOX

Enclosure IP65 ABS/Polycarbonate Max System Voltage 1000VDC I/P Over load Protections 15A DC Fuse in each string for overload protection Isolator MCB at O/P to isolate from AJB to MJB or Inverter I/P Connectors Screw Type Connectors Surge Protection SPD for protection against electrical surges

E. AC DISTRIBUTION BOX AC DISTRIBUTION BOX

Type of Enclosure CRCA with Powder coated Cable Glands IP 65 Cable Glands Termination Aluminum / Copper Terminal Blocks Bus Bar Bus Bar of suitable rating Energy Meter Digital type, Class 1.0 accuracy Finish Powder coated MCB/MCCB Suitable rating for connection and disconnection

F. EARTHING PROTECTION

Array structure of the PV modules should be grounded properly. In addition the lightening masts should also be provided inside the array field. Provision should be kept inside the array field. Provisions should be kept for shorting and grounding of the PV array at the time of maintenance work. All metal casing/shielding of the plant should be thoroughly grounded in accordance with Indian Safety Act/IEEE rules. Standard IEC 62561 Series (Chemical earthling)

Contd....

CA No: GE/U-64/2013-14 Serial page No.36

PARTICULAR SPECIFICATIONS G. LIGHTENING AND OVER VOLTAGE PROTECTION

The SPV Power Generator should be provided with lightening and over voltage protection. The principle aim in this protection is to reduce the over voltage to a tolerable value before it reaches the PV or other subsystem components. The source of over voltage can be lightening or any other atmospheric disturbances.

J. WARRANTIES Solar Module 90% at the end of 12 years & 80% at the end of 25 years Inverter 5 years

Balance of system components

Mechanical structures, electrical works, distribution boards, digital meters, switch gear etc, all workmanship of the SPV power plants systems warranted against any manufacturing/ design/ installation defects for a minimum period of 5 years.

5. Approved make of different item shall be as under. The contractor shall produce vouchers for the following materials from manufacturer/authorized dealer:-

(a) Solar Module : HHV Solar/ PV Power/ TATA BP Solar/BHEL/Super sun/ Super Gen

(b) Solar CG Inverter : Delta/SMA/Growatt (c) MCB : GEARS/STANDARD/HAVELLS (d) MC4 Conductor : NORDIC/MC (e) Cable : FINOLEX/HAVELLS/Cable Corporation of

India/Bonton/ KEI/Polycab (f) Solar Cable : Lapp/SIECHEM/LEONI

Note: Spares of any equipment shall be of same make/brand as of equipment under repair. 6. Samples of material/Articles

(a) Material/articles provided by the contractor for incorporation in the works shall unless otherwise specified in the particular specification, comply with the requirements of relevant Indian standards (IS) of the year of publication/edition specified in the MES Schedule Part-I and shall have ISI certificate marking.

(b) In case of material/articles for which Indian Standards are not finalized/issued and therefore not included in the MES schedule, the contactor shall produce the samples and get then approved for the GE in writing before incorporation in the work Signature of Contractor AGE (Contract) For Accepting Officer

Dated: ___________

CA No GE/U-64/2015-16 Serial page No 37 to 87

GENERAL CONDITIONS OF CONTRACTS (IAFW-2249 1989 PRINT) FOR ITEM RATE CONTRACTS (IAFW- 1779 A)

1. A copy of the General Conditions of Contracts (IAFW-2249 1989 Print) with errata and amendments has been supplied to me/us and is in my/our possession, I/We have read and understood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I/we agree that I/We shall abide by the terms and conditions thereof, as modified if any, elsewhere in these tender documents. 2. 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 with errata 1 to 20 from Ser Page No 37 to 69 and amendment No 1 to 40 containing 18 pages from Ser Page No 70 to 87 form part of these tender documents. Note: Errata amendment to IAFW-2249 containing 18 pages (bearing ser Page No 70 to 87 of tender documents mentioned above are not attached with the tender documents). The tenderer is advised to read these documents in any MES formation on any working day during the office hours. ___________________ ________________ Signature of Contractor AGE (Contract) Dated: ____________ For Accepting Officer

CA No GE/U-64/2015-16 Serial page No 88 to 97

SCHEDULE OF MINIMUM FARE WAGES 1. It is hereby agreed that schedule of minimum fare wages (SMFW) as published vide Government of India Notification dated 10 Mar 1992 (Revised upto date) comprising 10 pages, form part of this tender documents. 2. My/Our signature hereunder amounts to my/our having read and understood the provision contained therein and I/We agree that I /We shall abide by the same and that aforesaid documents form part of this tender. NOTE: Schedule of Minimum Fare Wages” referred above is available for reference in any MES Office. ___________________ ________________ Signature of Contractor AGE (Contract) For Accepting Officer Dated: ____________