0% found this document useful (0 votes)
26 views125 pages

Name of Work: Addition/Alteration of Nag Building No. P-129 in Technical Area B' at Irde Dehradun Under Ge (I) R&D Dehradun

Download as pdf or txt
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 125

CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No.

MILITARY ENGINEER SERVICES

NAME OF WORK: ADDITION/ALTERATION OF NAG BUILDING No. P-129 IN


TECHNICAL AREA ‘B’ AT IRDE DEHRADUN UNDER GE (I) R&D DEHRADUN

TENDER ID: 2022_MES_548017_1


CONTENTS

Srl Description Page No(s)


No
From To
1 2 3 4
1 Contents Page (s) 1 1

2 Tender forwarding letter

3 Instructions to tenderer for filling tender documents and


uploading on website

4 Notice of Tender IAFW – 2162 (Revised 1960) including


Appendix ‘A’ to Notice of Tender, Annexure-I to Appx-A

5 Item RateTender and contract for works required IAFW-1779-A


(Revised 1955) including Schedule of works(BoQ), Schedule of
credit and Schedule ‘A’, ‘B’ ‘C’, ‘D’ & Tender pages

6 *General Conditions of Contracts – IAFW 2249 (1989 Print)


including errata and amendments thereto.

7 Schedule of minimum fair wages

8 Special Conditions

9 Particular specifications including Appendix `A’, `B’ &`C’ & ‘D’

10 Errata/amendment/corrigendum to tender documents

11 Relevant correspondence

12 Acceptance Letter

TOTAL Pages

DRAWING

*Not uploaded:-Documents may be seen in the office of the Chief Engineer R&D, Probyn Road,
Delhi-54, or GE (I) R&D Dehradun during working hours.

(Praveen Bhardwaj)
Signature of Contractor AE (QS&C)
AAD (Contracts)
For Accepting Officer
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 2

DELHI TELE: 23813522


Headquarters
Chief Engineer R&D
Probyn Road, Delhi -54

89000/828/07/E8 26 Aug 2022

M/s

NAME OF WORK: ADDITION/ALTERATION OF NAG BUILDING No. P-129 IN TECHNICAL


AREA ‘B’ AT IRDE DEHRADUN UNDER GE (I) R&D DEHRADUN
TENDER ID: 2022_MES_548017_1

Dear Sir(s),

1. Tender documents in respect of above work are uploaded on the site defproc.gov.in.
The tender is single stage two cover e-tendering system. The contents of cover 1 &
cover II are specified in NOTICE OF TENDER.

2. Bids will be received online by ACCEPTING OFFICER up to 1800 hrs on 23 Sep


2022. No tender/bid will be received in physical form and any tender/bid received in
such manner will be treated as non bonafide tender/bid.

3. Bid will be opened on due date and time fixed for opening in the presence of
tenderers/bidders or their authorised representatives, who have uploaded their
quotation bid and who wish to be present at the time of opening the bids.

4. Your attention is also drawn to instruction on filling and submission of tender attached
herewith.

5. Un-enlisted contractors are required to submit the scanned copies (in pdf file) of
documents required as per eligibility criteria mentioned in instructions for filling the
tender documents and Appendix ‘A’ to NIT alongwith EARNEST MONEY DEPOSIT
(EMD) and tender fee on e-procurement portal and submit the physical documents
in the office of CE R&D Delhi-54 within time limit specified in NIT.
Inadequacy/deficiency of documents shall make the bid liable for rejection resulting in
disqualification for opening of finance bid.
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 3

6. Contractor having not executed standing security bond and standing security
deposit in any MES formation shall upload scanned copy of EARNEST MONEY
DEPOSIT (EMD) mentioned in Notice of Tender and shall ensure receipt of hard
copy of EMD in the office of tender issuing authority before date & time fixed for
this purpose. In case of failure to abide by any of these two requirements, the finance
bid will not beopened.

7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment
letter, tender fee and such other documents as mentioned in Appx ‘A’ to NIT on e-
procurement portal and submit physical documents in the office of CE R&D Delhi-
54 before date & time fixed for thispurpose.

8. The contractor must ensure that the tender bid on the proper form is uploaded in
time as the Accepting Officer will take no cognizance of any quotations/offer received
in any other electronic or physical form like email/fax/by hand/through post from
tenderer/bidder even if they are received intime.

9. In view of delays due to system failure or other communication related failures, it is


suggested that the tender/bid be uploaded, if necessary, sufficiently in advance of the
last due date and timefixed.

10. General Conditions of Contracts (IAFW-2249) (1989 Print) and errata and
amendments thereto, Schedule of minimum fair wages and MES SSR (Part-I and
Part II) are not enclosed with these documents. These are available for perusal in the
office of GE (I)/AGE (I) concerned and thisoffice.

11. ANY TENDERER, WHICH PROPOSES ALTERATIONS TO ANY OF THE


CONDITION, SPECIFICATIONS LAID DOWN IN THE TENDER DOCUMENTS OR
ANY NEW CONDITION, WHATSOEVER, IS LIABLE TO BE REJECTED.

12. Consequent upon promulgation of GST Act, GST registration certificate is required to
be uploaded alongwith other documents at the time of bid submission. Bids without
GST registration certificate are liable to be rejected.
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 4

13. PERFORMANCE SECURITYDEPOSIT

The amount of the Performance Security Deposit for the work, in case the tender is
accepted, shall be 3% of the contract sum which shall be submitted within 28 days of
receipt of letter of Acceptance. It shall be in the form of Bank Guarantee from
Nationalized/ Scheduled Indian Banks/Government securities/ FDR or any other
Government Instrument stipulated by the Accepting officer. Performance guarantee
shall be in favour of Accepting Officer.

Note: - Government shall not be responsible for any loss of securities or for any
depreciation in the value of securities while in their charge nor for loss of
interest thereon.

14. This letter including “INSTRUCTION TO TENDERERS’ mentioned in para 4 above


shall be form part of the contract and shall be signed and returned along with tender
documents.

Yours faithfully,

(Signature of Contractor) (Praveen Bhardwaj)


AE (QS&C)
AAD (Contracts)
For Accepting Officer
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 5

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER

1. EARNEST MONEY DEPOSIT (EMD)


Contractor(s) who are not enlisted with MES/who are enlisted, but have not executed the
Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender in
any one of the following forms, along with their tender/bid :-

(a) Deposit at Call Receipt from a scheduled bank in favour of GE(I)concerned.

(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of
GE (I) concerned.

It is advisable that Earnest Money is deposited in the form of deposit call receipt from an
approved Schedule Bank for easy refund In case the tenderer/bidder wants to lodge ‘EARNEST
MONEY DEPOSIT’ in any other form allowed by MES, a confirmation about its acceptability will be
obtained from the Accepting Officer well in advance of the bid submission end date and time.
Earnest Money Deposit shall be submitted in the name of concerned GE(I).

NOTES :- Earnest Money Deposit (EMD) in the form of Cheque/ Bank Guarantee etc, will not be
accepted. NON SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (Scanned copy
alongwith Technical Bid & hard copy before the date & time fixed for opening of BOQ) WILL
RENDER THE BID DISQUALIFIED FOR OPENING OF COVER II (FINANCE BID)

2. Performance Security Deposit

(i) The amount of the Performance Security Deposit for the work, in case the tender is
accepted, shall be 3% (Reduced from 5%) of the contract sum which shall be submitted within 28
days of receipt of letter of acceptance. It shall be in the form of Bank Guarantee from
Nationalized/Scheduled Indian bank/Government securities/FDR or any other Government
instruments stipulated by the Accepting Officer. Performance Securities shall be in favour of
Accepting Officer.

(ii) Bidder is applicable ford reduction in performance securities from 5% of contract value to
3% of contract value provided that bidder is not having outstanding recoveries and bidder does not
intend to abandon the work after entertaining relief. Bidder needs to submit a certificate in this
regard along with their application for tender.

3. Blank

4. GENERAL INSTRUCTIONS FOR COMPLIANCE

4.1 The bids received only in the electronic from will be considered. All bids shall be submitted
on ‘defproc.gov.in’ portal. Documents should be scanned and forwarded in ‘pdf’ form and ‘xls’
form as indicated.

4.2 Bids shall be uploaded on ‘defproc.gov.in’ portal on or before the bid closing date
mentioned in the tender. No tender/bid in any other electronic or physical form like
email/fax/by hand/through post will be considered.

4.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents,
corrections/alteration shall be signed/initialled by the lowest bidder after acceptance.

4.4 Drawings, if issued in physical form, must be returned duly initialled by the tenderer/bidder in
separate envelope indicating his name and address.
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 6

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER (CONTD....)

4.5 The tender shall be signed, dated and witnessed at all places provided for in the documents after
acceptance. All corrections shall be initialled. The contractor shall initial every page of tender
and shall sign all drawings forming part of the tender. Any tender /bid, which proposes alterations
to any of the conditions whatsoever, is liable to be rejected.

4.6 In the technical bid, a scanned copy of Power of Attorney in favour of the person uploading the bid
using his/her DSC shall be uploaded. In case the digital signatory himself is the sole proprietor,
scanned copy of an affidavit on stamp paper of
Appropriate value to this effect stating that he has authority to bind the firm in all matters pertaining
to contract including the Arbitration clause, shall be attached in ‘pdf’ form. In case of partnership
concern or a limited company, digital signatory of the bid/tender shall ensure that he is competent
to bind the contractor (through partnership deed, general power of attorney or Memorandum and
Articles of Association of the Company) in all the matters pertaining to the contracts with Union of
India including arbitration clause. A scanned copy of the documents confirming of such authority
shall be attached with the tender/bid in ‘pdf’ form, if not submitted earlier. The person
uploading the bid on behalf of another partner(s) or on behalf of a firm or company using his DSC
shall upload with the tender/bid a scanned copy (in pdf form) of Power of Attorney duly executed in
his favour by such other or all of the partner(s) or in accordance with constitution of the company
in case of company, stating that he has authority to bind such other person of the firm or the
company, as the case may be, in all matters pertaining to the contract including the Arbitration
clause.

4.7 Even in case of firms or companies which have already given power of attorney to an individual
authorizing him to sign tender and in pursuance of which bids are being uploaded by such
person as a routine, fresh power of attorney duly executed in his favour stating specifically that the
said person has authority to bind such partner(s) of the firm, or the company as the case may be,
including the condition relating to Arbitration clause, should be uploaded in ‘pdf’ form with
the tender/bid; unless such authority has already been given to him by the firm or the company. It
shall be ensured that power of attorney shall be executed in accordance with the constitution of
the company as laid down in its memorandum & Article of Association.

4.8 Hard copies of all above documents should be sent by the contractor to the Tender issuing
authority well in advance to be received before the date & time fixed for the same.

4.9 Bid (cover 1&2) shall be uploaded online well in time.

4.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to special condition 3 referred here-in-after and also conditions 24 & 25 of
IAFW-2249 (General Conditions of Contracts).
4.11 Tenderers/bidders who uploaded their priced tenders/bids and are desirous of being present at the
time of opening of the tenders/bids, may do so at the appointed time.

4.12 The tenders/bidder shall quote his rate on the BOQ file only. No alteration to the format will be
accepted, else the bid will be disqualified and summarily rejected.

4.13 In case the tenderer/bidder has to revise/modify the rates quoted in the BOQ (excel sheet) he can
do so only in the BOQ, through defproc.gov.in site only before the bid closing time and date.
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 7

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER (CONTD....)

5. REVOCATION/REVISION OF OFFER UPWARD/OFFERING VOLUNTARY REDUCTION


AFTER CLOSING OF BID SUBMISSION DATE AND TIME

In the event of lowest tenderer/bidder revoking his offer or revising his rates
upward/offering voluntary reduction, after closing of bid submission date & time, his offer will be
treated as revoked and the Earnest Money deposited by him shall be forfeited. In case of MES
enlisted contractors, the amount equal to the Earnest Money stipulated in the Notice of tender,
shall be notified to the tenderer/bidder for depositing the amount through MRO. Bids of such
contractor/bidders shall not be opened till the aforesaid amount equal to the earnest money is
deposited by him in Govt Treasury. In addition, bids of such tenderers/bidder and his related firm
shall not be opened in second call or subsequent calls. Reduction offered by the tenderer/bidder
on the freak high rates referred for review shall not be treated as voluntary reduction.

6. C P M (CRITICAL PATH METHOD)

6.1 The project planning for work covered in the scope of tender is based on CPM.

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

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

7. Department may issue amendments/errata in form of CORRIGENDUM to tender/revised BOQ to


the tender documents. The tender/bidder is requested to read the tender documents in
conjunction with all the errata/amendments/corrigendum, if any, issued by the department. In
case the BOQ is revised by department and bidder has failed to quote in revised BOQ (i.e. he has
quoted in previous BOQ), such bidder shall be treated as wilful negligence by the bidder and his
quotation shall be considered non bonafide.

8. These instructions shall form part of the contract documents.

9. Court of the place from where tender has been issued shall alone have jurisdiction to decide any
dispute out of or in respect of this tender. After acceptance of tender, Condition 72- Jurisdiction of
Courts of IAFW-2249 (General Condition of Contracts) shall be applicable.
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 8

MILITARY ENGINEER SERVICES


NOTICE OF TENDER

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

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

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

4. Normally contractor whose names are borne on the MES approved list for the area in which the
work lies and within whose financial category the estimated amount would fall, may tender/bid but
in case of term contracts, contractors of categories SS to E may tender/bid. In case where the
tendered amount is in excess of the financial limit of the contractor and the Accepting Officer
decides to accept the tender/bid, in which event the tenderer/bidder would be required to lodge
additional security deposit as notified by the Accepting Officer of any MES formation and who
have deposited standing Security and have executed Standing Security Bond may also tender/bid
without furnishing Earnest money along with tender/bid submitted by such a tenderer/bidder is
accepted, the contactor will be required to lodge with the controller of Defence Accounts
concerned the amount of ‘Individual Security Deposit’ within thirty days of the receipt by him of
notification of acceptance of his tender/bid, failing which this sum will be recovered from 1st RAR
payment or from the first final bill. In the case of term/running contracts, remaining sum shall be
recovered from subsequent bill(s) of the contractor. Not more than one tender/bid shall be
submitted/uploaded by one contractor or one firm of contractors. Under no circumstances will a
father and his son(s) or other close relations who have business dealing with one another be
allowed to tender/bid for the same contract as separate competitors. A breach of this condition
will render the tenders/bids of both the parties liable for rejection.

5. Chief Engineer R&D Delhi will be the Accepting Officer here in after referred to as such for
purpose of the contract.

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

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

6.2 In case of contractor who has not executed the “Standing Security Bond”, the cover-I shall be
accompanied with by Earnest Money of amount as mentioned in Appendix ‘A’ in the form of
deposit at call receipt in favour of concerned GE(I)(see /Appendix ‘A’) by a scheduled Bank or in
receipted treasury Challan the amount being credited to the revenue deposit of the concerned
GE(I)(See Appendix ‘A’).
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 9

NOTICE OF TENDER (CONTD....)

6.3 Performance Security Deposit

(i) The amount of the Performance Security Deposit for the work, in case the tender is accepted,
shall be 3% (Reduced from 5%) of the contract sum which shall be submitted within 28 days of
receipt of letter of acceptance. It shall be in the form of Bank Guarantee from
Nationalized/Scheduled Indian bank/Government securities/FDR or any other Government
instruments stipulated by the Accepting Officer. Performance Securities shall be in favour of
Accepting Officer.
(ii) Bidder is applicable ford reduction in performance securities from 5% of contract value to 3% of
contract value provided that bidder is not having outstanding recoveries and bidder does not
intend to abandon the work after entertaining relief. Bidder needs to submit a certificate in this
regard along with their application for tender.

6.4 GE(I) concerned will return the earnest money wherever applicable to all un-successful
tenderers/bidders by endorsing an authority on the deposit at call receipt for its refund, on
production by the tenderer/bidders a certificate of the Accepting Officer, that a bonafide tender/bid
was received and all documents were returned.

6.5 The GE(I)concerned will either return the Earnest Money to the successful tenderer/bidder by
endorsing an authority on the deposit at call receipt for its refund on receipt of an appropriate
amount of security deposit if such a transaction is feasible.

6.6 Copies of the drawings and other documents pertaining to the work signed for the purpose of
identification by the Accepting Officer or his accredited representative, sample of materials and
stores to be supplied by the contractor will also be available for inspection by the tenderer/bidder
at the office of Accepting Officer and concerned GE(I) during working hours.

7. The tenderers/bidders are advised to visit site by making prior appointment with the GE (I) who is
also the executing agency of the work. The tenderer /bidders are deemed to have full knowledge
of all relevant documents, samples, site etc whether he has inspected them or not.

8. Any tender/bid which proposes any alterations to any of the conditions laid down or proposes any
other condition of any description whatsoever, is liable to be rejected.
9. The uploading of bid implies that bidder has read this notice and the Conditions of Contract and
has made himself aware of the scope and specification of work to be done and of the conditions
and rates at which stores, tools and plants etc will be issued to him and local conditions and other
factors having bearing on the execution of the work.

10. Invitation for e-tender does not constitute any guarantee for validation of ‘T’ bid and subsequent
opening of finance bid of any applicant/bidder, even of enlisted contractors of appropriate class, merely
by virtue of enclosing DD. Accepting Officer reserves the right to reject the ‘T’ bid and not to open the
finance bid of any applicant/bidder. ‘T’ bid validation shall be decided by the Accepting Officer based
on, inter alia, capability of the firm as per criteria given in Appx ‘A’ to this NIT. The applicant
contractor/bidder will be informed regarding non-validation of his ‘T’ bid assigning reasons thereof
through the www.defproc.gov.in website. The applicant contractor/bidder if he so desires may appeal
to the next higher Engineer authority viz ADG (PROJECTS) Chennai on email with copy to the
Accepting Officer on email before the scheduled date of opening of finance bid. The decision of the
next higher Engineer Authority (NHEA) shall be final and binding. The contractor/bidder shall not be
entitled for any compensation whatsoever for rejection of his bid.

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

12. Tenderers must be in possession of copy of MES Schedule of Rates-2009 (Part-I) and 2020
(Part-II) including errata/ amendments thereto.
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 10

NOTICE OF TENDER (CONTD....)

13. Tenderers must be very careful to submit a bonafide tender. A bonafide tender must satisfy each
and every condition laid down in this notice. Refer the Bidder Manual in “www.defproc.gov.in”.
14. This Notice Inviting Tender (NIT) including Appendix ‘A’ shall form part of the contract.

15. Court of the place from where tender has been issued shall alone have jurisdiction to decide
any dispute out of or in respect of this tender. After acceptance of tender, Condition 72-
Jurisdiction of Courts of IAFW-2249 (General Conditions of Contracts) shall be applicable.

AAD (CONTRACTS)
___________________ For Accepting Officer
Signature of Contractor
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 11

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)


NIT NO: CE R&D /DLI-12/DDN/2022-23
TENDER ID: 2022_MES_548017_1

Chief Engineer R&D, Delhi-54 on behalf of President of India invites applications from eligible enlisted contractors of MES and
enlisted/ Un-enlisted contractors working with other Govt. Departments meeting eligibility criteria for considering the tender. The
prospective/likely contractors are requested to look up the website “defproc.gov.in” This is and e- tender, manual offered bids for
this tender will not be accepted under any circumstances, only electronic offer bids shall be accepted. For detailed instructions,
please refer the website. Tender information is also available in www. mes.gov. in. A condensed version of Notice of Tender to be
read with main Notice of Tender (IAFW-2160 Revised 1960) is submitted.
1. Name of work : ADDITION/ALTERATION OF NAG BUILDING No. P-129 IN
TECHNICAL AREA ‘B’ AT IRDE DEHRADUN UNDER GE (I)
R&D DEHRADUN
2. Estimated Cost of Work : Rs. 100.00 LAKH

3. Period of completion : 15 (Fifteen) Months

4. Cost of tender documents : Rs 1000/- in the form of DD / Bankers cheque from any Scheduled
Indian/Nationalized bank in favour of GE (I) R&D,Dehradun.

5. Website/portal address : www.defproc.gov.in and www.mes.gov.in

6. Type of contract : The tender shall be based on schedule ’A’ (BOQ) Item Rate
Contract (IAFW-1779A) and GCC (IAFW-2249) with schedule
of works (BOQ) with list of item of works to be quoted by the
tenderer.

7. Information & Details :-

(a) Bid submission start date :

(b) Last date of bid : As per critical dates reflected in web site
submission

(c) Date of bid opening :

8. Eligibility Criteria

(A) For MES enlisted : All contractors enlisted with MES in class ‘C’ and above and
contractor category ‘a(i)’ & ‘b(i)’ subject to the remarks wrt performance in
respect of wks in hand reflected in Work Load return (WLR)
circulated by competent engineer authority. Refer note below.
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 12

APPENDIX 'A' TO NOTICE INVITING TENDER (NIT)

: The firms not enlisted with MES shall satisfy the following:-

(b) For other contractors (a) They should meet enlistment criteria of ‘C’ class, MES
contractors & category a (i) & b (i) i.e. With regard to having
satisfactorily completed requisite value works, Annual
turnover, Solvency, working capital, immovable property/ fixed
assets, T&P, Engineering establishment, no recovery
outstanding in any Govt Department, Police
verification/Passport etc. As per enlistment criteria given in
para 1.4 and 1.5 of Section 1 of Part I of MES
Manual on Contracts -2020 as available in all MES formations.
(b) These firms shall also submit copy of Police
verification from police authority of the area where the
registered office of the firm is located/ notorized copy of valid
passport of proprietor /each partner/each Director.
(c) They should not carry adverse remarks in WLR/or any
other similar report of any authority.

(c) For all contractors : Contractor will not be allowed to execute the work by subletting or
through power of attorney holder on his behalf to a third party/another
firm except sons/daughters/Spouse of proprietor/partner/ Director and
firm’s own employees, Director, Project Manager. This shall be
subject to certain conditions which will be prescribed in the NOT
forming part of the tender documents.
9. Tender issuing and Accepting : HQ CE (R&D) DELHI
Officer
10. Executing agency : GE (I) R&D DEHRADUN

11. Earnest Money : Rs 1,75,000.00/- in form of deposit receipt from SBI or


other Scheduled / Nationalized bank in favour of G E (I) R&D
Dehradun payable at Dehradun.
12. Performance Security : Refer para (d) of Notes below
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 13

(a) Notes:
(a) Contractor one class below (two class below in case of remote and difficult area)
may also bid for this tender. Their application shall be considered subject to fulfillment of
other eligibility criteria given in NIT when number of applicants of eligible class qualifying
for the tender are less than 7(seven).

(b) In case number of eligible class contractors satisfying the eligibility criteria given
in NIT are 7 or more than 7, application of one class below the eligible class shall not be
considered except those who have previously completed similar works satisfactorily and
are meeting the criteria of upgradation in respect of past experience and/or average
annual turnover as applicable and financial soundness (solvency/financial soundness
and working capital) provided the value of work is less than twice the tendering limit of
such contractors. Contractors one class below the eligible class may upload necessary
documents wrt works experience and financial soundness in cover 1 of tender (T bid).

(c) (i) Applications/bids not accompanied by scanned copies of requisite


DD/Bankers Cheque towards cost of tender and earnest money (as applicable) shall not
be considered for validation of “T” bid and their financial bids will not be opened.

(ii) Contractors should ensure that their original DDs and earnest money (as
applicable) are received within 05 days of bid submission end date.

(iii) In case of applications/bids from enlisted contractors of MES, where


scanned copies of requisite DD/Bankers Cheque towards cost of tender has been
uploaded but physical copies are not received by the stipulated date, their finance bids
will be opened. However non-submission of physical copies of cost of tender shall be
considered as willful negligence of the bidder with ulterior motives and such bidder
shall be banned from bidding for a period of six months commencing from the
date of opening of finance bid

(iv) In case of applications/bids from un-enlisted contractors, where scanned


copies of requisite DD/Bankers Cheque towards cost of tender has been uploaded but
physical copies are not received by the stipulated date, finance bids will not be opened.
Name of such contractors along with complete address shall be circulated for not
opening of their bids for a period of six months commencing from the date of opening of
finance bid (cover 2).

(v) In case of applications/bids (enlisted contractor as well as un-enlisted


contractor) where scanned copies of requisite earnest money (as applicable) were
uploaded but the same are not received in physical form within stipulated time, such bids
shall not qualify for opening of finance bid (cover 2).

(d) Performance Security Deposit

(i) The amount of the Performance Security Deposit for the work, in case the tender
is accepted, shall be 3% (Reduced from 5%) of the contract sum which shall be
submitted within 28 days of receipt of letter of acceptance. It shall be in the form of Bank
Guarantee from Nationalized/Scheduled Indian bank/Government securities/FDR or any
other Government instruments stipulated by the Accepting Officer. Performance
Securities shall be in favour of Accepting Officer.

(ii) Bidder is applicable ford reduction in performance securities from 5% of contract


value to 3% of contract value provided that bidder is not having outstanding recoveries
and bidder does not intend to abandon the work after entertaining relief. Bidder needs to
submit a certificate in this regard along with their application for tender.

(f) In case any deficiency is noticed, in the documents required to be uploaded by


the tenderers as per NIT, after opening of cover 1 (T bid) and during technical
evaluation, a communication in the form of e-mail/ whatsapp/ sms/ speed post etc. shall
be sent to the contractor to rectify the deficiency within a period of 7 days from date of
communication failing which financial bid (cover-2) shall not be opened and contractor
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 14

shall not have any claim on the same.


(g) Contractors enlisted with MES will upload following documents for checking
eligibility:-

(i) Scanned copy of Application for bid in Firm's letter head


(ii) Scanned copy of Enlistment letter
(iii) Scanned copy of DD of cost of tender
(iv) Scanned copy of GST
(v) Scanned copy of EPF

(h) Contractors not enlisted with MES will be required to upload necessary
documents to prove their eligibility for enlistment in eligible class & category of work,
including Affidavit for no recovery outstanding. List of documents required for enlistment
in MES has been given in para 1.5 of section 1 of Part I of MES Manual on Contracts
2007 (reprint 2012). Following documents shall also be uploaded amongst others:

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

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

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

(iv) In addition, the un-enlisted contractors shall also furnish affidavit on non Judicial
stamp paper in the form of hard copy declaring their turnover for last 2 (Two)
years.

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


(vi) Scanned copy of EPF
(vii) Scanned copy of GST Registration No.

(j) In case of rejection of technical/prequalification bid, contractor may appeal to


next higher Engineer authority i.e HQ ADG (P) Chennai on email ([email protected])
against rejection and copy of Accepting officer on email id: [email protected].
The decision of ADG (Project) Chennai shall be final and binding. However
contractor/bidder shall not be entitled to any compensation whatsoever for rejection of
technical/prequalification bid.

(k) Court of place from where tender has been issued shall alone have jurisdiction to
decide any dispute out of or in respect of this tender. After acceptance of tender,
Condition 72-Jurisdiction of Courts of IAFW-2249 shall be applicable.

89000/828/07/E8
HQ CE (R&D) Delhi AAD (Contracts)
Delhi-110054 for Accepting Officer
[email protected]

Dated: 26 Aug 2022


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 15

IN LIEU OF IAFW-1779 -A

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

MILITARY ENGINEER SERVICES

Delhi Tele: 23813522


OFFICE OF THE CHIEF ENGINEER
R&D, Probyn Road, Delhi-54

89000/828/07/E8 26 Aug 2022

ITEM RATE TENDER AND CONTRACT FOR ADDITION/ALTERATION OF NAG BUILDING


No. P-129 IN TECHNICAL AREA ‘B’ AT IRDE DEHRADUN UNDER GE (I) R&D DEHRADUN
TENDER ID: 2022_MES_548017_1

1. M/s of is/are
hereby authorized to tender for the above work. The tender is to be uploaded in the defproc.gov.in
site as per critical dates reflected in website.
2. All documents must be returned whether or not a tender has been submitted.

3. Any correspondence concerning to this tender should be addressed quoting the


reference as given to Chief Engineer (R&D), Probyn Road, Delhi-54 and marked
as CA No.: CE R&D/DLI-12/DDN/2022-2023.

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

(SIGNATURE OF OFFICER ISSUING THE DOCUMENTS)

APPOINTMENT:

(Signature of Contractor)
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 16

SCHEDULE “A” NOTES LIST OF WORKS AND PRICES

NOTES: -

1. SCOPE OF WORK: - The work required to be completed under said tender is all as
described in Schedule of works (BOQ) items and all as specified in particular specifications,
drawings (where applicable) and general specifications.

2. The quantities shown in column 3 are approximate 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. This contract comprises full, final and entire completion of the
works given in Schedule of works (BOQ), specifications, special conditions and other items
required for satisfactory completion ofworks.

3. UNIT RATES:-

(a) The contractor shall calculate his own details and insert unit rates in figures in column 5 of
Schedule of works which will further be extended to Col 6 of respective items automatically and
amount will be spelled in words by the software in Col 7. However, contractors are advised to
ascertain the correctness of amount in words corresponding to rates quoted in figures and
extension thereof. In case of discrepancies if any, the rates quoted by bidder shall prevail. The
aforesaid unit rates shall be based on description of items in Schedule of works (BOQ), drawings
(where mentioned in Schedule of works (BOQ) or specifications), specifications and other
general specifications attached herewith.

(b) It is an express condition of the contract that the rates quoted by the Contractor for
various items in Schedule of works (BoQ) shall be inclusive of all labour and material required for
completion of work specified hereinafter in particular specifications/special conditions/
requirements detailed in particular specifications and full and final completion thereto,
irrespective of whether these are mentioned in the description of Schedule of works (BoQ) or not.
The Govt. will not entertain any claim whatsoever on account of misunderstanding, if any, by the
tenderer in the aforesaid unit rates.

(c) Unless specifically mentioned otherwise such as labour only/fixing only supplying the unit
rates for all items of works shall be deemed to be including cost of all materials, labour, tools and
plants, testing and commissioning work in position complete as required for entire completion of
work.

(d) Special conditions given in MES SSR Part-II and preambles to items given in MES SSR
Part-II under respective trades/items shall be applicable. If any provisions in the description of
Schedule of works (BoQ) and / or in particular specifications is / a reatvariance with the
provisions of special conditions in MES Part II and preambles to SSR items, the provisions in
description of Schedule “A”/BOQ items and particular specifications shall take precedence
thereover.

(e) Method of measurements for all items listed in Schedule of works (BoQ) shall be as given
in MES Standard Schedule of Rates Part II unless specifically stated otherwise here-in-after for
any particular item(s) ofwork.

4. The total amount in column 6 is not firm but will be treated as the “CONTRACT SUM”
referred to (General condition of Contracts) in IAFW-2249. However, contract sum shall be
arrived at after deducting amount of schedule of credit from total quoted amount of the BOQ.

5. PERIOD OF COMPLETION: - The entire work under this contract shall be completed
within 15 (Fifteen) Months from the date of commencement as shown in Work Order No 1.

6. The work under this contract lies in “RESTRICTED AREA”.


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 17

SCHEDULE “A” NOTES LIST OF WORKS AND PRICES

7. Tenderers are required to get fully acquainted with the scope of work as catered for in
the tender documents and also the site of work. No claim will be entertained for any
misunderstanding or any in accuracy with regard to the site condition and provision made in
the tender documents.

8. The make(s) given for a particular item(s) in Schedule “A”/BOQ supersedes the makes
given in Appendix “B”/List of approved makes of materials. In case of the equivalent in other
makes, the equivalent item of other make (as given in Schedule of works (BOQ) or Appendix
“B”/List of approved makes of materials) shall only be approved after obtaining non availability of
particular make given. However the contractor shall submit the relevant catalogue, literature and
pricelist of item of the make intended to be procured to establish that the item is not inferior to the
item as per CAT No. mentioned in Schedule of works (BOQ) and shall obtain prior approval of
GE(I)/AGE(I)concerned. If makes of any materials/item(s) are neither mentioned in Schedule of
works (BOQ) nor in Appendix “B”./List of approved makes of materials, then it shall be followed
from the latest Zonal specifications. Makes &Manufacturers of all item as specified in Schedule of
works (BOQ) items shall be as per Appendix “B’”./List of approved makes of materials, unless
specified otherwise in Schedule of works (BOQ)item(s).

9. The materials to be incorporated in the work shall be of the make as specified in the
particular specifications or as given in Appendix ‘B’”./List of approved makes of materials, where
make of the material has not been specified, materials to be incorporated in the work shall be ISI
marked. Where specified firm manufacturers both ISI marked and non ISI marked product, the
material incorporation in the work shall be ISI marked and no extra payment shall be admissible
on this account. In case the material having ISI certification mark are not manufactured, material
conforming to relevant ISI may be incorporated in the work after approval of
GE(I)/AGE(I)concerned. Where make of the same material has been specified in particular
specification as well as in the Appendix ‘B’/ List of approved makes of materials, to Particular
Specification and /or in Schedule of works (BOQ) also, the order of preference shall be decided
as under:-

(a) Make (s) given in Schedule of works(BOQ).


(b) Make (s) given in particular specifications.
(c) Make (s) given in Appendix ‘B’/List of approved makes of materials.

10. The description of item of work in Schedule of works (BOQ). are brief. These shall beread
in conjunction with the special condition, particular specifications and for material and
workmanship and condition in relevant trade section of MES Schedule and all these documents
shall be taken as mutually explanatory of each other.

11. Contractor’s special attention is drawn to the fact that all the provisions involving use of
material or labour and/ or both specified in particular specification and shown on drawing but not
specifically mentioned in the description of relevant item of Schedule of works (BOQ). shall be
deemed to be included in the rates quoted by the contractor and nothing extra shall be
admissible on this account.

12. The work shall be executed in occupied/semi occupied buildings. The buildings may be
made available in a phased manner by the Engineer-in-Charge in consultation with the Users.
The contractor shall take this factor into account before quoting his rates. Nothing extra shall be
admissible on this account.

13. The samples of various items and materials to be incorporated in this work have been
displayed by the GE(I)/AGE(I) for tenderers for quoting the rates accordingly. The tenderers are
advised to visit the sample room along with GE(I)/AGE(I)concerned before quoting the rates.
Please note that no claim whatsoever on account of any misunderstanding or non-visit of
site/sample room shall be entertained at laterstage.
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 18

SCHEDULE “A” NOTES LIST OF WORKS AND PRICES

14. Reference Condition 10 of IAFW-2249 (General Conditions of Contracts). All tests, as


directed by the GE shall be carried out by the contractor from the approved Govt laboratories,
Govt Engineering College or CME etc, as approved by GE. The cost of materials consumed
including transport in testing of samples to approved laboratories shall be borne by the
contractor.

15. Unless otherwise indicated in the description of the items, rate quoted by the tenderer
shall be deemed to include for materials and labour complete and shall also be deemed to
include for corresponding specifications given in particular specifications and MES SSR Part-I
2009 and Part- II 2020.

16. DEMOLITION/DISMANTLING

(i) The demolition / dismantled materials as listed in schedule of credit shall become
the property of the contractor. Credit for these materials shall be afforded by the
contractor at the rates mentioned against each item of Schedule ‘A’. The contractor is
required to inspect/verify the quality of materials becoming his property. Deduction of
credit will be made for the quantities actually obtained at site at the rate inserted by MES
in credit schedule.

(ii) The materials obtained from demolition/dismantling shall not be used in the work
under this contract unless otherwise provided in the tender documents. These materials
shall be removed from the site of work after measurement in respect thereof have been
recorded in MB and signed by both the parties and after making suitable recoveries from
contractor’s bills. The measurement of each material for the purpose of credit shall be the
same as per the corresponding demolition/dismantling/taking down materials.

(iii) Proper inventory showing materials/items/fixture handed over to the contractor


building/shed/structure wise shall also be kept on record and signed by the contractor and
Engr-in-Charge and shall form part of final bill.

(iv) All precaution shall be taken by contractor in demolition/dismantling of items. Any


damage to existing structure/fittings during course of demolition/dismantling shall be
made good by the contractor at his own cost & without any extra cost to Govt.

17. The tenderers quoted rates shall be deemed to be inclusive of all taxes/cesses viz GST,
duties royalties, octroi and other levies payable to under respective statutes as applicable on the
date of receipt of tender. It may be noted that any tender imposing any condition in this regard or
on any other account shall be treated as a conditional tender and the same shall be liable to be
rejected. However in this connection attention is also invited to Special Condition 29 of GCC of
IAFW-2249.

18. If the materials are not available in metric sizes as shown on drawings/schedule of works
BOQ, the contractor shall provide materials in equivalent incl sizes which should not be less than
the metric size dimension in any circumstances, at no extra cost to the department.

19. Excavation and earth work items included in schedule of works shall be applicable for the
items for which excavation and earth work is not included in the description of item.

20. Old rubbish i.e. concrete/mortar/screed bed obtained by demolition/ dismantling unless
otherwise specified in description of item shall be removed out site the MOD land. The cost of
removing rubbish materials out site MOD land shall deem to be included in the quoted rate of
respective items of schedule of work.

Signature of Contractor for Accepting Officer


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 33

SCHEDULE OF CREDIT
Notes:-
1. The quantity and quality of material retrieved from demolition/dismantling shall be as
curtained by the contractor at his own by inspecting the site before quoting his rates. The
contractor shall be deemed to have visited the site before submitting the tender
irrespective of whether he does it or not.
2. The entire work/material demolished/dismantled irrespective of serviceable/
unserviceable shall be measured/entered in the MB and priced at the rates inserted in this
Schedule for the purpose of working out/effecting thecredit.
3. The old material retrieved from demolition and offered on credit shall not be allowed for
incorporation in the work and shall be removed by the contractor from time to time being
his property.

4. The materials obtained from demolition not covered in this schedule shall be the
property of the Govt and shall be deposited by the contractor in MES storeyard.
5. Recovery shall be affected commiserating with the workexecuted.

6. Itis an express condition of the contract that old material retrieved from
demolition/dismantling shall only be removed from the site after either depositing the total
sum of credit applicable in this schedule in Govt treasury or deduction made from Ist RAR/
Payment made to the contractor, whichever is earlier. In case amount is not sufficient
against Ist Payment, same shall be recovered in subsequent payments.
7. In case the contractor fails to remove the demolition/dismantled materials from the site,
the proportional amount of credit assessed based on the actual value of work carried out,
priced on contract rates shall be recovered from the payments made tohim.
8. Weight for recovery purpose shall be considered standard weight as per IS/handbook/MES SSR.

Srl Brief of Description of Item Unit Qty Rate Amount


No (Rs.) (Rs.)

1 2 3 4 5 6
1 Old brick bats / stone masonry retrieved Cum 5.00 450.00 2250.00
vide srl item No 8
2 Old celing/celing board from items No 15 sqm 862.00 10.00 8620.00

3 Old venetiation retrieved from item No 28 sqm 100.00 20.00 2000.00

4 Old unserviceable chowkhats with Each 54.00 400.00 21600.00


shutters including iron/aluminium mongry
size .exc 1.5 sqm each but not exc 4
sqm each any type from item No 31
5 Old unserviceable chowkhats with Each 8.00 350.00 2800.00
shutters including iron/aluminium mongry
size n.exc 1.5 sqm each any type from
item No 32
6 Old Flushing cistern complete from item Each 6.00 100.00 600.00
No 48
7 Old broken and rusted GI pipes 15 mm RM 30.00 25.00 750.00
bore including fittings from item No 51

Contd..
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 34

SCHEDULE OF CREDIT (Contd/…)

8 Old broken and rusted GI pipes 20mm RM 20.00 25.00 500.00


bore including fittings from item No 52
9 Old PVC pipe any dia incl fittings from RM 60.00 20.00 1200.00
item No 56
10 Old SS Sink from item No 63 Each 1.00 300.00 300.00

11 Old CP tap, pillar cock, angle cock, stop Each 32.00 50.00 1600.00
cock, concealed stop cock, shower rose,
health fucet, hand shower , double
bib/angle cock etc. from item No
64,65,69,71,72 & 73
12 Materials obtained from old unsv point Each 601.00 15.00 9015.00
wiring of any description including battens Point
/ PVC conduits , fittings and fixtures ie
switches,sockets, ceiling
roses,holders,regulators as obtained from
dismantling/ taking down.
13 Old un-serviceable tube light fittings Each 168.00 10.00 1680.00
including tubelight rods of any type, any
description.
14 Old un-serviceable MCB DB any capacity Each 6.00 30.00 180.00
With incoming and outgoing controls
15 Old unserviceable MCBs,TPN any size Each 162.00 15.00 2430.00
any capacity
16 Old Sub main wiring including carrier of RM 750.00 5.00 3750.00
any description as obtained from
dismantling.
TOTAL 59275.00

Note: - In order to arriving at net contract sum, for the purpose of acceptance, amount of schedule of
credit shall be deducted from the total amount of BOQ as quoted by the tenderer.

(Signature of Contrator) For Accepting Officer


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 35

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

Srl Particulars Rate at which materials will Place of Remarks


No. be issued to the contractor issue

Unit Rate(Rs)
1 2 3 4 5 6

...........NIL........

Signature of Contractor For Accepting Officer


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 36

SCHEDULE ‘C’

(LIST OF TOOLS &PLANT (OTHER THAN TRANSPORT)


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

SL QUANTIT PARTICULAR DETAILS HIRE CHARGES STAND BY PLACE REMARKS


NO Y S OF MES PER UNIT PER CHARGES OF ISSUE
CREW WORKING DAYS PER UNIT BY NAME
SUPPLIED (RS.) PER OFF
DAY
1 2 3 4 5 6 7 8

..............NIL................

Signature of Contractor For Accepting Officer

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR


(See Condition 16 & 35 of IAFW - 2249)

SNO. QUANTITY PARTICULARS RATE PER UNIT PER P LACE OF ISSUE REMARKS
WORKING DAY BY NAME

1 2 3 4 5 6

NIL

SignatureofContractor For AcceptingOfficer


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 37

TENDER

TO THE PRESIDENT OF INDIA

Having examined and perused the following details: -

1. Specifications signed by AAD (Contracts).

2. Drawings detailed in the list of drawings.

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

4. MES Standard Schedule of Rates 2009 Part-I (specifications) and 2020 Part-II (Rates)
including amendments Nos 1 to 3 for Part –I and amendment No Nil for Part-II (Hereafter
referred to MES Schedule).

5. General Conditions of Contracts, IAFW-2249 (1989 Print) together with Errata No 1 to 20


and amendments No 1 to 48.

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


CONTRACTS

Water will be supplied by MES for which recovery shall be made from the contractor atthe
rate of Rs 3.75 per every Rs 1000.00 worth of work done at contract rates. Refer Special
Conditions.

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

*(a) That the Sum of Rs. 1,75,000/- (Rupees One Lakh Seventy five Thousand only)
forwarded as earnest money shall either be retained on account of part of performance
security deposit or refunded by the Government on receipt of an appropriate amount as
performance Security deposit within the time specified in Condition 19 of IAFW-2249.

(b) To execute all works referred to in the said documents upon the terms and
conditions contained or referred to therein at the item rates contained in the aforesaid
Schedule of Works (BOQ) or at such other rates as may be fixed under the provisions of
Condition 62 of IAFW-2249 and to carry out such deviations as may be ordered vide
Condition 7 of IAFW-2249 upto a maximum of 10 (TEN) percent and further agree to
refer all disputes as required by Condition 70 of IAFW-2249 to the sole arbitration of
serving officer having Degree in Engineering or equivalent or having passed final/direct
final examination of Sub Divn II of Institution of Surveyor (INDIA) recognised by the Govt
of India to be appointed by the Engineer-in-Chief, Army Headquarters, New Delhi or in his
absence an officer, officiating as Engineer-in-Chief or Director General of Works if
specially delegated in writing by Engineer-in-Chief, Army Headquarters, New Delhi whose
decision shall be final, conclusive and binding.

*To be deleted where not applicable.


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 38

(CONTD...)

Signature in capacity of duly

authorised to sign the tender for and on behalf of .


(IN BLOCK LETTERS)

Postal Address ___________________

EmailAddress ___________________

Telephone No: ___________________

ACCEPTANCE

alterations have been made in documents and as evidence


that these alterations were made before the execution of Contract Agreement, they have been
initialled by the Contractor and Shri PRAVEEN BHARDWAJ, AAD (CONTRACTS)

The said officer is hereby authorised 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 Item Rate of
Rs (Rupees
_) on
day of 2022.

Signature Dated this day of 2022

Appointment:

CHIEF ENGINEER R&D, DELHI - 54.


(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 98

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


ITEM RATE CONTRACTS IAFW-1779 AND 1779A

A copy of General Conditions of Contracts (IAFW-2249-1989 print) together with


errata 1 to 20 and amendment No 1 to 48 has been supplied to me/us and is in my/our
possession. I/we have read and understood the provisions contained in the aforesaid
General Conditions of Contracts before submission of this tender and I/we agree that
I/We shall abide by the terms and conditions thereof as modified, if any elsewhere in
these tender documents.

It is hereby further agreed and declared by me/us that the General Conditions of
Contracts (IAFW-2249, 1989 Print) including conditions 70 thereof pertaining to
settlement of dispute by arbitration containing 33 pages (Serial Page Nos 39 to 71) with
errata 1 to 20 and amendments No 1 to 48 containing 27 pages (Srl Page No 72 to 98)
form part of these documents.

AAD (Contracts)
For Accepting Officer Signature of Contractor
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 99 to 112

SCHEDULE OF MINIMUM FAIR WAGES

A copy of the latest schedule of minimum wages has been supplied to me/us
and is in my/our possession. I/We have read and understood the provisions
contained in the aforesaid schedule of minimum wages before submission of the
tender and I/We agree that I/We shall abide by the terms and conditions thereof
notified if any elsewhere in these tender documents.

It is further agreed and declared by me/us that schedule of minimum


wages form part of these tender documents. The latest revised wages of labour as
fixed by State Govt/Govt of India/Union Territory as applicable to the work whichever
is higher will only be applicable in the Contract.

AAD (Contracts) ____________________


For Accepting Officer Signature of Contractor)
Date :______________
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 113

SPECIAL CONDITIONS

1 GENERAL
These special conditions shall be read in conjunction with the General Conditions of Contracts
(IAFW-2249) including errata and amendments thereto. Any provision in these special conditions if
at variance with the provision in the above mentioned documents the provisions made hereinafter
shall be deemed to take precedence there over.

2 INSPECTION OF SITE BY THE TENDERER


Reference Para 8 and 11 of notice of tender (IAFW-2162) and condition 4 of IAFW-2249.

(a) The tenderer is advised to contact the Garrison Engineer for the purpose of inspection of site (s)
and relevant documents other than those sent herewith, who will give reasonable facilities for the
purpose. The tenderer shall also make themselves familiar with the working conditions,
accessibility of site (s), availability of materials and other cogent conditions, which may affect the
entire completion of work under this contract.

(b) The tenderer shall be deemed to have inspected the site (s) and made themselves familiar with
the working conditions, whether they have actually inspected the site (s) or not.

3 COORDINATION WITH OTHER AGENCIES


Contractor’s attention is invited to the fact that during the currency of this contract, works on other
services that are outside the scope of work of this contract may be entrusted for execution to other
agencies. The contractor shall permit free access and afford normal facilities and usual
convenience to other agencies or departmental workmen to carryout connected works of services
under separate arrangements. The contractor shall not be allowed any extra payment on this
account.

4 EMPLOYMENT OF PERSONNEL

(a) Contractor shall employ only Indian Nationals as his representatives, servants and workmen after
verifying their antecedents and loyalty. He shall ensure that no person of doubtful antecedents
and nationality is in any way, associated with the work. If for the reasons of technical collaboration
or other considerations the employment of foreign national (s) is unavoidable, the contractor shall
furnish full particulars to this effect to the Accepting Officer at the time of submission of the tender.
As a proof, that the contractor has employed only Indian Nationals, he shall render a certificate to
GE within one month from the date of acceptance of tender to this effect. In case the GE desires,
contractor will have the police verification done of personnel employed by him.

(b) The GE shall have full powers and without giving any reason to order the contractor immediately to
cease to employ, in connection with this contract, any agent, servant or employee whose
continued employment is, in his opinion, undesirable. The contractor shall not be allowed any
compensation on this account.

(c) In this connection, the contractor’s attention is also drawn to condition 25 of IAFW-2249.

(d) Verification of antecedents of contractor’s representations / labour deployed at site in connection


with execution of work under the contract as per security requirement of user unit / installation
shall be the responsibility of the contractor and all expenses in connection with verification of
antecedents by police authority / security agency shall be borne by the contractor.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 114

SPECIAL CONDITIONS (CONTD…….)

5 SECURITY OF CLASSIFIED DOCUMENTS


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

6 ACCEPTANCE OF TENDER

The tender shall remain open for acceptance for a clear period of 60 days clear (excluding the bid
submission end date) from the bid submission end date specified.

7 CRITICAL PATH METHOD CPM NETWORK

(a) The time and progress chart to be prepared as per condition 11 of General Conditions of Contracts
(IAFW-2249) and shall consist of detailed network analysis and a time schedule. The critical path
network will be drawn jointly by the GE and the contractor soon after acceptance of tender. The
time scheduling of the activities will be done by the contractor so as to finish the work within the
stipulated time. On completion of the time schedule a firm calender date schedule will be prepared
and submitted by the contractor to GE, who will approve it after due scrutiny. The schedule will be
submitted in four copies within two weeks from the date of handing over the site.

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

(c) The Contractor shall mobilise and employ sufficient resources to achieve the detailed schedule
within the broad framework of the accepted methods of working and safety.

(d) No additional payment will be made to the contractor for any multiple shift work or other incentive
method contemplated by him in his work schedule even though the time schedule is approved by
the Department.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 115

SPECIAL CONDITIONS (CONTD…….)

8. CONTRACTOR'S REPRESENTATIVES AND WORKMEN

8.1 Refer condition 25 of IAFW-2249. The contractor shall employ only Indian Nationals as his
representatives, servants and workmen and verify their antecedents and loyalty before employing
them or the works. He shall ensure that no person of doubtful antecedents and nationality is, in
any way associated with work.

9 SECURITY OF CLASSIFIED DOCUMENTS

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

10. RECORD OF MATERIALS


10.1 The quantity of materials such as paints, water proofing compound, chemicals for anti-termite
treatment and the like, as directed by the Engineer-in-Charge (the quantity of which cannot be
checked after incorporation in the works), shall be recorded in measurement books and signed by
the contractor and the Engineer-in-Charge as a check to ensure that the required quantity has
been brought to site for incorporation in the work.

10.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge recorded in
Measurement Book and shall be suitably marked for identification.
10.3 The contractor shall, on demand, produce to the GE original receipted vouchers in respect of the
Supplies. Vouchers so produced and verified shall be stamped by Engineer-in-Charge indicating
contract number. The contractor shall ensure that the materials are brought to site in original
sealed containers/packing; bearing manufacturer’s marking except in the case of the requirement
of material(s) being less than smallest packing.
10.4 Contractor shall produce original vouchers from the manufacturers for the full quantity of the
following materials, as applicable as a prerequisite before submitting for payment for any
advances on account of the work done and/or materials collected in accordance with condition 64
of General Conditions of Contracts IAFW-2249.
(i) Water proofing compound.
(ii) Chemicals for Anti-termite Treatment.
(iii) Paints, distempers, cement base paints and like.
(iv) Cast iron pipes and fittings.
(v) Sanitary fittings.
(vi) Aluminium windows/ventilators.
(vii) Factory made door shutters/ PVC doors.
(viii) Floor/Wall tiles.
(ix) Iron mongery.
(i) Salt glazed stoneware pipes/Reinforced concrete pipes.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 116

SPECIAL CONDITIONS (CONTD…….)

(xi) Electrical and water supply fittings/fixtures where names of manufacturers/brands are
specified or approved.
(xii) Cables.
(d) The contractor shall, on demand, produce to the GE, original receipted vouchers/invoices in
respect of the materials other than as stated in sub-Para (c). Vouchers/invoices so produced and
verified shall be stamped by Engineer-in-Charge indicating contract number. The contractor shall
ensure that the materials are brought to site, in original sealed containers/packing, bearing
manufacturer’s marking except in the case of the requirement of materials (s) being less than
smallest packing.

(e) Bitumen shall be purchased directly from manufacturer’s stockist or their authorised dealers 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 shall be kept on record so as to
avoid their being used again.

(f) The vouchers/invoices will clearly indicate the contract number, the IS No, specific alternative to
which the material conforms in case of various alternative in IS.

11 APPROVAL OF SAMPLE OF WORKMANSHIP IN BUILDING.

To determine the acceptable standard of workmanship, one building (or portion of the bldg, to be
decided by the GE) shall be completed by the contractor well in advance as directed by GE under
close supervision of the Engineer-in-Charge and shall be got approved from the GE. The
workmanship of various trades and finishes of this building shall serve as guiding sample for work
in the remaining quarter/buildings.

12 MATERIALS AND SAMPLES

(a) Refer condition 10 of IAFW-2249.

(b) The materials and articles, which have been specified from certain makes/manufacturers, shall be
of makes/manufactures as specified. If the manufacturers specified in tender documents make
both ISI marked and conforming to IS specifications, the materials/articles shall be ISI marked.

(c) The materials and articles, which have not been specified in tender documents by
makes/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 BIS i.e., www.bis.org.in

(ii) If ISI marked materials are not being manufactured the same shall be conforming to IS
specifications

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

(e) The contractor shall not procure materials and articles unless the samples are first got approved
by the GE.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 117

SPECIAL CONDITIONS (CONTD…….)

13 HANDING OVER OF SITE

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

14 DAMAGE TO THE EXISTING STRUCTURES

Any damage to the existing structures, any existing road etc., during the execution of work shall be
made good by the contractor at his own expense. Rectification, replacement, making good and
touching up etc. shall be carried out, conforming to the materials and workmanship originally
provided and to the satisfaction of the Engineer-in-Charge. In case of any dispute on this account,
the decision of the GE shall be final, binding and conclusive.

15 APPROACHES

The contractors shall make arrangements for and provide at his own cost all temporary
approaches, if required to the site(s), after obtaining approval in writing of the GE to the layout of
such approaches.

16 QUARRIES ON DEFENCE LAND

Reference to condition 14 of IAFW-2249.


Quarries are not available on Defence land for use by the contractor, to remove materials for use
in the works.

17 RELEASE OF ADDITIONAL SECURITY DEPOSIT

(Refer condition 22 and 68 of IAFW-2249)


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

18 ADVANCES ON ACCOUNT AGAINST MATERIALS

(Special Condition For Inclusion In Tenders Whose Estimated Cost At Market Rate Exceeds
Rs. 50 Lakhs)

Refer condition 64 of IAFW-2249 – Advance on account

(a) Add the following in continuation of Para 8 “Provided further, the Contractor may be paid advance
on account to the full value of the under mentioned materials only, brought on the site, on his
furnishing Guarantee Bond (s) from a scheduled bank for the amount of the retention money which
should otherwise be recoverable from him under Contract :
(i) Factory made door shutter.
(iii) CI and pipe fitting.
(iv) Sanitary/Plumbing fitting.
iv) Light fittings.
(vi) Fans.
(vii) Water tanks.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 118

SPECIAL CONDITIONS (CONTD…….)

(b) It will be noted that advance on account to the full value to materials brought on the site is
permissible only in respect of fittings and fixtures and other manufactured items which do not loose
their identity. Materials like bricks, aggregate, pre-cast concrete and similar items shall not be
taken in the list.(c) The bank Guarantee Bond (s) shall be executed for a period and on a form as
directed by the Accepting officer. The contractor shall further arrange to extend the period of
Guarantee Bond (s) if and when necessary as directed by the Accepting officer or shall furnish
fresh guarantee bonds of similar value in lieu.

(c) The bank Guarantee Bond (s) shall be executed for a period and on a form as directed by the
Accepting officer. The contractor shall further arrange to extend the period of Guarantee Bond (s)
if and when necessary as directed by the Accepting officer or shall furnish fresh guarantee bonds
of similar value in lieu

19 ALLOTMENT OF LAND FOR STORAGE OF MATERIALS INCLUDING TEMPORARY SHEDS


(Refer condition 24 of IAFW-2249)

Delete the following in Para 1 of condition 24 of IAFW-2249, “In the event of ……………areas of
land allotted to him” and following shall be read in conjunction with condition 24 of IAFW-2249.
The contractor shall be permitted to store his materials including erecting temporary sheds thereof
at the areas of land as shown by GE free of rent if it is on class A1 land. For other types of land he
shall pay a licence fee of Re 1/- per year or part thereof in respect of each and every separate
area of land allotted to him.

20 ALLOTMENT OF LAND FOR ACCOMMODATION OF FABRICATING WORKSHOP ETC


(Refer condition 24 of IAFW-2249).

The Contractor shall be permitted to erect his temporary workshops, and the like at the area of
land marked for this purpose on the site plan and he shall pay a licence fee Re 1/- per year or part
thereof in respect of each and every separate area of land allotted to him

21 MINIMUM WAGES PAYABLE


(Refer condition 58 of IAFW-2249)

(a) The Contractor shall not pay wages lower than minimum wages for labour as fixed by the
Government of India/State Govt/Union territory, whichever is higher.

(b) Contractor’s attention is also drawn, amongst other things to the ‘explanations’ to the schedule of
minimum wages referred to above.

(c) The fair wages referred to in condition 58 of IAFW-2249 will be deemed to be the same as the
minimum wages, referred to above as upto date from time to time.

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

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

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 119

SPECIAL CONDITIONS (CONTD…….)

22 ELECTRIC SUPPLY

(a) In case the contractor desires to buy electricity from the MES, he shall be charged for the electric
energy consumed at the rate of Rs 6.55 per kilowatt hour for lightening and power each.

(b) Electric supply required for works upto maximum of 10 KVA shall be made available by the MES at
the incoming terminal of the main switch marked on the site plan as shown by GE. The main
switch and KWH meters to register to electric energy supplied shall be provided and installed by
the MES. The contractor shall provide all necessary cables fittings, etc., from the main switch in
order to ensure a proper and suitable supply of electricity for the execution of work.

(c) The MES do not guarantee for continuity of supply and no compensation whatsoever shall be
allowed for supply becoming intermittent or for breakdown in the system.

(d) GE or his representative shall be free to inspect all the power consuming devices or any electric
lines provided by the contractor. Any device or electric lines provided by the contractor, which is
not to the satisfaction of the GE shall be discontinued from the supply if so desired by him.

23 WATER

23.1 (Refer to condition 31 of IAFW-2249).


(a) Water will be supplied by MES to the contractor at points shown on site plan from piped
system and shall be paid by the contractor @ Rs 3.75 per Rs 1000/- worth of work done priced at
contract rates. The contractor shall arrange at his own expense for storage of water and lifting,
pumping, carrying of conveying water to the site of work as required. In case water points are not
marked on the site plan, the water shall be supplied at one point at decided by GE.

(b) The supply of water may not be continuous. The contract shall be deemed to have
ascertained the hours of availability of water before submitting his tender. The MES do not
guarantee the continuity of water supply and no compensation shall be allowed for intermittent or
inadequate water supply and break down in the system. If the supply is not sufficient the
contractor shall make his own arrangement to supplement the water supply at his own cost.
However the water shall be got tested before incorporation in the work for its suitability at
contractors cost and source of supply of water shall be got approved in writing by GE.

23.3 Contractor shall not have any claim in case, permission not given due to any reason what so ever

or if the water from the bore is not suitable for construction work and not permitted for use.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 120

SPECIAL CONDITIONS (CONTD…….)

24. QUALIFIED TRADESMEN

In compliance with the condition 26 of IAFW-2249 (General Conditions of Contracts), the


contractor shall employ skilled/semi skilled tradesmen who are qualified and possessing certificate
in particular trade from Industrial Training Institute (ITI)/National Institute of Construction
Management and Research (NICMAR)/ National Academy of Construction (NAC)
Hyderabad/Construction Industry Development Council (CIDC), similar reputed and recognized
Institutes by State/Central Government, to execute the works of their respective trade. The number
of such qualified tradesmen shall not be less then 25% of total skilled/semi skilled tradesmen
required in each trade. The contractor shall submit the list of such tradesmen along with requisite
certificates to Garrison Engineer for verification and approval. Notwithstanding the approval of
such tradesmen by GE, if the tradesmen are found to have inadequate skill to execute the work of
their trades, leading to un-satisfactory workmanship, the contractor shall remove such tradesmen
within a week after written notice to this effect by the GE and shall engage other qualified
tradesmen after prior approval of GE. GE’s decision whether a particular tradesmen possesses
requisite qualification, skill and expertise commensurate with nature of work, shall be final and
binding. No compensation whatsoever on this account shall be admissible.

25. CONDITIONS OF WORKING IN RESTRICTED AREAS.


The work under this contract lies in “restricted Area”.

25.1 VISITS TO SITE

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

25.2 ENTRY/EXIT
The contractor his agents, representatives, workmen etc., and his materials, carts, trucks or other
means of transports etc., will be allowed to enter through and leave only from such gate or gates
and at such times as the GE or authorities incharge of the Restricted Areas may at their Sole
discretion permit to be used. The contractor’s authorised representative is required to be present
at the place of entry and exit for the purpose of identifying his carts, truck etc. to the personal-in-
charge of the security of Restricted Areas.

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

25. 3 IDENTITY OF WORKMEN


25.3.1 Every workman shall be in possession of an identity card. The identity card will be issued after
thorough investigation of the antecedents of each workman by the officer- in -charge of the unit
concerned in accordance with the standing rules and regulations of the unit.

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

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 121

SPECIAL CONDITIONS (CONTD…….)

25.3.3 Contractor and his workmen will have to surrender their identity passes/permits after completion of
work or as and when demanded by Air Force Authorities.

25.4 SEARCH

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

25.5 FEMALE SEARCHERS

If the contractor desires to employ female labour on works to be carried out inside the restricted
area and a female searcher is not borne on the authorised strength of the authorities at the time
of submission of the tender, he shall be deemed to have allowed in his tender for pay and
allowances etc. for a female searcher (class IV servant/Gp “D” servant)calculated for the period
female labour is employed by him inside that area. If more than one contractor employs female
labour during any month and female searcher(s) has/have to be employed. The salary and
allowances paid to the additional female searcher(s) shall be distributed on an equitable basis
between the contractors employing female labour taking into consideration the value and the
period of completion of their contracts. The GEs decision in regard to the amount recoverable on
this account from any contractor shall be final and binding.

25.6 WORKING HOURS

25.6.1 The exact working hours/ days and non working days observed for the restricted area where works
are to be carried out shall be deemed to have been ascertained by the contractor before
submitting his tender. Normal hours of work for departmental staff are from 0800 hrs to 1700 hrs
on all days except on Sundays and other Gazetted holidays. No work at other than the work to be
executed in the contractor’s workshop shall be permitted to be executed out of the aforementioned
normal working hours except with the prior written permission of the GE. If such permission is
given, no liability in respect of any excess cost arising consequent thereof be accepted by the
department.

25.6.2 WORK ON HOLIDAYS

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

25.7 ACCESS TO UNRESTRICTED AREA AFTER COMPLETION OF WORKS.

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

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 122

SPECIAL CONDITIONS (CONTD…….)

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

27 CONCILIATION
Scope of conciliation

27.1.1 This is applicable to contract concluded by Zonal/Project Chief Engineer.

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

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


compensation.
(b) Disputes relating to technical examination of works
(c) Disputes relating to interpretation of the provisions of the contract with
Reference to their application to parties.
(d) Dispute relating to non-return of Schedule `B’ stores over-issued to contractor.

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

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

27.2 Commencement of Conciliation Proceedings

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

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

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

27.3 Number of Conciliators : There shall be a Sole conciliator.

27.4 Appointment of Conciliator


All disputes brought out in Clause 28.1.2 (a) to (e) herein before shall be referred to the sole
conciliator viz Serving Officer not below the rank of Superintending Engineer/ Superintending
Engineer (QS&C) having degree in Engineering or equivalent or having passed final/direct final
examination of sub division-II of Institution of Surveyors (India) to be appointed by the Engineer-in
Chief, Army HQ, New Delhi or in his absence the officer officiating as Engineer-in Chief or Director
General of Works specifically delegated by the Engineer-in-Chief in writing.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 123

SPECIAL CONDITIONS (CONTD…….)

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

28. CLEANING DOWN


Refer condition 49 of IAFW-2249

The contractor shall clean all floors, remove cement, lime or paint drops, clean joinery, glass
panels etc., Touch up all paint work and carry out all necessary items of work in connection
therewith and have the whole premises clean and tidy to the entire satisfaction of Engineer-in-
Charge before handling the items/works. No extra payment shall be admissible to the contractor
for this operation.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 124

SPECIAL CONDITIONS (CONTD…….)

29. TESTING OF MATERIALS

(i) ‘A’ Level Tests for works Costing Rs 100 Lakh and Above :- The contractor shall set
up site laboratory for testing of materials for ‘A’ level tests as listed in Appendix ‘C’ to particular
specifications. The contractor shall arrange all equipment/machines for the tests specified in
Appendix ‘C’ to particular specifications as ‘A’ level tests at his own cost with prior approval of GE.
This cost shall be included in the lump sum costs quoted by the contractor. The contractor shall
employ a competent technical representative as approved by the GE for the purpose of testing
and all such tests shall be carried out in the presence of Engineer-in-Charge. The successful tests
result thereof shall be recorded and signed jointly by the contractor and the Engineer-in-Charge.
The charges for these tests i.e. ‘A’ level tests carried out in site laboratory of the contractor shall
not be recovered. In case, the contractor fails to set up the site laboratory and the tests are carried
out in a laboratory other than departmental laboratory (CTL), the recovery rate shall be actual
payment made by GE to the concerned laboratory. However if the tests are carried out in
departmental laboratory i.e. Command Test Laboratory (CTL) .The recovery rate shall be double
the rate of tests indicated in Appendix ‘C’ to particular specifications. The following tools /
equipment are mandatory for site laboratory for ‘A’ level test:-

(a) Electronic balance 10 Kg cap-01 No (0.1 % accuracy)


(b) Balance with wt set of 5gm to 20.00kg.
(c) Sieve set 300mm dia for Coarse aggregate (size 80mm, 50mm, 40mm, 31.5mm or
25mm, 20mm, 16mm or 12.5mm, 10mm, 6.3mm, 4.75mm, 3.35mm)-01 No
(d) Sieve set 200mm dia for fine aggregate (size 4.75mm, 2.36mm, 1.18mm,
600micron, 300micron, 150micron, 75micron)-01 No
(e) Steel cube mould (size 150mm x 150mmx150mm) – 24 Nos (min)
(f) Steel tamping rod 16mm dia 300mm long-02 Nos
(g) Slump cone with steel tamping rod of 16mm dia 0.6m long- 02Nos
(h) Steel scale 300mm long – 01 No
(j) Glass/porcelain or glazed stone ware dish (square) size 180mm x 180mm x 40mm
– 03 Nos
(k) Sprit level good quality – 01No
(l) Plumb bob – 02 Nos
(m) Metal gauge to determine flakiness Index – 01 No
(n) Metal gauge to determine Elongation Index-01 No
(o) Acrylic graduated Jar – 01 No
(p) Ventilated Electric oven up to 200oC temp – 01 No
(q) Digital veneer calliper – 01 No
(r) Digital micrometer – 01 No

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 125

SPECIAL CONDITIONS (CONTD…….)

(s) Sheet metal gauge – 01 No

(t) Concrete rebound hammer – 01 No

(u) Steel tapes 3m, 5m, 20m – 01 No each

(v) Moisture meter for wood – 01 No

(w) Sand paper - 12 Nos

i. Nitrol (Nitric acid 2% & alcohol 98%) – 01 Bottle

(y) Necessary NDT tools- 01 Set

(z) Total Station- 01 No

(aa) Cube testing machine – 01 No

(ab) Le Chateliar Equipment – 01 No

“Relevant IS code shall be kept by the contractor in site laboratory”.


NOTE:

(a) Any other equipment required for ‘A’ level test though not mentioned
in the above list shall also be provided by contractor at site lab.

(b) Within 15 days of placement of work order No 1, site lab shall be established and fact
reported by the contractor to GE in writing who will verify the fact and satisfy himself of
the facilities provided. Thereafter GE shall issue a certificate to this effect in writing
listing out equipment particulars etc. of each material test. Only after issue of this
certificate by GE the tests shall be carried out and materials so approved/ incorporated
in the work.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 126

SPECIAL CONDITIONS (CONTD…….)

(ii) ‘B’ and ‘C’ Level Tests: For tests of ‘B’ and ‘C’ level as indicated in Appendix ‘C’ to
particular specifications. The contractor shall provide all facilities for testing of materials at
Command testing lab (CTL). In case of non availability of facility at CTL, GE shall permit in writing
for conducting these tests in approved laboratory. i.e. NABL Govt. approved laboratories or
National test house/Govt .Engg. Colleges. In case the tests are conducted in other than CTL, the
recovery rate shall be actual payment made by GE to the concerned laboratory. The lump
sum/rates quoted by the contractor shall be deemed to be inclusive of these tests. The contractor
shall bear the actual charges of ‘B’ and ‘C’ level tests conducted in laboratory other than CTL
irrespective of rates indicated in Appendix ‘C’ to particular specifications.. However if the tests are
carried out in department laboratory the recovery rate shall be the rates given in Appendix ‘C’ to
particular specifications.

(iii) Samples shall be dispatched under arrangements and GE/ Department. Samples may be
dispatched by specifically detailed courier, through postal dak, railways, reputed courier services
and transporters. In exceptional cases the sample may be personally collected and carried by JE
(civil) of CTL in transport provided by the GE. Expenditure incurred on this activity can be booked
to project contingency. In no case will contractor be asked to transport any sample from works site
to CTL / any other approved laboratory.

(iv) The recoveries on account of testing charges wherever applicable shall be effected from
the running account payments due to the contractor payable after completion of the respective
tests or whenever the test is due whichever is earlier.

30. RETENTION MONEY/COMPENSATION FOR DELAY


Refer condition 64 and 50 of IAFW-2249
For the purpose of calculating retention money under condition 64 of IAFW-2249, and
compensation for delay under condition 50 of IAFW-2249, the value of contract as revised by price
variation shall be taken in to account.

31. DEVIATIONS (REFER CONDITION 64 OF IAFW-2249):


Contractor’s special attention is invited to the fact that no deviation at site shall be
implemented/executed without prior written approval of deviation along with details of rates &
mode of measurement by the of competent authority (Accepting Officer/GE). It is also added that
deviation if any executed by the contractor at site without written approval, he shall be doing so at
his risk & cost. No payment for such work carried out by contractor shall be made to him in
RARs/Final Bill. In case, payment on this account is released by the MES in any of the RARs
inadvertently, MES may deduct the same at a later stage from any subsequent RARs or Final Bill
and contractor shall not have any whatsoever on this account at a later date

32. REIMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO


CONTRACT VALUE

(a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including
GST/VAT on materials, GST/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 and other levies, and
/or imposition/abolition of any new/existing taxes, duties, Royalties, Octroi and other levies shall be
made except as provided in sub Para (b) herein below.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 127

SPECIAL CONDITIONS (CONTD…….)


(b)(i) Rates of contract sum/amount shall be termed as “taxes directly related to contract value”
such as GST/VAT on works contracts, turnover tax, service 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 of receipt of
tenders. Any increase in percentage rates of “taxes directly related to contract value” with
reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the
contractor and any decrease in percentage rates of “taxes directly related to contract value” with
reference to prevailing rates on last due date for receipt of tenders shall be refunded by the
contractor to the Govt/deducted by the Govt from any payments due to the contractor. Similarly,
imposition of any new “taxes directly related to contract value” after the last due date for receipt of
tenders shall be reimbursed to the contractor and abolition of any “taxes directly related to contract
value” prevailing on last due date for receipt of tenders shall be refunded by the contractor to the
Govt/deducted by the Govt from the payments due to the contractor.

(ii) The contractors 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 there to which he may be in a position to supply. The
contractors shall also 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 authorised
representative of Government, and shall further, at the request of the GE furnish, verified in such a
manner as the GE may require, any documents so kept and such other information as the GE may
require.
(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to
contract value” shall be made only if contractors necessarily and properly pays additional “taxes
directly related to contract value” to the Government, without getting the same adjusted against
any other tax liability or without getting the same refunded from the concerned Government
Authority and submits documentary proof for the same as the GE may require.
33. FORCE MAJEURE
(a) Should any force majeure circumstances arise, each of the contracting party shall be
excused for the non-fulfilment or for the delayed fulfilment of any of its contractual obligations, if the
affected party within 15 days of its occurrence informs the other party in writing.
(b) Force majeure shall mean fires, floods, natural calamities or other acts such as war,
turmoil, strikes (as not limited to be establishment of the seller), sabotage, explosions, quarantine,
restrictions beyond the control of either party.
(c) It is under stood and agreed between the parties hereto that the rights and obligations of
the parties shall be deemed to be in suspension during the continuance of the force majeure
event(s) as aforesaid and the said rights and obligations shall automatically revive upon the
cessation of intervening force majeure event(s). The period within which the rights and obligations
of the parties shall be in suspension due to the force majeure event(s) shall not be considered as a
delay with respect to the period of delivery and/or acceptance of delivery under the contract or
otherwise the determinant of either party.
(d) Not withstanding the provisions of the immediately foregoing clause(s), it is further
understood and agreed between the parties hereto that in the event(s) of any force majeure
persisting for an uninterrupted period exceeding 06 (six) months, either party hereto reserves the
right to terminate this contract upon giving prior written notice of 30 (thirty) days to the other party
of the intention to terminate without any liability other than reimbursement on the terms provided in
this agreement of the goods received.

34. BLASTING. Blasting in any form is prohibited.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 128

SPECIAL CONDITIONS (CONTD…….)


35. SITE DOCUMENTS
35.1 In addition to the site documents which are normally maintained for works , the following additional
documents (as applicable for this work) shall be maintained at site and signed by GE / his authorised
representative and the Contractor :-
a. Sieve analysis and silt test of sand
b. Sieve analysis of stone aggregates of different sizes
c. Water absorption test of stone aggregates of different sizes
d. Impact value of stone aggregates of different sizes
e. Crushing value of stone aggregates of different sizes
f. Flakiness index of stone aggregates of different sizes.
g. Daily work register
h. Stripping test of aggregate
i. Register of materials daily arrived at site
j. Materials approved register
k. Aggregate abrasion value register
l. Cement consumption register
m. Register for soundness test
n. Register for clay, silt and impurities in aggregate test.

36. CONTRACTORS PLANT/EQUIPMENT AT SITE


36.1 The contractor shall furnish to the Engineer-in-Charge every morning distribution return of his
plants/ equipment’s on the site of work stating the following particulars: -

(i) Particulars of plants/equipment, their make, manufacturers Model No if any, Registration


No if any, capacity, year of manufacture and year of purchase etc.

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


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

(iv) Purchase value on the date of purchase. For the purpose of the condition,
plant/equipment, Vehicle No., i.e. of trucks and lorries but neither the workman's tools or
any manually operated tools/equipment shall be given. The Engineer-in-Charge shall
record the particulars supplied by the contractor in the works diary and send the return to
the GE for record in his office.

36.2 LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION :- If as a result of enemy action, the
Contractor suffers any loss or damage, the Government shall reimburse to the Contractor such
loss or damage to the extent and in the manner hereinafter provided: -
(i) The loss suffered by him on account of any damage or destruction of his plant/ equipment
(as defined in special condition (a) above) or materials or any part or parts thereof. (The
amount of loss assessed by the Accepting Officer of the Contract or the CWE in case of
contracts accepted by GE, on this account shall be final and binding).
(ii) The compensation paid by him under any law for the time being in force to any workman
employed by him for any injury caused to him or to the workman's legal successors for loss
of the workman's life.
(iii) Payment of compensation for loss or damage to any work or part of work carried out (The
amount of compensation shall be determined in accordance with condition 48 of General
Conditions of Contracts IAFW-2249). No reimbursement shall be made nor shall any
compensation be payable under the above provision unless the Contractor had taken Air
Defence Precautions ordered in writing by the GE/OC concerned or in the absence of such
orders, reasonable precautions. No reimbursement shall be payable nor shall any
compensation be payable for any plant/equipment or materials not lying on site of work at
the time of enemy action.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 129

SPECIAL CONDITIONS (CONTD…….)


38. DIGITAL RECORDS

38.1 During execution of works, records of all hidden works, deviation and important stages of work
shall be maintained using digital photography duly signed by Engineer –in -Charge, GE and
Contractor. All such records shall be submitted to higher authorities when called for and/or for
verification during finalization of DOs. These records need to be produced as proof by the
GE/AGE in case of disputes. The decision of the GE with regard to recording of part/portion or
full details of hidden works, deviation and important stages of works shall be final and binding.
In case of dispute between the GE and Contractor with regard to measurement/finalization of
DO’s (in respect of recorded works) the decision of Accepting Officer shall be final and
binding.
38.2 Contractor shall consider all such provisions in their quoting the tender and their quoted rates
shall deemed to include all the incidental expenses (direct or indirect) required for such
provisions and nothing extra will be entertained on this account.

39. DAMAGE TO EXISTING STRUCTURES, ROADS AND DRAINS ETC


39.1 Any damage to the existing structure/and existing roads etc during the execution of work shall be
made good by the contractor at his own expense. Rectification/replacement, making good and
touching
up etc. shall be carried out, conforming to the materials and workmanship originally provided and
to the satisfaction of the Engineer-in-Charge. In case of any dispute on this account the matter
shall be referred to the GE whose decision shall be final, binding and conclusive

40. CONDITIONS OF CONTRACT AND EXECUTION OF WORK


40.1 The material and workmanship shall satisfy the job specifications contained in latest relevant
Indian Standard Codes as applicable as on the date of issue of tender by the accepting 0fficer
where the job specifications stipulate requirement in addition to those contained in the Indian
standard Codes of practice, these additional requirements shall also be satisfied by the contractor.

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

42. INDEMINITY BOND FOR PAYMENT OF LABOUR, WORKMEN EMPLOYED ON WORKS OR


OTHER MONEYS OF TENDER PAYMENTS
The contractor shall execute indemnity bond with the GE for enforcement of various enactments
like
wages Act 1936, Minimum wages Act 1948, employees liability Act 1938 workmen’s
compensation Act 1923 or any other Act or enactment’s related to indirectly and directly labour
employed on works and rules framed there under from time to time for the time being enforce. In
case of non compliance of any of the enactment’s by the contractor, the GE shall be empowered
to exercise the powers vested in him as the principal employer and the amount so not paid to the
labour/workman to be deducted from the sum become due under this Contract or from other
Contracts in terms of condition 67 of IAFW-2249, General Condition of Contracts.

45. Reimbursement/Refund on Variation in Prices of Materials and Fuel

Refer Condition 63 of the General Condition of Contracts (IAFW-2249)/Re-imbursement/Refund


on Variation of Prices. The Condition 63 of General Conditions of Contract shall be deemed to be
modified to the extent mentioned hereinafter. Increase or decrease in prices of Cement, steel
and other materials shall be adjusted on the basis stipulated hereinafter irrespective of the actual
variation in prices (to the contractor).

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 130

SPECIAL CONDITIONS (CONTD…….)

(a) Cement: The cement cost component for the contract as a whole shall be taken as Kc% of
the value of works executed under the contact. Accordingly value/cost of cement consumed in
the work as well as the lying at site for which reimbursement/refund is applicable shall be:
Vmc =(Kc x Vg) = Vc
100
Variation in prices of cement shall be worked out by applying the following formula:-
EMc + (Vmc2-Vmc1) x (C1-C0)
C0
EMc = Variation in prices of cement to be adjusted

Kc = Constant representing the percentage cost iof Cement as compared to the value of work
under the contract as a whole. The value of Kc for this work shall be 10% (ten percent) only.

Vg = Amount of work done priced at contract rates up to for the last date of the period of
reckoning excluding amount payable to the contractor towards items on star rate and PC sum.

Vc= Cost of all cement lying at site for incorporation in the work excluding cement issued under
Schedule ‘B’ and excluding cement brought and paid or payable to contractor under Prime Cost
Sum and/or Star Rate(s).

C1 = Wholesale Price Index for Cement(Base Year 2011-12=100) published by Economic


Adviser to the Government of India as on the date of commencement of the period of reckoning .
In case the original contract period is extended under condition 11 of General Condition of
Contracts (IAFW-2249), the price Index as applicable on the date of commencement of the last
period of reckoning before the original completion date (s) (phase wise except where phasing
has been done only for sample quarters/block) shall only be applicable during the extended
period. If phasing has been done for only sample quarter/sample block, the price index as
applicable on the date of commencement of the last reckoning period before the original
completion date of the project as a whole shall only be applicable during the extended period.

C0 = As per C1 but the index as on the last due date of Bid submission, In case of tenders for
specialist works made in two parts viz “T’ and “Q’, C0 shall be as on date of opening of “Q” bid.

Note : C0 & C1, shall be based on type of cement to be used in the work after verifying, for which
wholesale price Index is published by Economic Adviser to the Government of India.

VMC2 = Amount of cement up to the last date of the period of reckoning for which variation is
adjustable as worked out as per formula for VMC.

VMC1 = As per VMC2 but as on date of immediate preceding period of reckoning.

(b) Steel : The steel cost component for the contract as a whole shall be taken as Ks% of
the value of works executed under the contract. Accordingly value/cost of steel consumed in the
work as well as that lying at site for which reimbursement/refund is applicable shall be
VMS = (Ks x Vq) + Vs
100
Variation in prices of steel shall be worked out by applying the following formula:-

EMs = (VMS2 –VMS1) x (S1-S0)


S0
(Signature of Contractor) (For Accepting Officer) Contd/-...
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 131

SPECIAL CONDITIONS (CONTD…….)

EMs = Variation in prices of steel to be adjusted.

Ks = Constant representing the percentage cost of steel as compared to the total value of work
under the contract as a whole. The value of Ks for this work shall be 27% (twenty seven
percent) only.

Vs = Cost of all steel lying at site for incorporation in the work excluding steel issued under
Schedule ‘B’ and work excluding steel brought and paid or payable to contractor under Prime
Cost Sum and / or Star Rate(s).

S1 = Wholesale Price Index for Mild Steel (Long Products) (Base Year 2011-12=100) published
by Economic Advisor to the Government of India as on the date of commencement of the period
of reckoning. In case the original contract period is extended under Condition 11 of General
Condition of Contracts (IAFW-2249), the Price Index as applicable on the date of
commencement of the last period of reckoning before the original completion dates(s) (phase
wise except where phasing has been done only for sample quarter/block) shall only be
applicable during the extended period, If phasing has been done for only sample quarter/sample
block, the price index as applicable on the date of commencement of the last reckoning period
before the original completion date of period as a whole shall only be applicable during the
extended period.

S0 = As per S1 but the Index as on the last due date of Bid Submission. In case of tenders for
specialist works made in two parts vix “T” and “Q”. So shall be as on date of opening of “Q” Bid.

VMS2 = Amount of steel up to the last date of the period of reckoning for which variation is
adjustable as worked out as per formula for VMS.

VMS1 = As per VMS2 but as on date of immediate preceding period of reckoning.

(c) Other materials (except Cement & Steel) : The material cost component except
cement & steel for the contract as a whole shall be taken as K0M% of the value of works
executed under the contract. Accordingly value/cost of other materials consumed in the work as
well as that lying at site for which reimbursement/refund is applicable shall be:
VM = (KOM x Vq) + (VOM – VB)
100
Variation in Prices of materials (except cement & Steel) shall be worked out by applying the
following formula:-

EM = (VM2-VM1) x (W 1-W0)
W0

EM = Variation in prices of material to be adjusted except cement & steel.

KOM = Constant representing the percentage cost of other material except cement & steel as
compared to the total value of work under the contract as a whole. The value of Ks for this work
shall be 21%(twenty one) only.

Vg = Gross value of work done at contract rats upto the last date of period of reckoning
excluding amount payable to the contractor towards items on Star Rate and PC sum.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 132

SPECIAL CONDITIONS (CONTD…….)

VOM = Value of all materials (Except cement & steel) lying at site for incorporation in the work
including materials (except cement & steel) issued under schedule ‘B’ and including materials
(except cement & steel) brought and paid or payable to contractor under Prime Cost Sum and /
or Star Rate (s).

VB = Value of all materials (out of VG and VOM) (Except cement & steel) issued under schedule
‘B’ plus value of all materials (except cement & steel) brought and paid or payable to contractor
under Prime Cost Sum and / or Star Rate (s).

W1 = Wholesale Price Index for All Commodities (Base Year 2011-12=100) published by
Economic Advisor to the Government of India as on the date of commencement of the period of
reckoning. In case the original contract period is extended under Condition 11 of General
Condition of Contracts (IAFW-2249), the Price Index as applicable on the date of
commencement of the last period of reckoning before the original completion dates(s) (phase
wise except where phasing has been done only for sample quarter/block) shall only be
applicable during the extended period, If phasing has been done for only sample quarter/sample
block, the price index as applicable on the date of commencement of the last reckoning period
before the original completion date of period as a whole shall only be applicable during the
extended period.

W 0 = As per W1 but the Index as on the last due date of Bid Submission.

VM2 = Value of material (except cement & steel) up to the last date of the period of reckoning for
which price variation is adjustable as worked out as per formula for VM.

VM1 = - do - but as on date of immediate preceding period of reckoning.

Note :-

1. No adjustment, whatsoever, due to variation in prices of materials on account of coming


into force of any fresh law or statutory rule or order as provided in Condition 63 of IAFW-2249 or
otherwise than provided in this condition shall be made.

2. No adjustment in prices shall be made for any work done with materials brought at site
after the original date of completion of the work as mentioned in work order No 01 under contract
except as contemplated under definition of C1, S1 and W 1 here-in-before.

3. Periodicity of working out the escalation on account of variation in prices will be three
months. The last calculation shall however be done for the value of work at contract rates and
materials lying at site for incorporation in the work as on date of completion or extension thereof
as mentioned in Note 2 above. Valuation of RARs is to be timed in such a manner that relevant
date required for quarterly calculation under this condition is available from RARs. In case on
these date No RAR is preferred by the contractor, dummy RAR would be prepared & shall be
kept on record duly technically checked and audited. Amount payable relevant to work done and
materials collected in quarter will be worked out after firm whole sales price indices for the
relevant quarter is worked out, the same shall be adjusted as and along with advance on account
payment in the subsequent RAR(s).

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 133

SPECIAL CONDITIONS (CONTD…….)

4. Any dispute arising out of interpretation or application of this Special Condition shall be
referred to the Accepting Officer whose decision shall be final and binding.

5. For the purpose of calculation of retention money liquidated damages, GST on works
contracts, deduction of income tax at source and recovery of water charges (in case of un
metered supply) the value of contracts as revised by the above price variation will be taken into
account.

6. In cases, where value of VM2 –VM2 works out to minus on account of higher utilisation of
schedule ‘B’ stores (i.e. value of Sch ‘B’ stores under contract as a whole is higher than KOM
value) and the reimbursement on account of variation in prices of materials (except Cement &
steel) works out to be negative in spite of the Wholesale Price Index for All Commodities
published by Economic Adviser to Government of India going up from W 0, reimbursement on
account of variation in prices of materials shall be treated as “Nil”.

(d) Fuel :- Fuel cost component for the contract as a whole shall be taken as KP% of the
value of work.
(KP X VG1) (F1 – F0)
EP = ––––––––– X –––––––––
100 F0
Where, EP = Variation in price of fuel to be adjusted.
KP =Constant representing the percentage cost of fuel compared to the total value of work under
the contract as a whole. The value of KP for this work shall be 2% (two percent) only.

VG1 = Gross value of work done during the period of reckoning using values of VG for
Calculating VM1 and VM2.

F1 =wholesale price index for sub group for fuel, power, light & lubricants (Base year 2011-12
=100) published by Economic Adviser to Government of India as on the date of commencement
of the period of reckoning.

F0 = As for F1 but the index as on the bid submission end date.

46. REIMBURSEMENT/REFUND ON VARIATION IN PRICES–WAGES OF LABOUR


Refer Condition 63 of the General Conditions of Contracts (IAFW-2249)/ Reimbursement/Refund on
Variation of Prices. The Condition 63 of the General Conditions of Contracts shall be deemed to be
modified to the extent mentioned hereinafter. Increase or decrease in prices consequent on variation in
wages of labour shall be adjusted on the basis stipulated hereinafter irrespective of the actual variation in
prices- wages of labour to the contractor.

Labour: The labour component for the work under the contract as whole shall be taken as KL of the value
of the work executed under the contract. Variation in labour wages shall be worked out by applying the
following formula :
KL L1 – L 0
EL = ––– x VG1 x ––––––
100 L0
Wherein,
EL = Variation in wages of Labour reimbursement to be made to the Contractor or refund to be made by
the Contractor.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 134

SPECIAL CONDITIONS (CONTD…….)

KL = Constant representing the percentage cost of labour element as compared to the total value of the
work under the contract as a whole. The value of KL for the work shall be 21% (in words twenty one
percent)

VG1 = Gross value of work done at contract rates during the period of reckoning less value of work paid or
payable to the Contractor based on actual cost (e.g. star rate(s), work executed under prime cost sum etc )
during the period of reckoning.

L1 = Minimum wage in rupees of an unskilled adult male mazdoor as fixed under any law, Statutory rule or
order as on the date of commencement of the period of reckoning.

L0 = As for L1 but the minimum wage in rupees of an unskilled adult male mazdoor as on the bid
submission end date. If labour wage on the bid submission end date is increased afterward with
retrospective effect, value of L0 shall be fixed keeping in view the following aspects:-

(a) If the increase/decrease in wages of labour are made known to the public by any means of media
before the bid submission end date but the same is officially notified thereafter giving retrospective effect,
the value of “L0” shall be as per notification though made subsequently.

(a) If a net-wage comprises a fixed basic wage and the living allowance revised from time to time
based on Consumer Price Index (CPI) and increased CPI is made known to the public by any means
before the bid submission end date, the “L0” will be revised wage corresponding to revised CPI, though the
formal notification for the net-wage (considering the revised living allowance corresponding to revised CPI)
is made subsequent to bid submission end(c) In case the labour enforcement officer makes the
announcement before the bid submission end date but Gazette Notification is made subsequently making
wages applicable with retrospective effect, the value of “L0” shall be as per Gazette Notification though
subsequently made.

(b) If the increase/decrease in wages of labour is notified/announced subsequent to the bid submission
end date with retrospective effect without making the same publicly known by means of publicity/media
prior to the bid submission end date, then the value of “L0” shall be as per wage known at the time of bid
submission end date.

Notes
1.The contractor shall within a reasonable time of his becoming aware of any alteration to the payment of
wages of labour consequent on fixation of minimum wages under any law, statutory rule or order, 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.

2. Irrespective of the variation in minimum wages for any category of labour, for the purpose of adjustment
under this Special Condition, the variation in minimum wage fixed under any law, statutory rule or order for
an unskilled adult male mazdoor, if any, shall only form the basis.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 135

SPECIAL CONDITIONS (CONTD…….)

3. Periodicity of working out the variation in wages of labour will be three months commencing from the bid
submission end date. The last adjustment for variation in wages of labour shall however, be done for the
period upto the date of completion or extended date of completion. Valuation of price adjustment due to
increase/decrease in minimum wages under any law, statutory rule or order for the purpose of making
reimbursement/refund in RARs, will be timed in such manner that relevant data required for quarterly
calculation under this Special Condition is available from the RARs. The first price adjustment in respect of
variation in wages of labour will be worked out for the relevant quarter during which alteration to the wages
of labour took place. For implementing this provision, the period of reckoning in such quarters will have to
be divided into two periods ie the first period up to the RAR payable immediately after the date of variation
and the other up to the end of the quarter. Value of L1 at the beginning of the other period shall be the
altered wage. If there is more than one change in wages in a quarter, there will be more than two periods
of reckoning on a similar basis. Amount payable relevant to work done for any quarter will be worked out
after the minimum wage of an unskilled adult male mazdoor as fixed under any law, statutory rule or order
for the relevant quarter is available. Once the amount adjustable for any quarter is worked out, the same
shall be adjusted in subsequent RAR as “advance on account” adjustments along with adjustment for
‘Materials’ and ‘Fuel’.

4. No adjustment in prices shall be made for any work done after the due date of completion or extended
date of completion on account of extension of time granted under Condition 11 of IAFW-2249 (whichever is
later) for the work under the contract.

5. No adjustment, whatsoever due to variation in wages of labour on account of coming into force of any
fresh law or statutory rule or order as provided in Condition 63 of IAFW- 2249 or otherwise, than provided
in this Special Condition shall be made.

6. Any dispute arising out of interpretation or application of this Special condition shall be referred to the
Accepting Officer whose decision shall be final and binding.

7. For purposes of calculation of retention money, liquidated damages, GST on works contract, deduction
of income tax at source and recovery of water charges (in case of unmetered supply) the value of contract
as revised by the above price variation will be taken into account.

AAD (CONTRACTS)

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 136

PARTICULAR SPECIFICATIONS
1. GENERAL

1.1 The following particular specification shall be read in conjunction with the General Condition of
Contracts IAFW-2249 including errata/amendments thereto. If any provision in these particular
specifications is at variance with that of the aforesaid documents, the specification given here-
in-after shall be deemed to take precedence thereover.

1.2 The work under this contract shall be carried out in accordance with Schedule of work.
Special condition particular specifications, General specifications. and other provisions in MES
Schedule SSR 2009 (Part I) and 2000 (Part II).

1.3 The term ‘General Specifications’ referred to here-in-before as well as referred toin
IAFW 2249 (General Conditions of Contract) shall mean the specifications contained in MES
MES SSR 2009 (Part I) and 2000 (Part II).

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

1.5 Particular Specifications given hereinafter are in brief and are meant onlyto
Particulars amend and emphasize the specifications given in MES Schedule. In respect of such
items of works for which particular specifications are not given, the specifications as given in
MES schedule and relevant ISS shall be followed.

2. SAMPLES OF MATERIALS AND INDIAN STANDARDS

2.1 In case where materials are specified to conform to samples the tenderer is advised to inspect
samples of the materials which are displayed in the office of the GE before submitting his
tender. The tenderer shall be deemed to have inspected the samples and satisfied himself
coast other nature and quality of material she is required to incorporate in the work irrespective
of whether he has actually inspected them or not. The material stobe incorporated in the work
by the contractor, shall conform to or shall be superior in quality to the sample displayed and
shall comply with the specifications given here in after.

2.2 Samples of the materials will be supplied by the contractor to GE for his approval within four weeks
of issue of work order No.1. The contractor after obtaining written approval of samples from GE
shall obtain/materials from the approved manufacturer or through their authorized distributor only.
As a proof that then particular equipment/material is obtained from the manufacturer or his
authorized dealer, the contractor shall produce such evidence to the satisfaction of GE. The
materials shall be brought at site with maker’s original packing with sealint act.

2.3 The contractor shall proceed with the work only, after approval of samples in writing by the GE and
approved samples shall be labeled as such as signed by both contractor and GE and kept in
custody of the GE, till the final completion of the work.

2.4 The contractor shall procure materials from following sources:-


(a) Local materials - Materials as listed in Appendix ‘A’ to particular specifications.

(b) ISI marked materials - From any make / brand listed in Appendix B’ to Particular
Specifications after getting sample approved from GE.

(c) Items not covered in Appendix - Written approval of GE & BIS certification A’&‘B to Particular
Specifications,

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 137

PARTICULAR SPECIFICATIONS (CONTD……)

2.5 For ISI marked materials, contractor shall download list of manufacturers having valid BIS
licence from www.bis.gov.inand propose name of one manufacturer out of this list to Engineer-
in-Charge, who will process it to GE for approval after verification from BISsite.

2.6 Where no licensee exists for a particular item as per BIS web site, GE will permit procurement
of materials conforming to IS from manufacturer to be decided byGE.

2.7 All arrangements including labour, material and equipment required for testing shall be made by
the contractor and no extra shall be admissible to him on this account since his quoted rates
are deemed to include for these.
2.8 The contractor shall not procure bulk materials unless the sample of each article is approved in
writing from GE.

2.9 All equipment and material to be incorporated in the work shall be best of their quality and kind
and conforming to latest IS.

3. EXCAVATION AND EARTHWORK

3.1 EXCAVATION IN TRENCHES AND OVER AREAS


Excavation shall be carried out as described in MES SSR Part-I.

4. MATERIALS

4.1 FLY ASH BRICKWORK

4.1.1 The pulverized fly ashlime bricks shall conform to IS-12894 (Specifications for
pulverized fly ash lime bricks). The bricks shall be sound, compact and uniform in
shape and colour. Bricks shall have smooth rectangular faces with free lime and
organic matter. The bricks shall be hand or machine moulded. General requirement
tolerance, materials, physical characteristics sampling and criteria for conformity etc
shall be compiled as per IS : 12894. Fly ash shall conform to grade 1 or grade 2 of
IS:3812. Specifications for fly ash for use as pozzolana and admixture (Fixture
revision). The pulverized fuel ash lime brick shall be crushing strength 75kg/cm2
(minimum).

4.1.2 One brick walls (230mm) shall be built in cement and sand mortar (1:6) and half brick
(115mm) wall shall be built in cement and sand mortar (1:4).

4.1.3 Brick shall be procured from any of manufacturer listed as member of FLY ASH
BUILDING MATERIALS MANUFACTURER (FABMAS) as approved by the GE. Fly
ash bricks shall be manufactured through fully automatic machine/plant.

4.1.4 Testing of brick shall be as per IS : 3495. Frequency of tests as given in Appendix ‘C’
to particular specifications shall be applicable for testing of pulverized fuel ashlime
bricks.

4.1.5 The chemical composition test report of fly ash bricks shall be submitted by the
contractor before incorporation of fly ash bricks in the work. GE may also carry out
chemical composition test from NABL approved Govt Lab/Govt Engineering
College/NITs/CTL.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 138

PARTICULAR SPECIFICATIONS (CONTD……)

4.2 FINE AGGREGATE

4.2.1 Fine aggregate (sand) for concrete work shall conform to materials specifications and
grading within the limits of grading Zone I to III as specified in Clause 4.4.7.2 to 4.4.6 and
4.4.7.2 of MES SSR Part I.

4.2.2 Fine aggregate (Sand) for plastering/pointing work, shall conform to the materials,
specifications and gradings specified in clause14.5 of MES SSR PartI.

4.2.3 Fine aggregate (Sand) for mortar, for brick work stones, Masonry work and all other work,
shall be as specified in clause 5.4 of MES SSR PartI.

4.2.4 Fine aggregate (sand) shall be washed if deleterious materials are beyond the limits as
specified in the IS. Fine aggregate (Sand) for filling around foundation and the lime may be
unwashed and unscreened sand as directed by Engineer-in-Charge.

4.3 COARSE AGGREGATE


(a) Coarse aggregate (stone aggregate) for all cement concrete work such as PCC/RCC
shall be of approved quality all as specified in clause 4.4.1 to 4.4.7 of MES SSR Part I.
Mixture of two types of stone aggregate from different sources shall not beused.

(b) Coarse aggregate (Stone) 20 mm and below shall be machine crushed and above 20
mm may be handbroken.

(c) Grading of coarse aggregate (stone)unless specified otherwise in the specification


hereinafter in various location/work shall be as specified in MES SSR PartI.

(d) Coarse aggregate for lime concrete shall be brick aggregate as specified in clause 4.5 of
MES SSR PartI.

4.4 Water – Water shall confirm to clause 4.9 of MES SSR Part I.

4.5 Cement shall of all as specified here in after.

4.5.1 GENERAL

4.5.1.1 Type of cement for the subject work shall be Ordinary Portland cement of Grade 43 (Forty
three) in accordance with IS – 8112 of 1989 or Portland Pozzolana cement (IS : 1489 –
1991).. Mixing of OPC & PPC shall not be allowed in the work and also use of OPC and PPC
shall not be permitted in the same building except for plaster and mortar.

4.5.1.2 While using the PPC, following requirements shall be met with by the contractor:-
(a) PPC shall meet the strength criteria of 43 Grade OPC as laid down in IS 8112–1989.

(b) The minimum period before striking form work given in clause 11.3.1 of IS: 456 –
2000 and period of curing shall be suitably increased at site by the GE. The contractor
shall not claim anything extra on this account.
(c) The contractor shall submit the following certificate from the manufacturer of the
cement for every batch of cement.
(i) The quality of fly ash is strictly as per IS 1489 (Part–I)–1991.
(ii) Fly ash is inter – ground with clinker and not mixed with clinker.
(iii) Dry fly ash is transported in closed containers and stored in silos. Only pneumatic
pumping has been used.
(iv) The fly ash is received from thermal power plant using high temperature combustion
o
above 1000 C has only been used.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 139

PARTICULAR SPECIFICATIONS (CONTD……)

4.5.2 PROCUREMENT AND TESTING OF CEMENT:

4.5.2.1 All cement required for completion of this contract shall be procured by the contractor, under
his own arrangement direct from the manufacturers as listed in Appendix ‘B’ to particular
specifications. Particulars of the manufacturer of cement along with date of manufacture
shall be furnished by the Contractor to GE for every consignment of cement separately.

4.5.2.2 In case estimated requirement of cement is less than 1200 bags, contractor can procure
cement from the authorized distributors/dealers of the approved firms. However, contractor
shall have to submit test certificate for the batch issued by the firm. Independent testing of
cement shall be at the option / discretion of the Garrison Engineer, if factory test certificates
are produced by the contractor. In case the contractor does not produce the factory test
certificate, the testing of cement by Garrison Engineer shall be mandatory. However, the
testing shall be restricted to IS – 4031 (method of physical test for hydraulic cement) only.
The GE shall ensure that cement accepted should not be more than two months old. The
week / date of manufacture of cement is always printed at the bottom end of the cement
bag. The marking of manufacturing date of cement bag is of peculiar nature and all
concerned officials are required to clearly understand the method of marking.

4.5.2.3 The contractor shall furnish the particulars of the manufacturer of cement alongwith the date
of manufacture to the Garrison Engineer for every lot of cement separately. The cement so
brought shall be fresh and in no case older than 60 days from the date of manufacture. The
GE shall verify the documents in support of the purchase of cement. Before placing order for
supply of cement by the contractor he shall obtain written approval from the GE regarding
name of manufacture, quantity of cement etc. Cement shall be procured for minimum
requirement of one month and not exceeding the requirements of the same for more than
two months at a time. The cement shall be consumed in the work with in three months after
receipt. Cement shall conform to the requirement of IS specification and each bag of cement
shall bear relevant ISI mark. The weight of each consignment shall be verified by the
Engineer–in-Charge and recorded. The content of cement shall be checked at random to
verify the actual weight of cement per bag. However, the content per bag shall be checked
at random to verify the actual weight of cement per bag. However, the content per bag shall
be 50 Kg only subject to tolerance given in clause 9.2.1.1 and Annexure ‘B’ of IS – 8112
of1989.

4.5.2.4 TESTING :

4.5.2.4.1 The manufacturer is required to carry out inspections and testing of cement in accordance
with the relevant BIS provisions. The contractor shall submit the Manufacturer’sTest
Certificate in original along with the test sheet giving there sult of each physical test as
applicable and chemical composition of the cement or authenticated copy thereof duly
signed by the manufacturer, with each consignment. The Engineer-in-Charge shall record
these details in the cement Acceptance/Rejection Register as appended here in below after
due verification.

4.5.2.4.2 The GE shall organise independent testing as per IS-3535 (method of sampling hydraulic
cement) and IS-4031-1995 (Method of Physical test for hydraulic cement) and IS-4032-1985
(Methods of chemical analysis of hydraulic cement) of random sample of cement drawn
from each lot of the consignment from the National Test House, SEMT Wing CME, Regional
Research Laboratories, Govt Engineering college ,IITs, MES zonal laboratories and
National Institute ofTechnology.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 140

PARTICULAR SPECIFICATIONS (CONTD……)

4.5.2.4.3 The contractor shall make available required quantity of cement and other facilities for
testing of cement by GE as specified here-in-before and shall bear the cost of cement and
testing thereto irrespective of whether sample passes or fails. GE shall make payment to the
testing house lab and direct the contractor to deposit the amount in Govt. treasury in favour
of GE concerned and submit the treasury challan to the GE within 10 days of the letter
issued by the GE for payment of cost of testing of cement. If contractor fails to do so,the
testing charges shall be recovered from the dues of the contractor.

4.5.2.4.4 The required quantity of samples of the cement shall be taken in two polyethylene bags and
sealed by the Engineer-in-Charge in the presence of representative of the contractor. The
seal shall be authenticated both by the Engineer-in-Charge and representative of the
contractor. Out of two samples, one sample shall be sent for testing and other retained by
GE in his office. Record of these samples shall be kept by Engineer-in-Charge in the register
and copy of the same shall be sent to GE/CWE by him forrecord.

4.5.2.4.5 Cement brought by the contractor shall be allowed to be incorporated in the work after
satisfactory test results of sample sent for testing. GE shall inform the contractor about the
test results and permission to incorporate in the work in writing. GE shall ensure that word
“pass” is embossed on both sides of the cement bags of lot, which has been found as per
specification as per test result. The cost of embossing as indicated herein above shall be
borne bycontractor.

4.5.2.4.6 In case the sample got tested by the GE from the institutions/laboratories, mentioned here in
before fails, the concerned lotof cement shall stand rejected. The GE shall embossa mark‘X’
on both sides of each bag of the rejected lot. The cost of embossing shall be borne by
contractor. The GE will inform the contractor in writing about the test result and direct him to
remove the rejected cement from the site of works within two days of the order by the GE.
Contractor shall have no claim whatsoever on account of rejection and removal ofcement.

4.5.2.4.7 It shall be the responsibility of the contractor to arrange cement well in advance, to facilitate
it’s testing before use in the work. The contractor shall submit the programme of procurement
of cement to the GE before the date of commencement of the work indicating date of
procurement and quantity.

4.5.3 STORING:

4.5.3.1 The contractor shall store the cement at site in a covered leak proof godown with locking
arrangement, over a dunnage at least 20 cm high, in such a manner as to prevent
deterioration due to moisture or intrusion of foreign matter. In case of store rooms, the stack
shall be at least 20cm away from the floor sand walls. The stacking of cement shall not be
more than 10 bags high. The cement so stored shall be inspected by the (JE Civil) and the
rep of the contractor once in a day to ensure that cement is not affected by moisture or by
any other means. Engineer-in-Charge shall make such inspections once in a month. In
addition to the inspection, the Engineer-in-Charge shall attach a certificate with every RAR
that cement Is stored as per the above provisions and is safe. The tested and untested
cement shall be segregated and stored separately with distinct identification.

4.5.3.2 The cement godown shall be provided with two locks on each door. One lock by the GE and
other lock by the contractor shall be provided. The keys of the lock provided by the GE at
each door shall remain with Engineer-in-Charge or his representative and that of the other
lock with the contractor’s authorized
agentatsiteofworksothatcementisremovedfromthegodownonlyaccordingtothedailyrequirement
with the knowledge of both theparties.

4.5.3.3 Procurementofcementshallbemadeinphasedmannertoavoidstorageforlongduration.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 141

PARTICULAR SPECIFICATIONS (CONTD……)

4.5.4 DOCUMENTATION

4.5.4.1 The contractor shall submit original vouchers, test certificates and test sheets from the
manufacturer/producers for the total quantity of cement supplied under each consignment to
be incorporated in the work. The GE alongwith the relevant documents before sample is taken
for the testing shall inspect all consignments received at the work site. The original vouchers
and test certificates(original/authenticated) shall be defaced by the Engineer-in-Charge and
kept on record in the office of the GE duly authenticated and with cross reference to the
control number recorded in the cement acceptance/rejection register. The cement
acceptance/rejection register shall be signed by (JE Civil), Engineer-in-Charge, GE and the
Contractor. The Accepting Officer may order a Board of Officers for verification of connected
documents produced by the contractor. The entire quantity of cement shall also be recorded
in the measurement book(not to be abstracted) for record purpose before incorporation in the
work and shall be signed by the Engineer-in-Charge and thecontractor.

4.5.4.2 Recordofcementbroughtbythecontractorshallbemaintainedonthefollowingformat:-

CEMENT SUPPLY/ACCEPTANCE FORM

1. CA No & Name ofWork


2. ControlNo*
3. Name of Manufacture/Brand Name/Gde ofCement
(A) Manufacture (b)Brand (c)Grade
4. Qtyofcement&lotNo/WeekNo(inBags):(Qty (b) Lot No/WeekNo
5. Manufacturer’stestcertificatesNo
6. Random Test Details (a) Physical test report from vide their letter No (Name of
approved Lab/EnggCollege)
(b) Chemical testreportfrom vide theirletterNo (Name of approved Lab/EnggCollege)

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 142

PARTICULAR SPECIFICATIONS (CONTD……)

7. Details of Physical & Chemicalproperties

Physical Requirements (As per IS Chemical Requirements (As per IS 4032


4031
Compressive strength (MPA)
Specific Surface (M /Kg)
Soundness by Le Chateliar
Soundness by Auto Clave
Initial Setting time (Minutes)
Final Setting Time (Minutes)

Temp during testing C


Standard Consistency (%)

Lime Saturation Factor (Ratio)

Alumina iron Ratio (Ratio)

Insoluble Residue (%)

Magnesium (%)

Sulphuric Anhydride (%)


Loss on ignition (%)

Alkailes (%)
Chlorides (%)
03 Days
07 Days
28 Days
2

As per
relevantIS

As per
manufacture
r’s test
certificate

As per
random
test
certificate

RemarkswithSignature Accepted/Rejected

Contractor JuniorEngineer Engineer-in-Charge Garrison


Engineer Remarks of BOO/InspectingOfficer/CWE
*To be allotted serially by GE consignment wise.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 143

PARTICULAR SPECIFICATIONS (CONTD……)

4.5.5 REQUIREMENT OF CEMENT:


4.5.5.1 Requirement of cement to be incorporated in the work under this contract (except for design
mixes) shall be calculated on the basis of the cement constants as circulated by Engineer-in-
Chief’s Branch, Army HQ, New Delhi. The quantity of cement required shall be checked jointly
by the Engineer-in-Charge and thereof the contractor at different stages of work and recorded
in the cement registers which shall be checked at the time of payment of RAR.

5.1. Type of concrete


5.1.1 Cement ordinary Portland, Portland pozzolana or Portland slag cement shall be procured by
contractor.

5.1.2 The periodicity of striking of the form work and curing for works with ordinary Portland cement
or Portland slag cement shallbe as stipulated in clause 10.3 and 12.5 of IS-456 of 2000.
5.1.3. Type of concrete for all RCC/PCC work shall be as indicated in respective item of schedule ‘A’
5.2 NOMINAL MIX:
Wherever nominal mix concrete is specified, it shall be as per IS-456. The periodicity of mix
design and other tests on materials/mix shall be as decided by the GE.

5.3 MIXING OF CONCRETE:

Refer Clause 4.11.5 of MES MES SSR Part I. All cement concrete, both plain and reinforced
shall be mixed in mechanical mixer of approved type. However, in exceptional cases involving
small quantity (i.e., the quantity of concrete required being less than one batch of mix), the
contractor, may, after prior written permission of the GE adopt hand mix.

5.4 BATCHING OF CONCRETE:

(a) For nominal mix and design mix in proportioning the concrete mix the quantity of both
cement and aggregates shall be determined by weight. Water shall be either measured by
Volume in calibrated tanks or measuring equipment. All measuring equipment shall be kept in a
clean serviceable condition and their accuracy checkedperiodically.

(b) In case of nominal mix, if uniformity in the materials used for concrete mixing has been
established, the proportioning may be done, if so permitted by GE in writing, by volumetric
batching, provided periodic checks are made on weight volume relationship of thematerials.

(c) Also the provisions as in Clause 4.11.3.2 to 4.11.3.5 of MES SSR Part I shall be followed.

5.5 FINISH TO CONCRETE SURFACES:


5.5.1 Refer clause 4.11.16.1, 4.11.16.2(b),(c),(d) & (e) and 4.11.16.3 of MES SSR Part I. Form work
shall be such that thickness of plaster in cement and sand mortar (1:3) as specified in clause
4.11.16.2(b) of MES SSR Part I, shall not be increased in excess of as specified here-under to
achieve fair and even surface.

5.5.2 Exposed surfaces of RCC columns, beams, lintels, bands etc which are continuous/continuous
with plastered surfaces of walls shall be plastered and finished in the same specifications as for
adjoining wall surfaces.
5.5.3 Unless otherwise specified ,exposed surfaces of RCC chajjas, cantilevers, and the like
(bottomside) soffits of RCC slabs and soffits and sides of beams, sides of isolated columns,
shelves,RCC parapets,fins/fascia and the like and RCC walls shall be plastered not less than
5mm thick with cement and sand mortar (1:3) and finished as specified in item of schedule
ofworks.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 144

PARTICULAR SPECIFICATIONS (CONTD……)

5.6 REQUIREMENT OF CEMENT:

(a) Requirement of cement to be incorporated in the work under this contract (except for
design mixes) shall be calculated on the basis of the cement constants as circulated by
Engineer-in-Chief’s Branch, Army HQ, New Delhi.

(b) The quantity of cement required shall be checked jointly by the Engineer-in-Charge and
the rep of the contractor at different stages of work and recorded in the cement register which
shall be checked at the time of payment of RAR

6. FORM WORK:

(a) Form work shall be of steel plates/sheets & steel props for concrete work shall have adequate
strength and rigidity to safely withstand forces due to pouring and compaction of concrete. The
entire form work shall be designed to with stand most adverse combination of deadload, live
load construction loads (includingimpact load effect of vibrations, compaction, fluid, pressure of
concrete) and wind load. The joints / junction of form work shall be appropriately sealed to avoid
leakage of slurry paste from concrete when poured. All form work including supports/props,
scheme of erection and removal of form work shall be approved by GE.

(b) The stripping time for formwork shall be as perIS-456.

8 STEEL AND IRONWORK


8.1 QUALITY AND GRADE OF STEEL: - The steel to be used in the work shall be of quality and
grade as specified in schedule work and here inafter.

8.1.1 REINFORCEMENTSTEEL
Irrespective to what ever grade has been mentioned in drawings and/or in tender documents,
reinforcement steel shall be high strength deformed steel bars produced by Thermo
Mechanical Treatment (TMT) process and of grade Fe 500D meeting all other requirement of
IS:1786.

8.1.2 STRUCTURAL STEEL E-250 (FOR DYNAMICLOADING)


Definition of structural steel as given in clause 10.4.1 of MES SSR Part-I shall be applicable.
Steel shall be Grade E 250 (Fe - 410W) quality `A’ ISI marked (IS-2062).

8.1.3 STRUCTURAL STEELE-165


Structural steel Grade E165 (Fe-290) ISI marked (IS-2062) shall be used for general purpose
such as chowkhat, guardbars, holdfasts, gate, grills, handrails, fencing posts, tie bar set call as
specified in clause No 10.4.2 of MES SSR Part-I.

8.1.4 GI SHEETS AND FABRIC REINFORCEMENT


(a) GI sheets (plain and corrugated) shall be ISI marked (IS : 277-2003 : Sixth Revision). GI
sheets shall be of Gde `O’ (classified based on grade of raw material). Unless otherwise
specified, thickness and grade of zinc coating shall be 0.63mm and 275 gm/sqm (minimum )
respectively. For CGI sheets, the depth of corrugation shall be 12.5mm and pitch of corrugation
75mm (Grade `B’ as per IS-277: 2003 – Sixth Revision).
(b) Fabric reinforcement for concrete shall be ISI marked (IS-1566).
8.2 PROCUREMENT OFSTEEL
8.2.1 REINFORCEMENT STEEL
TMT steel bars of all size shall directly be procured from storage depots of make listed in
Appendix‘B’ (up to scheduled date of receipt of tender) and not from their authorized dealers.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 145

PARTICULAR SPECIFICATIONS (CONTD……)

8.2.2 STRUCTURAL STEELE-250


Structural steel sections shall directly be procured from the storage depot of primary producer
listed in Appendix ‘B’ to particular specifications or other primary structural steel producers
approved by E-in-C’s Branch (up to scheduled date of receipt of tender) not from their
authorised agent/ dealers.
However, in case of non-availability of any sections of structural steel with above said
producers, same shall be procured from approved producers with necessary adjustment on
minus side 5% (Five Percent) of the accepted rates of Structural Steel In case the desired
section of structural steel is notrolled /manufactured by Primary producers also there shall be
no price adjustment for use of structural steel procured from approved producers. However, the
prior written approval of Accepting Officer shall be obtained i.e. before procurement of
Structural Steel from other producer. The GE shall keep the proof of non availability on record
as obtained from manufacturers and down loaded from their Web sides. Contractor shall have
to obtain and render a non availability/manufacturer certificate from SAIL/RINL/TISCO/other
primary structural steel producers approved by E-in-C’s Branch, duly signed by authorized
signatory of these producers for obtaining permission and approval for procurement of the
same from the approved producers.

8.2.3 STRUCTURAL STEEL E-165: Steel sections for railing, gate, fencing, guard bars, grills, steel
chowkhat, holdfast, hand rails, tie bars etc which do not constitute structural members, can be
procured from main producers listed in Appendix `B’ to particular specifications or their
authorised dealers or BIS marked manufacturers at the option of contractor without any
priceadjustment.

8.2.4 GALVANISED STEEL SHEETS and FABRIC REINFORCEMENT FOR CONCRETE:-


These shall be procured directly from main producers/BIS marked manufacturers at the option
of contractor without any minus priceadjustment.

8.3 TESTING

8.3.1 Independent testing of steel by the GE shall be optional at the discretion of the GE in case of
procurement of steel from main producers and testing charges shall be borne in accordance
with Condition 10 A of IAFW 2249 i.e. testing charges shall be borne by the Department if the
test results are found in order otherwise these shall be borne by thecontractor.

8.3.2 Independent testing of steel by the GE shall be mandatory in case of procurement of steel from
secondary
producersandtestingchargesshallbebornebythecontractorirrespectiveoftheoutcomeoftestresults.

8.3.3 In both the above cases, the contractor at his cost shall provide all facilities required for the
testing and cost of materials consumed in tests shall also be borne by thecontractor.

8.3.4 Tests shall not be insisted upon for non structuralsteel.

8.3.5 Frequencyfornormalmass,tensile,bendandrebendtestofsteelshallbeasunder:-

STEEL FOR REINFORCEMENT

(a) Bars size (nominal size) less 1 sample (3 specimen) for each test for
than 10mm every 25 tonne or part thereof
(b) Bar size (nominal size) 10 mm 1sample(3specimen)foreachtestfor
to 16mm every 35 tonne or partthereof
(c) Bar size (nominal size) more 1sample(3specimen)foreachtestfor
than 16mm every 45 tonne or partthereof

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 146

PARTICULAR SPECIFICATIONS (CONTD……)

STRUCTURAL STEEL

(a) Tensiletest 1 test for every 25 tonne of steel or part thereof


(b) Bendtest 1 test for every 10 tonne of steel or part thereof

NOTE
(i) For various test, acceptance criteria, tolerances etc refer to relevant BIS codes and
steel supply and acceptance register.
(ii) Samples from each lot should be tested for quality and elongation. The elongation shall
not be less than14.5%.
(iii) For TMT bars bend dia shall be 2D up to and including 20 mm bars and 3D for over 20
mm dia bars.
(iv) For TMT bars rebenddia shall be 4D up to and including 10 mm dia bars and 6D for
over 10 mm diabars.

8.3.6 High strength deformed TMT steel bars which are brought at site in coils shall be got checked
by a board of officers appointed by GE in the presence of contractor to determine the actual
weight per unit length by getting a suitable length (not less than three metre) from each coil of
respective section weighed which shall be recorded in theMB.

8.3.7 No consignment or part thereof shall be allowed to be incorporated in the work until and unless
the manufacture’s test certificate in original along with the test sheet giving the results of each
mechanical test as applicable and the chemical composition of the steel or authentication copy
these of, fully signed by the manufactures are obtained and the consignment is passed by GE.
Schedule of procurement shall be prepared keeping in view the time lost for testingetc.

8.3.8 Three samples of pieces (3.0metre long) of each section of each consignment shall be retained
at the project site till completion of the work. These samples shall be suitably marked and
properly preserved.

8.3.9 BesidesaboveTMTsteelwillbetestedbyGEinperson,beforeincorporationintheworkbysimplefieldtest
and record shall be maintained. Simple field test involves sand papering the cross section of
the TMT bar and dipping the same in chemical solution (Nitral) (consisting of Nitric acid 2% and
Alcohol 98%) to give a clearly defined annular ring of temperedsteel.

8.4 DOCUMENTATION
8.4.1 The following documents shall be maintained in addition other outine documents maintained as
per contract provisions:-

(a) Certified true copy of the defaced original vouchers shall be kept in a file serially
numbered and to be kept in GEsoffice.
(b) Test certificates of each steel consignment shall be kept in a file, serially numbered, and to be
kept in GEs office.
(c) Steel supply and acceptance register as under shall be maintained by the GE:-

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 147

STEEL SUPPLY AND ACCEPTANCE REGISTER


1. CA No and NameofWork :

2. ContractNo :

3. Name of Manufacturer’sT.C.No :

4. Manufacturer

5. RandomTestDetails (a) Physical testreportfrom vide their letterNo

(Name of NABL approved Lab /Government Engg College)

(b) Chemical testreportfrom vide their letter No

(Name of NABL approved Lab/Government Engg

College)

6. Type of Steel, Dia and Qty (a) Type:TMT/CRS (b) Dia:_mm


(c) Actual Wt:MT (d) Conversion Wt:MT

Chemical Test Mechanical Test

Elongation
Resistan

Stress (N/mm2) 0.2%

Strengt
Phosphorous%

Manganese %

Re-band Test
Wt per meter

h (N/mm2)
Sulphur %

Bend Test
(min 18%)
Carbon %

Corrosion
Silicon %

Remarks
Percent
Tensile
proof

As per
IS-
1786
As per Manufacture’s
test certificate
As per independent test
RemarkswithSignatures Accepted /Rejected

Contractor JuniorEngineer Engineer-in-Charge


GarrisonEngineer Remarks of Inspecting Officer / CWE

(d) In/Out Register for details of receipt, acceptance/rejection and consumption of steel shall be maintained as under:-
IN / OUT STEEL REGISTER

Sl Date Steel IN Steel Qty


No OUT Balance
Qty(To Section Control Qty(To Section Reasons
ns) No ns) *
1 2 3 4 5 6 7 8 9

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

(a) For testingpurpose.


(b) For use inwork.
(c) Rejected steel taken out ofsite.
(d) Register containing results of Independent and additional testing by GE.
(e) Register containing records of surprise checks.
(f) Inspectionregister.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 148

PARTICULAR SPECIFICATIONS (CONTD……)

8.4.2 In addition to the above documents, the following points shall be kept in view while maintaining the
documents:-

8.4.2.1 The original vouchers and the test certificates shall be defaced by the Engineer-in-Charge
indicating the contract agreement number and other particulars of work for which used and
certified true copies of all such documents shall be maintained by the Engineer-in-Charge with
cross reference to the control No recorded in the steel Acceptance register as referred
hereinbefore. Original defaced vouchers shall be returned to the contractor. However certified
true copy of the vouchers shall be kept on record as stated above.
8.4.2.2 All entries in steel Acceptance Register shall be signed by JE (Civil), Engineer-in- Charge,
Garrison Engineer and thecontractor.

8.4.2.3 The entire quantity of steel shall also be suitably recorded in the measurement Book (MB)
for record purpose as ‘Not to be abstracted’ before incorporation in the work and shall be
signed by the Engineer- in-Charge and the contractor duly checked by theGE.

8.5 PROCEDURE FOR MAKING PAYMENT FOR STEEL INCLUDING MEASUREMENTS


CONVERSION WEIGHT DEVIATION ETC:-

8.5.1 The requirement of steel shall be worked out section wise and shall be recorded in a separate
Register jointly maintained by contractor and Engineer-in-Charge. Day to day record shall also
be signed by the contractor as well as Engineer-in-Charge. The register should contain
different sheets for each steel section indicating reference to drawing number, location, number
of bars, sketch of each length of bar with dimensions, length of waste and off cuts and the
quantity thereof by multiplying the length of bars with the conversion factors given in MES SSR
Part-II. For sections not listed in MES SSR, the IS conversion table shall be followed. The
contractor shall not have any claim in case the actual weight of steel items works out to be
more than the weight obtained by standard conversionfactor.
8.5.2 On completion of work, the Register will be in the custody of the Engineer-in- Charge and
contractor may keep a copy for his record if he sodesires.
8.6 STORAGE AND SAFETY OFSTEEL

8.6.1 Steel of different grades and sizes shall be stacked separately. For each classification of steel
separate are as shall beear marked. Steel shall be marked with distinct painting marks for easy
identification,
8.6.2 Steel shall be stored in a manner that it is always at least 15cm above GL, so as to prevent distortion
and corrosion. Any section that has deteriorated and corroded or if considered defective for any
other reason the same shall be removed from site by contractor at hiscost.
8.6.3 Steel sections which are not likely to be used before on set of monsoon shall be given cement
slurry wash so as to ensure steel free from scale and rust. Also steel sections which are procured
during monsoon and are not likely to be used within a week from the date of procurement shall be
given cement slurry washimmediately.
8.6.4 It shall be responsibility of contractor to make sure that all possible arrangements are made for
safe custody of the steel. In case of any loss of steel, only contractor will be responsible and
the loss shall be made good without any delay or claim what soever.
8.7 WELDING
8.7.1 Welding of iron and steel work shall be metalarc welding and shall be done as specified in clause
10.15 of MES SSR Part- I and in approved manner with electricity. Special attention is drawn to
clause10.15.13.2 of MES SSR Part- I with regard to qualification tests for welder as well as test for
approval of electrodes which will be of Oxygen Ltd or Advanic or Linkon makes. Gas welding
however may by allowed by GE in case of structural steel without any priceadjustment.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 149

PARTICULAR SPECIFICATIONS (CONTD……)

8.7.2 Welding of stainless steel works shall be done either the electric process or by the oxy-acetylene
method.

9. JOINERY

9.1 FACTORY MADE FLUSH SHUTTERS

9.1.1 Flush door shutter shall be solid core types with block board core (pre laminated both sides) all
as specified as clause 8.25 of MES SSR Part –I and as shown ondrawings.

9.1.2 Flush door shutter edges shall be provided with teak wood lipping. Size of lipping shall be as
specified in the respectivedrawings.

9.1.3 Shade of prelamination shall be as approved by GE and shall be obtained from the
manufacturer’s as listed in Appendix‘B’ to particular specifications, Contractor will produce
manufacturer’s test certificate as per BIS code and original purchase vouchers along with each
consignment.

9.2 PLYWOOD
All plywood except for panelled door/panels shall be BWP grade conforming to IS-303 and shall
be ISI marked. Plywood shall be procured from any manufactures listed in Appendix ‘B’ to
particular specification.

9.3 PARTICLE BOARD

Particle board shall conform to requirements of IS-3087(specification for wood particle boards
(medium density) for general purpose) and all as specified in Clause 8.8 of MES SSR Part I.
Adhesive used for bonding shall be BWP type syntheticresin. Particle board shall be procured from
any of the manufacturers listed in Appendix ‘B’ to particular specifications.

9.4 PRELAMINATED PARTICLE BOARD


Where pre-laminated particle board or particle board with laminated sheet is shown on
drawings, pre- laminated particle board of thickness as specified in drawings. BWP grade
bonded with phenol form aldehyde syntheticresin shall be used. Particle board shall be
procured from any of the manufacturers listed in Appendix ‘B’ to particular specifications.

9.5 FIBREBOARD

Fibre board shall be medium density and manufactured from wood fibre all as specified in
clause 8.12 of MES SSR part-I. Fibre board shall be procured from any of the manufacturer’s
listed in Appendix ‘B’ to particular specifications.

9.6 TEAK WOODEDGING

9.6.1 All sides of the particle board shall be provided with the teakwood edging. Thickness of edging shall
be as specified in respective drawing.

9.6.2 Edging shall be fixed by using the synthetic resin adhesive and with appropriate size of screws
@ 300mm c/c dipped in synthetic resinadhesive.

9.7 FACTORY MADE SOLID PVC DOOR SHUTTERS AND FRAMES

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 150

PARTICULAR SPECIFICATIONS (CONTD……)

9.7.1 GENERAL

(a) Workmanship of Door Frame and Shutters shall be as per manufacturer’s instructions.

(b) The solid PVC frame and shutter laminate shall be self pigment in colour as approved by GE.

(c) The contractor shall produce the manufacturers test certificate and original purchase
vouchers along with the supply of shutters to Engineer-in-Charge.

(d) Size of shutter and builders hardware (except hinges) shall be as per the respective
drawing. Hinges shall be of stainless steel (S-304 grade)

9.7.2 SOLID PVC DOOR SHUTTER

30 mm thick factory made solid panel PVC door shutters shall be all as specified in clause
8B.2.1 of MES SSR Part-II and clause 8.34 of MES SSR Part I.

9.7.3 SOLID PVC DOOR FRAMES

Solid PVC door frame of size 50 x 47 mm shall be as specified in clause 8B.3.1 of MES SSR
Part-II and Clause 8.34.3.1 of MES SSR Part I.

9.7.4 Factory made shutter and frame shall be obtained from any of the manufacturers Listed in
Appendix ‘B’ to Particular Specifications.

10 BUILDERS HARDWARE

10.1 Unless otherwise specified in the particular specifications or indicated in the drawings, butt hinges
shall be cold rolled mild steel of medium weight conforming to IS-1341 and all as specified in clause
9.7.2 of MES SSRPart-I(except for PVC and Aluminium doors/windows).Stainless steel(S-304grade)
but things shall provided to PVC and Aluminium doors/windows. Spring hinges shall be of mild steel
stove enameled black regulating type with steel coil/spring ISI marked all as per clause 9.7.7of MES
SSR Part- I.
10.2 Hardware fittings shall be provided according to the schedule of fittings (mongry) on the
relevant drawings read in conjunction with notes appearing on particulardrawings.

10.3 Aldrop bolt shall be 300 mmlong.

10.4 All builders hardware’s shall be fixed with screws/bolts to match the fittings. However
anodisedaluminium fittings shall be fixed with cadmium plated steel screws.

10.5 Shoot of aldrop bolt shall be not less than 19 mm and shall be provided on external panelled
door shutters one on each door even if not is shown marked ondrawings.

10.6 Haspand staples required in the work shall be safety type all as specifie d in clause 9.10 of MES
SSR Part- I.

10.7 Catch ball spring required in the work shall be of brass and all as specified in clause 9.14 of
MES SSR Part-I.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 151

PARTICULAR SPECIFICATIONS (CONTD……)

10.8 All builders hardware shall conform to relevant IS and shall be of make as specified in
Appendix ‘B’ to particular specifications. Builder hardware’s except things unless otherwise
specified shall be as under:-

(a) Storage Accn: Mild Steel Stove enamelledblack.

(b) Buildings Other than Srl (a) above, PVC doors, aluminium doors and windows :
Aluminium an odised.

10.9 PRESSED STEEL DOOR FRAMES

10.9.1 Pressed steel door frames shall be fabricated with 1.25 mm thick M Splain sheet. Pressed steel
door frames shall conform to IS-4351. Tolerance over profile shall be □ 2mm.

10.9.2 Pressed steel door frames shall be procured from any of the manufacturers given in Appendix
‘B’ to particularspecifications.

10.9.3 Space in pressed steel door frames shall be filled with PCC (1:3:6) type
C-0 using 10/12.5 mm graded crushed stone aggregate.

10.9.4 Frames shall be supplied by manufacturers with as hopcoat of zinc chrome primer.

10.9.5 20 X 4mm mild steel flat iron bar shall be welded horizontally at the bottom of pressed steel door
frame. The flat iron bar shall be embedded infloors.

10.11 HOLDFAST/LUGS

10.11.1.1Flat iron holdfast/lug shall be provided by welding to press steel frame.

10.11.2 Flat iron holdfast shall be embedded in PCC (1:3:6) type C-1 block of size 15 cm (height of
block) x30 cm (length of block) x width of masonrywall.

10.11.3 Hold fast/lug shall be hot tarred and sanded beforefixing.

10.11.4 Wherever door frame and window frame side coming in contact with RCC column, dash
fasteners shall be provided in lieu ofholdfast.

10.12 ALUMINIUM DOORs, WINDOWS, VENTILATORS AND FIXED GLAZING

10.12.1 Aluminium doors, windows, vents, fixed glazing and partition shall be provided all as specified
in para10.37 of MES SSR Part-I and as specified/shown on drawings. In case the thickness of
aluminium section is not indicated in drawing, same shall be minimum 2.5mmthick.

10.12.2 Aluminium section for doors/windows/ventilators/fixed glazing /partition shall be heavy duty
and be procured by the contractor from one of the manufacturer as listed in Appendix ‘B’ to
particular specifications.

10.12.3 Number of lugs and their position of fixing for frame if not indicated in TD drawings same shall
be as per manufacturer instructions. Any steel lug coming in contact with aluminium shall be
either galvanized or given a coat of bitumen paint. The lugs shall be 100 mm long, 15 x 3 mm
size fixed in cement concrete block of size 150x100x100 mm in 1:3:6 mix. The frames shall be
fixed with lugs with 20 mm long and 6.3 mm dia GI counter sunk machine screws and nuts.
Gap in between frame and wall/cill/lintel/col shall be filled with silicon gel for watertightness.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 152

PARTICULAR SPECIFICATIONS (CONTD……)

10.12.3 Thickness of glass panes for doors and windows/fixed glazing/partition shall be all as indicated in
BoQ

10.12.4 Fixing of glass panes and prelaminated particle board shall be done with aluminium
beading/clipsalong with rubber gasket. The beading/clip shall be of extruded section of weight not
less than 0.180 kg/m.

10.12.5 All aluminium doors/ windows/ ventilators/fixed glazing/partition section, grills and builder’s
hardware (except hinges) shall be powder coated in approved colour. Thickness of coating if
not specified in respective drawing same shall not be less than 50micron.

10.12.6 Double action floor door spring hydraulically regulated (ISI marked) stainless steel shall be
provided to each open able door shutters.

10.12.7 Each door shall be provided with aluminum anodized fittings 150mm long handle (2 Numbers
per leaf), 200 mm long tower bolts (2 Numbers per leaf) and mortice lock 100mm, 4 lever
(brass) for locking arrangement.

11. ROOF COVERING

11.1 ROOF/FLOOR SLABS


Roof/floor slabs shall be flat type RCC slabs on beams/columns/portal/walls as shown on drawings.
Necessary slopes shall be provided as where indicated on drawings where slope in slab is not shown on
drawing, it shall be 1:80. Total slope on finished roof surface after treatment shall be 1:40, half shall be
achieved in RCC slab & balance half shall be achieved in roof treatment. The floor slabs shall be slightly
sunk to achieve the slope/drops shown on drawings and to accommodate different thickness of flooring.

11.2. WATER PROOFING TREATMENT.


11.2.1 Water proofing treatment to RCC roof slab of bldgs shall be carried out as follows :-

(a) Providing average 20mm thick rendering in cement and sand mortar (1:4) mixed with water proofing
compound at the rate three percent by weight of cement when concrete is still green.

(b) Surfaces shall be prepared all as specified in para 11.39.3 of MES SSR Part-I . Over prepared surfaces,
one coat of cold applied bituminous primer @ 0.40 litres/Sqm shall be applied on plastered surfaces as
specified in para 11.44.2 of MES SSR Part-I. Thereafter a layer Atactic polypropylene polymer (APP)
modified five layered prefabricated membrane reinforced with non woven polyester matt (weighing not less
than 170 grams per square metre) ,weight (minimum) 4 kilogram per square metre and 3mm (minimum)
thickness shall be laid on primed surface by Butane torch application all as specified in para 11.44.1 to
11.44.5 of MES SSR Part-1. Side over laps shall be 100mm and at the ends overlaps shall be 150mm.
All over laps and the joints shall be sealed properly as per manufacturer’s instructions.

(c) APP modified polymeric membrane shall be applied with aluminium paint @ 0.20 Kilogram per Square
metre in two coats (INACCESSIBLE ROOF) as per manufacturer’s instructions.

(d) APP modified polymeric membrane shall be provided with brick tiles of class designation 100
grouted with cement mortar 1:3 (1 cement : 3 fine sand) with 2% integral water proofing

compound by weight of cement over a 15mm thick layer of cement mortar 1:3 (1 cement : 3 fine sand) and
finished neat complete all as per MES SSR Part-I (ASSESSIBLE ROOF).

(d) Coved fillet in PCC (1:2:4) type B-0 using 12.5 mm graded crushed stone aggregate of radius 75
mm shall be provided at the junction of roof and parapet wall/chimney/other vertical surface and surface
painted with a hot paving bitumen grade 30/40, conforming to IS-73 @ 1.20 Kg per Square metre over a
coat of bituminous primer conforming to IS-3384 applied @ 0.30 litre per square metre.

(e) Treatment mentioned in clause 11.2.1 (a), (b) & (c) shall also be provided over side walls/parapets
up to a height of 450 mm above roof slab.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 153
PARTICULAR SPECIFICATIONS (CONTD……)

(f) APP modified polymeric membrane shall be covered with bituminous based aluminium paint @ 0.20
Kg per Square metre in two coats through benching (Gola) and shall be inserted inside a groove cut in the
parapet and fixed. If the height of parapet 450 mm or less, membrane shall taken till top of parapet and
finished after covering the top surface of parapet. For RCC inverted beam the whole beam shall be covered
with membrane irrespective of depth of beam. In case of roof projection the membrane shall be taken 50
mm on reverse side of roof at the edges

11.2.1(A) Application of membrane shall be done by the authorised applicator of the specialized firm
/ manufacturer listed in Appendix ‘B’ to Particular Specifications. However the contractor shall
furnish the following :-
(i) Quality confirmation certificate from the manufacturer clearly mentioning the quantity of
materials.
(ii) Manufacturers test certificate.
(iii) Authorization letter in respect of applicator from the manufacturer.
(iv) Certificate from authorized applicator stating that the work is completed as per contrac
Specifications.

11.2.2 TESTING
Frequency of test - At least one test consisting of three sample specimen of polymeric
membrane at random from each lot. The polymeric membrane shall be got tested from
the test house as mentioned hereunder :-
(a) Chemical and metallurgical, Services T.S. No. 63, SIDCO Industrial Estate
Ekkaduthangal,Chennai-600097 Fax No : 44-2312944
(b) Central Institute of Plastic Engineering and Technology (Ministry of Chemical
and fertilizer, Govt of Ind) Guindy, Chennai-600032 Fax No : 94-44-2344673
(c) National Test House.

11.2.3A WATER PROOFING TREATMENT TO CHHAJJA ETC.


(a) Unless otherwise indicated on schedule of finishes drawings, provide 20mm thick plaster in
cement and sand mortar (1:3) mixed with water proofing compound as per manufacturer’s
instructions on RCC slab/chajjas while the concrete is still green and finished even and smooth
without using extra cement. For the purpose of deviation, WPC shall be taken as 3% by weight of
cement.
(b) A coat of bitumen grade 85/25 @ 1.2 Kg per Sqm shall be provided over plaster (except
chajjas).

11.3 PCC BENCHING


At the junction of RCC facia, brick parapet, chajjas with wall, PCC benching of 75 mm radius in
PCC (1:2:4) type B0 using 12.5 graded crushed stone aggregate shall be provided.

11.4 SECURITY DEPOSIT TOWARDS WATER PROOFING TREATMENT TO ROOF COVERED


UNDER 11.2. HERE IN BEFORE
11.4.1 Should the GE at any time during constructions or reconstruction or prior to the expiration of a
period of ten years after the certified date of completion of buildings or group of buildings find that
the building shown leakage dampness or any sign of defective water proofing treatment the
contractor shall on demand in writing from the GE specifying the building complained of
notwithstanding the fact that the same may have been inadvertently passed certified and paid for,
forthwith undertake to carry out such treatment as may be necessary to render the said buildings
water proof at his own expense for a period of ten years from the certified date of completion of
said buildings and in the event of his failing to do so within a period to be specified by the GE, in
his demand as aforesaid the GE may undertake such treatment at his risk and expense in all
respects of the contractor, the liability of the contractor under the condition shall not extend
beyond the period of 10 years from the certified date of completion unless the GE had previously
given the notice to the contractor.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 154
PARTICULAR SPECIFICATIONS (CONTD……)

11.4.2 The amount so calculated as per table given below shall be retained from the contractors final bill
amount as security deposit for the water proofing treatment and the same shall be released after
satisfactory completion of guarantee period as stated above. The contractor may alternatively
submit fixed deposit receipt for the said sum from a scheduled Bank in lieu of the sum to be
retained out of the final bill :-

Amount of water proofing treatment to Amount to be retained from contractors dues


roof at contract rate rounded to nearest thousand rupees
1 2
(i) Up to Rs 50 lakh 2% of amount subject to minimum of Rs
5000/- and enhanced by 25%
(ii) Over Rs 50 lakh and up to Rs 100 Rs 100000/- +1.5% of amount exceeding
lakh Rs50 Lakhs and enhanced by 25%
(iii) Over Rs 100lakh Rs 175000/- +1.5% of amount exceeding
Rs100 Lakhs and enhanced by 25%

11.4.3 The security deposit referred to in para 11.4.2 herein before may be refunded to the contractor
after expiry of the period of 10 years from the certified date of completion by the GE, provided
always that the contractor shall first have been paid the final bill and have rendered ‘No demand
certificate’ IAFA-451 as per condition 10, 48 and 68 of General Conditions of Contracts (IAFW-
2249) shall be deemed to be amended to the extent mentioned above.

11.5 Materials required for waterproofing shall be purchased by the contractor from the manufacturers
listed in Appendix ‘B’ to Particular Specifications or their authorised agent only and brought to site.
The GE before approval shall verify name of authorised agent from the manufacturer.

12. FLOORING.
12.1 GENERAL.
12.1.1 Floors of various types shall be provided as specified here-in-after and as shown in drawings.
12.1.2 Floors shall be laid to levels or to falls as shown on drgs/directed by Engineer-in-charge. Floor
shall be sunk below the general floor level to the required depth where shown in drgs, by suitably
sinking the slabs at the time of casting them.
12.1.3 Floor finish shall be carried over through out all openings and dwarf walls.
12.1.4 Surface of concrete floors unless otherwise specified shall be finished even and smooth using
extra cement with steel trowels.
12.1.5 The dividing line between the floors of different type where-ever they so met between adjoining
rooms shall be determined on the basis of finish visible when the doors are closed and the
applicable finish shall accordingly be provided. Exposed edges of floors shall be finished to
match with top surface finish.
12.1.6 Concrete sub base shall be laid in bays not exceeding 20 Square meters.
12.1.7 Cement concrete sub base or sub base floor and wearing coat shall be laid separately and not
monolithically.
12.1.8 PCC floor topping shall be laid in square or rectangular panels with each side not exceeding 1.2
metres.
12.1.9 If any extra thickness of concrete is required to provide slope in the floor as directed by the
Engineer-in-Charge, the same shall be provided by the contractor at no extra cost to the
department.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 155
PARTICULAR SPECIFICATIONS (CONTD……)
12.1.10 Where floor finish is to be laid over RCC slab, the top surface of RCC slab shall be cleaned with
hard brushes and given a coat of neat cement slurry using 3 Kg of cement per square metre just
before laying the floor finish.
12.2 --------------------Blank-------------------------

12.3 NON SKID CERAMIC TILES FLOORING. Non skid ceramic tiles flooring shall be provided at all
the locations as specified on drawings. It shall be superior variety of size 400 mm x 400 mm x 7
mm to 8 mm thick, as shown in Sch of Finishes, hydraulically pressed, high temperature fires
(around 12000C) in single operation having breaking strength 350 to 400 Kg per Sqm and
weighing 14 Kg per Sqm. Non skid ceramic tiles in ground floors shall be laid over 15 mm thick
screed in cement mortar 1:6 over 30 mm thick PCC M –15 type B-O over 100 mm thick PCC M –
5 type E-2 over sand filling and rammed earth filling up to the required depth and jointed in white
cement paste pigmented to tile shade. On first floor, the tiles shall be laid over 15 mm thick
cement and sand screed 1:6 over 30mm thick PCC M-15(nominal mix) type B-0, after treating
RCC surface as specified in clause 11.1.10 here- in- before. Tiles shall be coloured tiles other
than white and shade and colour shall be as approved by the GE

12.3(A) NON SKID CERAMIC TILES IN SKIRTING. Tiles shall be 6 to 8 mm thick and other
specifications shall be same as specified here-in-before. The tiles shall be laid true in plumb and
laid over 10 mm thick screed of cement and sand mortar 1:3. The tiles shall be firmly set in
mortar bedding. The joints shall be tight and regular with white cement paste pigmented to tile
shade. The tiles shall be coloured tiles other than white and the colour and shade of tiles shall
be matched with the floor. Height of skirting where not shown on drawings shall be 100 mm.

12.4 KOTA STONE FLOORING Kota stone for flooring as shown on drgs shall be selected hard,
sound, dense and homogeneous in texture, free from cracks, decay weathering and flaws. The
Kota stone shall be 20 to 25 mm thick, machine cut, hand dressed Kota stone shall be laid over 20
mm thick cement mortar screed (1:6) & jointing with grey hand dressed cement paste mixed with
pigment to match with the shade of Kota stone over 100 mm thick PCC M-05 (Nominal mix) sub
base over well rammed earth filling upto required depth in ground floor. For first and subsequent
floor Kota stone shall be laid over 20 mm thick cement screed in cement mortar 1:6 & jointed with
grey cement paste mixed with pigment to match with the shade of Kota stone after treating the
floor slab as specified here in before. Kota stone shall be granite/mirror polished. The size of Kota
stone shall not be less than 450 mm x 450 mm.

12.4.1Kota stone skirting 100 mm high shall be with 20mm thick machine cut granite/ mirror polished Kota
stone of quality mentioned above shall be laid over 10 mm thick (average) cement and sand
screed 1:3 over cement slurry 3 Kg/ Sqm and jointed with grey cement slurry mixed pigment to
match shade of slab including rubbing polishing etc. complete.

12.4.2 Kota stone for risers and treads of steps and stairs shall be in one piece and shall be placed, laid
and jointed all as specified here-in-before.

12.4.3 Kota stone as in shelves shall be all sides polished and as specified here in before. The thickness
of Kota stone as shown on drawing/as specified here in before and it shall be fixed all as directed
by Engineer in charge.

12.4.4 Polishing and finishing of Kota stone shall be as specified in clause 13.47.4 on page 309
and 310 of SSR Part –I.

12.5 ---------------------------Blank----------------

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 156

PARTICULAR SPECIFICATIONS (CONTD……)

12.6 GLAZED CERAMIC TILES SKIRTING AND DADO


The specification of the tiles shall be as specified here in before. The tile shall be laid true in plumb and laid
over 10mm thick screed of cement and sand mortar 1:3. The tiles shall be firmly set in mortar bedding. The
joints shall be tight & regular with white cement paste pigmented to tile shade. The thickness of tile shall be
5 to 6 mm and the size shall be as shown in drawing. The tiles shall be coloured or off white tiles as
mentioned in schedule of finishes and the colour and shade of tiles shall be as approved by GE. Tiles shall
be as per IS-13712 of grade B-III superior quality.

NOTE: All type of skirting and dado shall be returned in jambs, opening, exposed edges and
niche etc.

12.7 COLOUR /PRINTED VITRIFIED TILE FLOORING

(a) Ground floors. The vitrified tiles (double charged) shall be 10 mm thick or any size as given
in the Schedule of finishes drawings. In case size of tiles not indicated in schedule of finishes
the size of tiles shall be 600mmx600mmx10mm of colour (light colour) and shade/design as
approved by GE, laid over 15 mm thick screed bed in cement mortar (1:4) using 3 Kg/m3
cement slurry over 25 mm thick PCC 1:2:4, (12.5 mm graded stone aggregate) over 100 mm
thick PCC (1:5:10), type E-2 sub-base over sand filling and well rammed approved earth filling.

(b) First floor and above floors: The vitrified tiles shall be 10 mm thick & of size as given in the
Schedule of finishes drawings. In case size of tiles not indicated in schedule of finishes the size of
tiles shall be 600mmx600mmx10mm of colour (light colour) and shade/design as approved by GE,
laid over 15 mm thick screed bed in cement mortar (1:4) using 3 kg/Sqm cement slurry over 25
mm thick PCC (1:2:4) using 12.5 mm graded stone aggregate over floor slab.

(c) Where indicated on the drawing border shall be provided to floor with vitrified tiles in darker
shade. Width of border shall be as indicated on the drawing. Where width of border is not
indicated the same shall be as directed by the Engineer-in-Charge.

(e)Tiles shall be set and jointed in neat cement slurry and pointed in white cement with pigment to
match with colour of tiles.

12. (A) PLASTERING:

(a) Plaster shall be done as described in schedule ofworks.

(b) Thickness of plaster shall be the finished thickness exclusive of dubbing. Dubbing wherever
required shall be executed without any extracost.

(c) All corners, angles, junctions and edges unless otherwise specified shall be truly vertical or
horizontal as the case may be and shall be carefully finished.

(d) Sand for plastering work shall be conforming to the materials specifications and grading as
specified in clause 14.5. of MES SSR Part I.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 157

PARTICULAR SPECIFICATIONS (CONTD….)

12.2.1 CERAMIC TILESSKIRTING/DADO

(a) Tiles as specified in schedule of works BOQ shall be provided over cement and
sand mortar screed in cement and sand mortar (1:3) 10 mm thick. Size and
thickness of tile shall be as per Schedule of works BOQ.
(b) Quality of tiles shall conform to IS-15622 (2006) (Group II).Make of tiles shall be
as specified in Appendix `B’ to particular specifications.
(c) Shade of tiles shall be as approved by GE.

12.3 WALL CAREPUTTY


Wherever specified in schedule of works BOQ, wall care putty shall be provided all as
specified in para
15.19 MES SSR Part I.

12 (B) FINISHES TO PLASTEREDSURFACES


12.1 GENERAL
(a) White wash/colour wash/distemper/cement paint shall be carried out as specified in
section 15 of MES SSR Part 1 and as specified in Schedule of works after preparation of
surfaces asspecified. Unless otherwise specified all plastered surfaces shall be given three
coats of white wash/colour wash to match with adjoiningsurfaces.

(b) All exposed surfaces of parapets, sides of steps, risers, ramps, faces of columns, jallie
setcand the like shall be treated with same finish as provided for the surroundingsurfaces.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 158

PARTICULAR SPECIFICATIONS (CONTD……)

12.2 WHITE WASH:


White wash where indicated in Schedule of works shall be in three coats using fat lime after
preparation of surface as specified in MES SSR Part I.

12.3 OIL EMULSION DISTEMPER

(a) Oil emulsion distemper is specified in schedule of works, apply two coats of oil emulsion
distemper and/or dry distemper (as the case may be) of the tint approved by the GE. Prepare
surfaces and apply primer as per para 15.13 and 15.14 of MES SSR Part I before applying two
coats of distemper.
(b) Make distemper shall be as specified in Appendix ‘B’ to particularspecifications.

12.4 CEMENT PAINT


(a) The tint of cement paint shall be approved by GE. Preparation, application and other
instructions shall be followed as stipulated in para 15.15 of MES SSR Part I.
(b) Make of paint shall be as specified in Appendix ‘B’ to particularspecifications.

13. PAINTING:

13.1 GENERAL

(a) Refer clause under section17 of MES SSR Part I for paints and painting work.

(b) Painting shall be with synthetic enamel and offrst quality and not inferior to that specified in the
IS and produced from any of the manufacturers mentioned in Appendix ‘B’ to particular
specifications. However paint for priming coat, under coat and finishing coat shall be of the same
manufacturer.

(c) Tint of paint shall be as approved/directed by the GE.

(d) All surfaces to be treated shall be suitably prepared before applying priming coat as
specified in the MES SSR PartI.

(e) Pink primer shall be used for wooden surface and red oxide zinc chromate for steel surface.

(f)The contractor shall use fresh and first quality paint. The contractor’s rate shall also be
deemed to include for preparation of surface and application ofprimer.

13.2 ACRYLIC WEATHER PROOF PAINT:

Wherever weather proof paint is specified in Schedule of works, the same shall be provided in two
coats with total thickness not less than 1.5 mm over a coat of primer including preparation of
surface and shall be carried out as specified here in after.

14.2.1 MATERIALS
14.2.1.1 Refer para 17.17.1 of MES SSR Part- I. Paint shall be weather proof Acrylic emulsion, exterior
grade (100% acrylic) premium quality. Weather proof Acrylic emulsion paint shall be of APEX
ULTIMA of M/s Asian paints or equivalent brand of manufacturer specified in Appendix ‘B’ to
particular specifications. Materials required for painting shall be purchased by the contractor from
the manufacturer sort heirauthorised agent only and brought to site. The GE before approval shall
verify name of authorised agent from the manufacturer.

14.2.1.2 Shade of the paint shall be as approved by GE. Primer shall be as per manufacturer’s
instructions. Primer shall be of same make as ofpaint.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 159

PARTICULAR SPECIFICATIONS (CONTD……)

14.2.1.3 The paint and primer shall be brought in manufacturer’s sealed containers only by the
contractor duly marked with batch number from themanufacturer.

14.2.1.4 The contractor shall produce manufacturers test certificate along with purchase voucher in
original for the paint and primer brought to site before claiming payment for the same. Purchase
voucher of paint and primer shall contain the complete description of material, batch No.net
weight, test certification No, quantity in each package, No. of packages etc. The quantity of
material brought out at site indicating No. of packages, quantity in each package, batch NO.,
purchase vouchers number test certificate number, date of manufacturing, date of expiry etc
shall be entered in MB as “Not to be Abstracted” and shall be signed by the JE, Engineer-in-
Charge, GE andcontractor.

14.2.1.5 Each lot of paint and primer shall be checked by Engineer-in-Charge and approved by him after
verifying from invoice, package, batch No., test certificate, date of expiry etc. Materials shall be
incorporated in the work only after Written approval fromGE.

14.2.2 WORKMANSHIP: Refer para 17.17.2 to 17.17.4 of MES SSRPart-I.

14.2.2.1 All brushes, tools, pots, kettles etc., used in carrying out the work shall be free from foreign
matter and shall be thoroughly cleaned with hot water and solutions at the end of a day’s work
or before use for a different type of material. No finish shall be executed until a sample of the
finish to the required colour and shade has been approved by the GE.Where more than one
coat is indicated, each coat shall be approved by the GE before the subsequent coat isapplied.

14.2.2.2 The colour shall be even shade over the whole surface, if it is patchy or otherwise bad, the
work shall be redone by the contractor at his ownexpense.

14.2.2.3 PREPARATION OF SURFACES

14.2.2.3.1 The surface shall be thoroughly cleaned off loose particles, dust, dirt, efflorescence, chalking,
grease, mortar drops and other foreign matter. The surface shall be sand papered with grade
Iabrasive paper and dusted off to achieve an even and smooth surface free from all dust
particles. The contractor will use electric blowers for this purpose. If surface so obtained is
uneven, it shall be brought to a perfectly even surface by applying putty and allowing it to dry
completely and then it shall be rubbed with the abrasive paper and dusted off and finally are
acleaned by use of electric blower.

14.2.2.4 APPLICATION OF PAINT

14.2.2.4.1 The weather coat emulsion paint shall be applied by brush or roller. No strain erorcolorants
shall be used. The paint shall be stirred well before use. The primer coat shall not be left
without application of top coats for a long periodtime.
[[[[

14.2.2.4.2 Two coats of paint tinted as per manufacturer’s instructions shall be applied. The drying period
between two coats shall be minimum 4 hours or as per manufacturer’s instructions. The shade
shall be approved by GE. The finish of paint shall be smooth mattfinish.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 160

PARTICULAR SPECIFICATIONS (CONTD……)

14.2.3 GUARANTEE
(a) The work of applying primer and paint shall be got carried out under the supervision and
guidance of accredited representative of the manufacturer. A certificate from their
representative shall be obtained by the contractor to the effect that work of painting and primer
has been carried out under their strict supervision and as per manufacturer’s instructions. The
same shall be submitted by the contractor to GE. The contractor shall also obtain a written
guarantee for effectiveness of paint against fading out, peeling off, crack dust/algae
accumulation etc. for 5 (five) years from the certified date of completion of entire work from the
manufacturer and submit the same to GE before completion ofwork.
(b) The amount of security deposit to be held back from the contractor’s bill against the
guarantee for painting for the specified period at contractrates and shall be on same basis as
per the scale laid down for calculating ‘Security deposit’ for water proofing treatment laid
downhere-in-below.

Amount of exterior acrylic paint on Amount to be retained from contractors dues


walls etc at contract rate rounded to nearest thousand rupees
1 2
(i) Up to Rs 50 lakh 2% of amount subject to minimum of Rs
5000/- and enhanced by 25%

This shall be worked out by GE and be intimated to the contractor. This amount shall be
refunded to him after the expiry of the guarantee period. Alternatively the contractor may give a
separate interest bearing ‘Security deposit in favour of GE valid for Five years for this amount
(c) If the GE, at any time during the construction or prior to the expiry of said Guarantee period
of Five years, find that the buildings have been found fading out, peeling off, crack dust/algae
accumulation etc, the contractor, on demand in writing from the GE, will forthwith undertake to
carry out such treatment which may be necessary to render the buildings free from fading out,
peeling off, crack dust/algae accumulation etc at his ownexpense.
(d) In the event of contractor’s failure to comply with the GE’s direction within the stipulated
period, the work shall be got carried out at the risk and cost of the contractor. The liability of
the contractor under this condition shall not however be extended beyond the period of Five
years from the certified date of completion unless the notice was served on the contractor
previously to rectify such defects, condition10, 46 and 68 of the general condition of contracts
(IAFW-2249) shall be deceased to be amended to the extent mentionedabove

14. PLUMBING AND SANITARY FITTINGS

14.1 GENERAL

(a) Water closets hand basin etc shall be vitreous china first/standard quality white glazed
and shall confirm to relevant part of IS-2556 (Vitreous China sanitary appliances) and shall be
ISI marked or of superior quality and finish. Tolerance in the size of fittings as given in IS shall
be permissible. Also refer relevant clause of MES SSR Part I.

(b) Flush pipe and sockets of flushing rim of WC shall be jointed with Epoxy putty
manufactured by Unique Enterprises or M seal or any other equivalent Epoxyputty.

(c) Plumbing work shall be carried out as specified in para 18.13 to 18.23 of MES SSR Part
I and the contractor shall employ licensedplumber.

(d) Where not indicated elsewhere angle iron bracket shall be fixed to walls with PCC
(1:2:4) type B-1 block of size 100mmx 75mmx150mm.

(e) Brass chromium plated fancy type mixer, pillar/ bib/ angle cock etc shall have capstan
head all as specified inIS:8931

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 161

PARTICULAR SPECIFICATIONS (CONTD……)

(f) The sanitary fittings and their fixture as specified in schedule of works shall be of same make.
(g) All items shall be of make mentioned in the Appendix‘B’ to particular specifications

14.2 FLUSHING CISTERN


(a) Low level flushing cistern 10 litre capacity body molded from virgin quality high impact
polystyrenes all as specified in para 18.99 of MES SSR Part 1 of make as per Appendix‘B’ to
Particular Specifications.
(b) 40 mm (nominal diameter) PVC flush pipe with necessaryfittings.
(c) 15 mm bore PVC braided pipe connection, heavy duty 600 mm long with brass union at
both ends and washer.
(d) Chromium plated brass angular valve with wall flange fancy type suitable for connection
from 15mm bore GI pipe watermains.

14.3 WATER CLOSET ORISSA PATTERN


Squatting pan Orissa pattern size 580mmx440mm with integral footrest,vitreouschina front or back
inlet with P or S trap with long outlet so that joints falls out of building and quote rate shall comprise of
following:-

(a) The trap shall be of castiron.

(b) Low level flushing cistern 10 litre capacity body moulded from virgin quality high
impact polystyrenes all as specified in clause 18.99 of MES SSR Part 1 of make as per
Appendix‘B’ to Particular Specifications complete.

(c) 40 mm (nominal diameter ) PVC flush pipe with necessary fittings

(d) 15 mm bore PVC braided pipe connection, heavy duty 600 mm long with brass union at
both ends and washer.

(e) Chromium plated brass angular valve with wall flange fancy type suitable for connection
from 15mm bore GI pipe water mains.

14.4 WASH HANDBASIN

(a) Wash hand basin shall be vitreous china glazed ware, size and pattern shall be as
specified in schedule of work. Size of flat back wash hand basin if not specified in schedule of
work shall be 550 x 400 mm (normalsize)

(b) Wash hand basin quoted rate shall also comprise the following:-
(i) Single trap hole with brass grating and coupling and comprising of CP brass with
checknut with internal overflow.

(ii) Chromium plated brass chain and plug and wastefittings.

(iii) Chromium plated brass coupling with check nut fixed to wash handbasin

(iv) PVC waste pipe of suitablelength.

(v) One pair of stout, painted cast iron brackets screwed to and including wooden plugs.

(vi) 15mm bore PVC braided pipe connection, (white) 600mm long with two number
brass coupling for each chromium plated brass pillar cock (tap) highneck

(vii) Chromium plated brass angular valve with wall flange, fancy type suitable for
connection from 15mm bore GI pipe watermains.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 162

PARTICULAR SPECIFICATIONS (CONTD……)


15.6 PILLAR TAPS
Pillar taps shall be of fancy type conforming to IS-8934 (1978) and para 18.16.1 of MES SSR Part-
I brass chromium plated. The water supply installation shall be tested hydraulically at a pressure of
2.5 Kg/sqcm in the presence of the Engineer-in-Charge for at least 24 hours continuously to ensure
leak proof connections. All arrangements for testing shall be made by the contractor at his own
cost. Any defects noticed shall be rectified to the entire satisfaction of Engineer-in-Charge.

15.7 TOWELRAIL
(a) Towel rail shall be all as specified in schedule of work. Towel rail shall be screwed with
steel chromium plated brackets fixed with PVC sleeve of appropriate size with brass
chromium plated screws. The length of towel rail shall be as specified in schedule ofworks.

(b) Towel rail shall be provided with vitreous china wash hand basin. The exact location
where towel rails are to be provided shall be decided by GE atsite.

15. INTERNAL WATER SUPPLY

15.1 Pipes and pipe fittings shall be provided by the contractor for approval of GE before orders for
supply.

15.2 Pipe and pipe fittings shall be galvanised steel mediumgrade.

15.3 Screw down bib taps and stop cocks shall be of brass polished body bright finish or chromium
plated as specified in schedule of works and having capstanhead.

15.4 The water supply installation shall be tested hydraulically at a pressure of 2.5 Kg/Sq cm in the
presence of Engineer-in-Charge for at least 24 hours continuously to ensure leak proof
connections. All arrangements for testing shall be made by the contractor at his own cost. Any
defects noticed shall be rectified to the entire satisfaction of Engineer-in-Charge.

15.5 The mounting height of various fittings shall be as directed by Engineer-in-Charge.

15.6 As far as possible joints shall be avoided in the pipes laid underfloor.

(a) As far as possible water supply pipe line shall be run exposed on external face of walls
of the buildings. Water supply pipeline inside the buildings in toilets, bath and WC for all type of
accommodation shall be concealed.
(b) Necessary cuttings/leaving/ forming holes, chases etc in walls, floor and ceiling and
making good involved shall be deemed to have been included in the unit rate quoted by the
contractor for respective item of schedule of works.
15.7 Make of materials shall be as Listed in Appendix ‘B’ to particular specifications.
16. INTERNALELECTRIFICATION
16.1 STANDARD OF QUALITY AND WORKMANSHIP

(a) The supply and installation of all electrical equipments and accessories shall strictly comply
with provn contained in the latest edition of Indian Electricity Act and Rules framed there under as
applicable except where regulations and rules modified by these specification and relevant codes
of practice for internal electrification’s (IS-732) and Para 19.2 of MES SSR Part I will be referred to
General requirement.
(b) Refer condition 25 of General Condition of Contract (IAFW-2249). All electrica works shall be
carried out by properly skilled and licensed electrician under the supervision of qualified electrical
supervisors. The contractor shall on demand by Engineer-in-Charge produce such evidence of
qualification of his workman and supervisor either at commencement of work or at any time
thereafter during the currency of contract. Record of license of electrician and supervisor shall be
endorsed in works diary by Engineer- in-Charge in token of check made byhim.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 163

PARTICULAR SPECIFICATIONS (CONTD……)


(c) The entire work carried out shall be of highest standard with the best workmanship and to
the entire satisfaction ofGE.

(d) All equipments and materials incorporated in the work shall be standard make and unless
specifically specified herein after shall strictly comply with current relevant India standard
specifications or BSS where no ISS has beenpublished.

(e) Samples of all electrical fittings shall be first got approved from GE in writing before
incorporation in the work and shall conform to the relevant IS or make and catalogue number
asspecified.
(f) Internal wiring shall conform to IS-732 code of practice for electrical wiring installations.
Point wiring shall be with 1100 volts grade Cable with stranded conductor all as described in
Schedule of works.

(g) Wall thickness of conduit pipe shall not be less than 2.00mm Grade of conduit and
conduit accessories shall be medium (MMS).

16.2 SCREWS: All screws shall be of galvanizediron.

16.3 LINK CLIPS: These shall be of aluminum conforming toIS-2412.

16.4 PRESSED STEEL TERMINAL BOXES:


Terminal boxes shall be of suitable size required to mount switches, regulators, sockets etc.
16.5 FLEXIBLE CORDS: Flexible cord 23/.0076’’ shall conform toIS-434.

16.6 MATERIALS

17.6.1 Sand shall be coarses and conforming to the samples kept in GE Office and shall be free from
deleterious materials and pebbles.
17.6.2 The materials shall be as specified in schedule of work and as under:-
Materials Refer to Para of MES SSR Part I
(a) Cables cords andearthingleads 19.24
(b) Cables for internal wiring for light, power and sub 19.25
mains
(c ) Conduit andconduitfittings 19.29
(d) Plug/gutties 19.30
(e) Ceilingrose 19.32
(f) Shades 19.33
(g) Bulkheadfittings 19.34
(h) Socket holders 19.40
(j) LampHolders 19.41
(k) SwitchBoards 19.105
(l) Distributionfuseboard 19.44
(m) MiniatureCircuitBreaker 19.46

MATERIALS AND SAMPLES

17.7.1 All the materials to be incorporated in these work services shall strictly comply with the latest
appropriate India standard specifications (ISS) or if ISS has not been issued they shall comply
with the current relevant BSS. The work shall be carried out as per the provisions of IE rules
and ISS as applicable.

17.7.2 Tenderer shall clearly specify the IS/BS specifications to which each equipment offered by him
shall be manufactured or have beenmanufactured.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 164

PARTICULAR SPECIFICATIONS (CONTD……)


17.7.3 Samples of the following will be supplied by the contractor to GE for his approval within four
weeks of issue of work order No. 1:-

(a) All type of Electrical equipments/ lightfittings


(b) All type of Cables
(c) Any other item as directed by GE.

17.7.4 The contractor after obtaining written approval of samples from GE shall obtain/materials from
the approved manufacturer or through their authorized distributor only. As a proof that then
particular equipment/material is obtained from the manufacturer or his authorized dealer, the
contractor shall produce such evidence to the satisfaction of GE. The materials shall be
brought at site with maker’s original packing with sealintact.

17.7.5 The contractor shall proceed with the work only, after approval of samples in writing by the GE
and approved samples shall be labeled as such as signed by both contractor and GE and kept
in custody of the GE, till the final completion of thework.

17.8 MCBs, DISTRIBUTION BOARDS AND PLUG AND SOCKETDBs

17.8.1 Distribution boards shall be factory made and conforming to IS: 8623 suitable for universal
mounting copper bus bar, neutral bar, Earth bar, Standard DIN bare Rail and cable ties for
cable management, Top and bottom shall have removable gland plates with knock outs. The
copper bus bar shall be suitable for 100 amps unless specified other wire in Schedule
ofworks’.

17.8.2 SPN Distribution boards shall be suitable for provision for DP/SPN MCBs/Isolators as incomer
and SP outgoings all as specified and shall be flush mounting type. The degree of protection
shall be IP-42 protection with acrylic door unless specified otherwise inSchedule.

17.8.3 TPN distribution boards shall be suitable for FP/TPNMCBs/Isolator as incomer and TPN/SP
outgoings all as specified and shall comply with IP-42 protection with metal door unless
specified otherwise in Schedule of works.

17.8.4 Distribution boards shall be fixed flushed on the wall at locations as directed by Garrison Engineer.

17.8.5 MCBs: - All MCBs shall be conforming to IS-8828 of 1996 and shall be ISI marked.
These shall be suitable for ‘C’ curve and 10KA breaking capacity and shall be provided with
Box terminal on top and bottom both suitable for adopting cable size up to 50 Sqmm. The
Enclosure of MCBs shall be of ‘Moulded Self Extinguishing thermo set plastic and these shall
be suitable for snap fixing on standard Din Rail. The current capacities and poles shall be all
as specified in Schedule of works.

17.8.6 MCBs Isolators – All MCB type isolators shall conform to IS : 13947-3 and shall be suitable for
impulse voltage of 6KV and short time with stand capacity of 1000 Amps for 0.3 seconds.
17.8.7 Plug and Socket DBs:- Plug and socket distribution Boards including SP/DPMCBs for
Protection of appliances like window type/split type Air conditioners and Geysers shall only be
provided all as specified. All these plug and socket DBs shall be of universal mountingtype.

17.8.8 The makes of Distribution Boards, Plug and socket DBs and MCBs shall be all as specified
Here in after and the models/Type shall be as indicated in the respective item of schedule of
work.
17.9.1 All testing as specified in MES Schedule shall be carried out on completion of work. The
contractor shall supply all necessary material and apparatus at his own cost for testing. The
test result shall be recorded and signed by the GE and the contractor. Electricity for the test
shall be supplied free byMES.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 165

PARTICULAR SPECIFICATIONS (CONTD……)

17.9.2 During polarity test of switch the phase conductor shall be in the switch and not directly
connected to the fitting i.e. holder, socket outletetc.

17.9.3 The following tests shall be carried out to the entire satisfaction of the Engineer–in-Charge
before the work is finally handed over by the contractor and completion certificate is issued:-

(a) Polarity test


(b) Insulation resistance test Test results shall be lower than the minimum specified in
Continuity test sectional and 1E rules/ISS.
overall
This is not to exceed one ohm
(d) Earth resistance test

Clause 19.146 of SSR (Part I) is also applicable.

17.10 TEST CERTIFICATE

17.10.1 Manufacturer’s test certificates shall be furnished by the tender r in respect of cable/wire etc as
demanded by the department. If deemed necessary, initial test may be conducted at the
manufacturers work shop in presence of GE representative. All tests shall be carried out in
accordance with relevant Indian Standards (or British Standards where India Standards do
notexist)

17.11 RECORDS DRAWINGS

17.1 The contractor shall, after successful completion and testing, submit record drawings
1 prepared by Auto CAD software (2 CDs + 2 hard copies (A2 size) indicating the complete
electrical network and circuitry to facilitate reference and maintenance.

LIGHT FITTINGS
17.
(a) Light fittings shall be as specified in schedule ofworks.

(b) Fitting shall be procured from the manufacturers or their authorised dealer only. GE shall
verify the name of authorised dealer from the manufacturer before incorporating into theworks.

(c) Contractor shall given guarantee certificate of LED lights fittings to the Govt for a minimum
period of two years or more period as per manufacturer’s policy fromthe certified date of
purchasing of LED lights
i.e. date of purchase voucher for replacement of defective LED lights during two year period or
more period without any extra cost to the department. Defect liability for LED lights shall be
deemed to be amended accordingly. Condition 10, 46 and 68 of the General Conditions of
Contracts (IAFW-2249) shall be deemed to be amended to the extent mentioned above.

(c) Fitting shall be properly earthed.

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 166

APPENDIX ‘A’ TO PARTICULAR SPECIFICATIONS


SOURCE OF MATERIALS
Sl Name of Materials Source of materials for works at station
No
1. Bricks and brick tiles As specified herein before.
2. (a) Coarse aggregate for all Crushed stone from Rishikesh/Haldwani/Jwalapur
RCC.
(b) -do- for all PCC work Crushed stone from Rishikesh/Haldwani/Jwalapur
3. Coarse sand for RCC/PCC lime Rishikesh/Haldwani/Yamuna Sand from Dak
concrete, DPC and sealcoat. Pathar
4. Sand for plastering, Pointing, Haridwar/Yamuna Sand from Dak Pathar
Brick work, sand for
cushioning, filling and covering
for LT cables.

5. Broken/crushed stone/boulders Rishikesh/Haldwani/Yamuna Sand from Dak


for hard core and road work, Pathar
stone chipping for premix
carpeting.
6. Stone for WBM and Sub- Rishikesh/Haldwani/Yamuna Sand from Dak
base/soling, screening and Pathar
Premix carpet.

NOTES

(a) Sources of materials shall be as given in Srl No 1 to 6 above or in the vicinity thereof. The
tenderer shall ascertain the actual position/exact location of source before submitting his tender and no
additional payment shall be made on account of misunderstanding or its distance from site of works.

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

(c) However, if due to any ban imposed by the state Govt authority on obtaining the materials from
the sources specified above and/or specified materials is not available at the sources mentioned above,
these materials conforming to specifications as given in particular specifications will be procured from any
other place/source after getting the same approved from GE in writing and without any extra cost to Govt.

______________________________ AAD (CONTRACTS)


(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER
DATE : _______________________

(Signature of Contractor) (For Accepting Officer) Contd/-...


CA NO CE R&D/DLI-12/DDN/2021-22 Serial Page No 167

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS


APPROVED MAKES/NAMES OF FIRMS FOR PRODUCTS TO BE INCORPORATED IN WORK

SER PRODUCT PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS


No CATEGORY

GROUP I GROUP II GROUP III


NOTE: - The products have been grouped into the following categories as per clarification below: -
(a) GROUP-I : Products recommended for Prestigious and Heritage Buildings (High End).
(b) GROUP-II: Products recommended for important / routine use (Middle End).
(c) GROUP-III: Products recommended for lower end use like sheds, garages etc. (Low End).
1 CONCRETE
Ready Mix Concrete (RMC) Lafarge (Nuvoco) Lafarge (Nuvoco) Lafarge (Nuvoco)
Ultra tech Ultra tech Ultra tech
ACC ACC ACC
Prism RMC Prism RMC Prism RMC
RDC concrete RDC concrete RDC concrete
Ramco Ramco Ramco
India cement Ltd India cement Ltd India cement Ltd
JK Laskhmi Cement Ltd JK Laskhmi Cement Ltd JK Laskhmi Cement Ltd
Godrej & Boyce mfg Co Godrej & Boyce mfg Co Godrej & Boyce mfg Co
Nuvoco RMC Nuvoco RMC Nuvoco RMC
Bi Tech AAC Block Bi Tech AAC Block Bi Tech AAC Block
Qcrete Readymix (I) Pvt Ltd (Qcrete) Qcrete Readymix (I) Pvt Ltd (Qcrete)
2. AAC Block, Grade-I (5N/mm2) density 651- Ultra tech Ultra tech Ultra tech
750, IS 2185:pt-III Birla Aerocon Birla Aerocon Birla Aerocon
Ascolite Ascolite Ascolite
Siporex Siporex Siporex
Magicrete Magicrete Magicrete
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 168

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)

Kamlesh Greencrete Pvt Ltd Kamlesh Greencrete Pvt Ltd Kamlesh Greencrete Pvt Ltd
(Brand:Kamcrete) (Brand:Kamcrete) (Brand:Kamcrete)
Godrej & Boyce mfg Co Godrej & Boyce mfg Co Godrej & Boyce mfg Co
3. Ready Mix Plaster Acco Plast Magic plast
Birla Aerocon Wallplast’s “Buildwell”
Ascolite Speed Dry Mix “Eco Plaster”
4. Ready Mix Jointer Mortar Acco Plast Magic Plast
Birla Aerocon Wallplast’s “Buildwell”
Ascolite Speed Dry Mix “Eco Plaster”
JOINERY
5. Factory made wooden shutter/flush Century Doors ITP Doors Premier Wood Craft (P) Ltd
Doors/frames Greenlam (Brand: Mikasa Door Punjab Plywood Industries Ambika Timber Works
Frames)
Jain Doors Jain Wood Industries (JAYNA)
A1 Teak Product Pvt Ltd. Yamuna Interiors Pvt Ltd
6. Panel Doors/skelton door shutters A1 Teak Product Pvt Ltd
MP Woog Products
Goyal Industrial
Jain wood industrial
Pioneer Timbers
Door King Industrial
Indian Timber Product
7. Flush Doors Archid Ply
Duro Doors
Bhutton Tuff
Swastik
Durian
8. Factory madde PVC, FRP shutters and Qute Extursions Pvt Ltd Acura Polytech Stay Bright Windows
frames (Brand:Qute)
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 169

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


OM Industries Navratan Specialty Chemicals LLP
(Giza)
Rajshri Plastiwood Punjab Plywood Industries
Duroplast Yamuna Interiors Pvt Ltd
Sintix Industries Ltd
Fenesta
Durian
9. UPVC Doors, Windows, Kitchen Cabinets and Fenesta Duroplast Liberty 21
Ventilators, Ceiling, wall Panelling and duct Qute Extursions Pvt Ltd Acura Polytech Encraft India Pvt Ltd
cover (Brand:Qute)
Madhu Industries Stay Bright
H2O Solutions
Prominance
NCL Wintech
ALUPLAST
Rehau India Pvt Ltd
Veka Limited
10. Wood Plastic Composite (WPC) Doors & Kalinga Yamuna Interiors Pvt Ltd Echon
Frames Ecoste
Hardyplast
Qute Extursions Pvt Ltd
(Brand:Qute)
Duroplast
11. Steel Windows, Ventilators, Door Frames, M/s Godrej & Boyce Steel Mfg, M/s Agew Steel Mfg Pvt Ltd, M/S Jangid Engnineer, Jaipur
Shutters Mumbai Ahmedabad
Madhu Industries M/s Raymus Structurals and M/s Surbhi Metal, Jodhpur
Engineering, New Delhi
Ashwani & Sons, Gaziabad M/s Bihar Bobbin & Engg work, Katihar Decan structural Pvt Ltd, Bangaluru
Multiwyn Industrial Corporation,
Kolkata
Agew steel, Ahmadabad
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 170

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


M/s Shiv Mullar, Ahemedabad
M/s Sen-Harvic, Mumbai
Steel Man Industries Jamu
12. Aluminium section of shutters/frame for Hindalco Bhoruka Extrusions Private Limited
door/windows/ventilators Jindal Deco Grill
Associated Group (Eleser Focci
Nivrav Commercial Ltd)
Maan Aluminium
Century Extrusions Ltd
Banco Aluminum Ltd
Sterlite
Ajit India
13. Steel Rolling Shutters/Grills & Collapsible Weiroll Decogrille Sri Sai Ganesh Structurals
Gates Gandhi Automation Pvt Ltd
M/s Swastic Rolling shutters,
Mumbai
Metal King
Indian Entrance Automation
Indian Rolling shutter Banglore
New Karnataka Rolling Shutter
Banglore
New Dynamic Rolling Shutter
Chennai
Aakash Rolling Shutter Hyderabad
Access Automation Hyderabad
Shri Krishna Associates
Panchkula
Eshwar Industries Meerut
Steel Man Industries Jalandhar
Rolled Formed GI Section prepainted/colour NCL Seccolar M/S Ashwani & Sons (Brand ASECO)
14.
Coated Windows (Box Type)
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 171

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)

Tata Pravesh Madhu Industries (Box Type)


BUILDER’S HARDWARE
15. Hydraulic Door Closer Godrej Hafele Hardwin Kelin
Ozone Door Set Ranjan Amar Engg Co, New Delhi
Spider Dyana
IPSA Door Closer
16. Aluminium Tower Bolt/Airdrops/Door Handle/ Jindal Swastik RP Lock Co New Delhi
Butt Hinges/Towel Rails ESSESS KICH
Aluminium Udyog (Brand- Global)
17. Mortice Locks Harrison KICH
Godrej Boyce Co Ltd
Dorset India
Spider Metal Product Limited
ENOX
Jainson
18. Drapery Rod Vista Levolor Sophia
MAC-DÉCOR
DECO Window
Jayesh Metal Corpn (JMC)
19. Venetian Blinds Vista levolor Johnson Blinds
Aerolux Classic Blinds
MAC
STEEL, ALUMINIUM & IRON WORK
Fencing (Chain Link, Concertina coil, A-1 Fence Products Company Pvt Nitin wire Group
weldmesh, Electric, Gabions, Honeycomb, Ltd
Razor wire, Razor Blade Tape, UNICO
20.
Weldmesh system, 358 Anti weldmesh
system, tree guard, barbed, anti climb) and
security Gates
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 172

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)

Shankar Weldmesh Pvt Ltd Indian Wiremesh Corp.


Tata Steel Global Wires
Secure fencing Delhi
Eco Netting Nagpur
OM Wires and Wire Products
Kolkata
Just Fence Hyderabad
Rajesh Industrial Corporation
Chennai
Zeetmaull Janichandlaal Madras
Pvt Ltd.
Oswal Wiremesh Co Banglore
Mysore Wires Netting Co Pvt Ltd
Banglore
Asian Fence Wire Products
Hyderabad
ROOF COVERING
21. Manglore Tiles Charminar Mari tile wks, Kawiyoor
Raja Saint Anthony’s Muvattupuzha,
Ernakulam
Recho M/s Harssika Decorative tiles,
Mahboobabad
Prajapat
Kerala Tile Wks, Trisur
22. Non Asbestos Fibre reinforced Everest Industries Ltd (EVEREST)
(polypropylene), 6mm Cement Corrugated Ramco
sheets
23. Pre-Painted Galvalume/Galvanised JSW Colouron+ JSW Colouron+ JSW Colouron+
Corrugated Steel Sheets Tata Bluscope Steel Tata Bluscope Steel Tata Bluscope Steel
Lloyd Insulation Lloyd Insulation Lloyd Insulation
Tatal Steel BSL Tata Steel BSL Tata Steel BSL
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 173

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)

Kirby Building Solutions (I) Ltd Kirby Building Solutions (I) Ltd Kirby Building Solutions (I) Ltd
Metco Roof Pvt Ltd Metco Roof Pvt Ltd
Indian Steel Corporation Ltd Indian Steel Corporation Ltd
National Steel & Agro Industries Ltd National Steel & Agro Industries Ltd
24. Cold Rolled Close Annealed (CRCA) steel JSW MI Indian Steel Corporation Ltd
Sheets JSW Steel Thakkar Group
Tatal Steel
Nezone
CEILING, LININGS & PANNELING
25. Perforated Particles Boards/tiles for insulation Anchor Ceiling Tiles Eternite Shree Saibaba Impex (Kunal)
and acoustic Armstrong Aerolite SN Industries
Anutone Navrattan Specialty Chemicals LLP
(Giza)
Knauf
Kitply Ceiling Tiles
26. Plywood/Block Boards Century Plywood Kitply
Mysore Chip Board, Mysore Swastik
Green Ply Indian Plywood
Anchor Jain wood Industries (JAYNA)
Archid Ply Punjab Plywood Industries
Bhutan Tuff Indian
27. False Ceilings Anutone Navratan Specialty Chemicals LLP
(GIZA)
Armstrong Knauf
Aerolite
Saint Gobain gyproc
Diamond Ceilings
Ramco Hilux
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 174

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)

28. False Ceilings Members (Perimeter, Ceiling Armstrong Knauf


section, intermediates, Angles etc.) Aerolite Llyod
Saint Gobain gyproc Gypframe Steel
Gridsquare
Ramco Hilux
29. Particle Board Cement Bonded NCL Industries ltd(BISON
PANEL)
Everest
Hyderabad Industries Ltd(HIL)
30. Laminated Sheets Formica Nova Teak Super Eco Board
Sun Gloss Nova Pan Kitlam
Sunmica Green Lam
Backlyte Hylum Associate Laminates
31. Thermal / Acoustic Insulation Armcell India Pvt Ltd Allied Insulation India
(Nitrile Rubber) & Insulation (ARMAFLEX)
Covering System/Accoustics
panels Lloyd Insulation Mag Hard Insulators
Rock Wool India Engineering
Himalayan Acoustics
32. Adhesives Pidilite
Fevicol Anabond
Vemicol Araldite
Glass Reinforced Diamon & Ceiling
Gypsum (GRG) Gypcore
32 A
Maruti Gypsum,
Ceiling tiles
SHERA
33. Pre-laminated Particle Board Kitiam Archid Ply Mysore Chip Board,Mysore
Centuary Plywood/Sharon Associate Laminates
Green Ply (Greenlam MFC Eco Board Industries, Pune
Board)
Anchorlam
34. Veneered Particle Board Green Ply Swastik Plyboard A-1 Boards
Kitply JainWoodIndustries(JAYNA)
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 175

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


Associate Particle Board
Century
Sharon
35. Aluminium Composite panels Aluco Bond Aluminium Tech Industries
Aistone Alexia Panels(ALEX)
Viva
Aludecor
FLOOR FINISHES & PAVINGS
36. Glazed Wall Tiles Johnson Tiles Johnson Tiles Murudeshwar Ceramics
Kajaria Kajaria Spartek
Somany Somany
Nico Nico
AGL Tiles AGL Tiles
Regency
Asian
Orient Bell Limited
Oasis Tiles
37. Non-skid Ceramic tiles Johnson Tiles Johnson Tiles
Kajaria Kajaria
Somany Somany
Nico Nico
AGL Tiles AGL Tiles
Regency
Asian
Orient Bell Limited
Oasis Tiles
38. Vitrified Tiles Johnson Tiles Orient Bell Limited
Kajaria Oasis Tiles
Somany Vitero Tiles
Nico Nitco
AGL Tiles
Euro Tiles
39. Mosaic/Cement Flooring Tiles Nitco Nitco Nitco
Hindustan Tiles Hindustan Tiles Hindustan Tiles
Ultra Tiles Ultra Tiles Ultra Tiles
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 176

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)

Duracrete Duracrete Duracrete


India Tiles and Marbles , Chennai India Tiles and Marbles , Chennai
M/S Gwailor Granite,Gwalior M/S Gwailor Granite,Gwalior

40. Acid Resistant Tiles M/S Johnson, Mumbai M/S Johnson, Mumbai M/S Johnson, Mumbai
Somany Somany Somany
Kajaria Kajaria Kajaria
M/S Burn Standard Co, Jabalpur M/S Burn Standard Co, Jabalpur M/S Burn Standard Co, Jabalpur
M/S Purshuram Pottery Wks, M/S Purshuram Pottery Wks, Rajkot, M/S Purshuram Pottery Wks, Rajkot,
Rajkot, Morvi Morvi Morvi
M/S Coromandel Products M/S Coromandel Products
M/S Ishwar Industries,Delhi M/S Ishwar Industries,Delhi
M/s Regency Ceramics M/s Regency Ceramics
Duracrete Duracrete
41. Cement Concrete Interlocking Paver Blocks/ M/S Ultra Tiles Astra Tile and Pavers
Tiles NITCO Basant Betons
Topaz Tiles CEME
Godrej Boyce Mfg Co Ltd Supreme Tiles
42. PVC Sheet and tile flooring Krishna Vinyl Tiles Neelkamal
Armstrong Premier Vinyl Flooring,New Delhi
M/S Marblex Tiles Rikvin floors, New Delhi
Polyfin Tiles Wonder floor
Square Foot
43. Laminated Wooden Flooring Action Tea Mohawk
Armstrong & Bruce A1 Teak products Pvt.Ltd.
Pergo
M/S Greenply Industries Limited
(Green Floormax)
44. Acrylic Washable Distemper Kansal Nerolac (Beauty) Shalimar Paints
Berger Paints(Jadoo) ICI India
Asian paints (Tractor Uno) Jotun
Jenson & Nicholson Garware
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 177

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


WHITE WASHING, COLOURING & DISTEMPERING
45. Interior Emulsion Wall Finish Asian Paints Jenson & Nicholson
Berger Paints ICI India
Nerolac Pidilite Weatherproof
Shalimar Paints Jotun
46. Exterior Emulsion Wall Finish Asian Paints (apex Ultima)
Berger Paints (wheathercoat all
Guard)
Dulux (whethersheild max)
Kansai Nerolac (Excel top Guard)
47. Cement Base Paint Super Snowcem Asian Paints
Duracem Accrocem
Aquacem Jenson & Nicholson
Shalimar
Berger
48. Cement Putty Birla Cement Shalimar
JK White Jenson & Nicholson
Golden Mohar MYK Arment
Asian Paints
49. Sheet glass plain/Frosted Saint Gobain Gold Fish
Modiguard Trupti
Atul Glass Industries
GLAZING
50. Heat absorbing glass & reflective solar control Saint Gobain Gold Fish
film Modiguard Trupti
Atul Glass Industries
Garware
51. Rough Cast/Pin Headed wired glass Saint Gobain Gold Fish
Modiguard Trupti
Atul Glass Industries
52. Oil Putty Gold Mohar M/s Anglo Dutch Colour & Varnish wks,
Najafgarh Rd
Shalimar Hardware M/s Bhagsson Paint Industries,
Najafgarh Rd
M/s Atul Dyes and Chemicals MYK Arment
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 178

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


UK Paint Industries, Gurgaon
Jenson & Nicholson
Beger
53. Mirror Modiguard Gold Fish
Atul Hindustan Glass Kolkata
Asahi (AIS) Glass
Kohinoor
Swastik
Saint Gobain
PAINTING
54. Synthetic Enamel Paint Asian paints (Apiolite Premium MKY Arment
Gloss)
Nerolac (Synthetic Enamel HI-
Gloss)
Berger Paints (Luxol)
Akzo Nobel Dulux (Super Gloss)
Jenson & Nicholson
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 179

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


E/M
WATER SUPPLY, PLUMBING, DRAIN & SANITARY APPLIANCES
1. Atmospheric Potable Water Generator Maithri Aquatech (MEGHDOOT)
Kistler Morse Automation Pvt Ltd
2. Cast Iron (CI) Pipes & Fittings Electro –steel
Kejriwal
NECO
Kesoram
3. Galvanized Iron (GI) pipes & Fittings Tata BST
Jindal Surya
Zenith
Swastik
Prakash
4. Ductle Iron (DI) Pipes & Fittings Jindal Electro steel castings
Tata Metaliks
SAW Pipes
5. Mild Steel (MS) Pipes & Fittings Tata Swastik
Jindal Surya Prakash
Zenith BST
Finolex
6. HDPE Pipes & Fittings
Prince
Supreme
Jain Irrigation Sys
7. CPVC Pipes & Fittings Finolex Sentini Flo Pipes
Dutron
SFMC
Astral
Prayag Polymers
8. PVC- Soil Waste, Rainwater (SWR) & Supreme Dinesh
Drainage Pipes Prince Amogh Plast
Kisan Astron Plastic
Finolex Sentini Flo Pipes
Infra
9. PPR Pipes & Fittings Prince SFMC
Finolex KPT
Supreme Vectus
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 180

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


10. PVC Pipes & Pipes/PVC-O & fittings Prince Savoir Faire Manufacturing CO. Pvt.
Ltd (SFMC)
Finolex Kanha Plastics Pvt Ltd, (KPT)
Supreme Vectus Industries Ltd
Sentini FloPipes
CCAL
11. UPVC Pipes and fittings Prince GM Modular Pvt Ltd
Finolex Sentini Flopipes
Supreme
Prayag Polymers
12. UPVC Pipes & Fittings for SWR Prince Sentini FloPipes
Finolex
Supreme
13. Polythylene/Aluminium/Polyethylene Prince
Composite Pressure Pipe Finolex
Supreme
14. Plastic Pipe (for non Pressure Drainage & Prince
Sewerage) Finolex
Supreme
15. CI – Soilwaste Rainwater (SWR) & Drainage NECO, Nagpur Bengal Iron Co.
Pipes Kesoram Kapilansh Dhatu Udyog
Electro Steel
16. AC- Soilwaste Rainwater (SWR) & Drainage M/s Everest Asbestos Hyderabad Rajasthan Asbestos
pipes Vishakha Ind Ltd M/s Asbesto Cement Ltd
M/s Hyderabad Asbestos Cement Sarbamangala Mfg Co Kolkata
(charminar)
M/s Ramco Rohtas Industries, Dalmia Nagar Bihar
Swastik
17. RCC Pipes, Drain Pipes Indian Hume Pipes Aswathy Spun Pipes
Everest Dhere Concrete products
Himalaya
Thuluvananikal Pipes
18. Air Release valves Leader Venus
BIR Normax
Kirolskar
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 181

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


Upadhyay
Sant
AUDCO
L&T
19. Float Valves (Brass) Upadhyay Varun
Leader Venus
Kirloskar AARKO Pipe Gram udyog
Sant
AUDCO
Prayag Polymers
Jainko
20. Reflex Valves/ Non return valve/ check Valve Upadhyay Varun
Leader Venus
Kirloskar AARKO Pipe Gram udyog
Sant Normax
AUDCO
L&T
Jainko
21. Sluice Valves Upadhyay Venus
Leader AARKO Pipe Gram udyog
Kirloskar Zolota
BIR Kalpana
AUDCO
L&T
22. Butterfly Valve/Disc Valves Kirloskar SIR
L&T AARKO Pipe Gram Udyog
AUDCO Castle
Upadhay Normax
Jainko
23. Gate valves Leader Hindustan metal Industries
Zoloto Jaypee Jaypee
Gem kingston
SEICO Hansa
Sant
Jainko
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 182

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


24 Water Meter Capstan Ashi
Dashmesh GEC
Kaycee MECO
Capital
Kirloskar
25 GRP / FRP Water Tanks PipeCo Tanks
Sovisy
Sintex
Trident
26 PVC Water Tanks / Polythylene Sintex Plasto, Nagpur
Polycon, Jai[pur Polywell M/S Okey Polymers Pvt Ltd
Rolex JS Polyplast
Infra Ergen Plastic Industries, Jodhpur
Vectus Industries Ltd
Piyush Plasto Chems Pvt Ltd
(MODIGOLD)
27. PTMT Bathroom and Hardware Fitting Prayag Polymers R.S. Industries (POLYTUF)
Vectus RC Plasto
Jainko
28. Chromium Plated(CP)/ Copper/Brass-Alloy, Jaquar Marc
Pillar Tap, Bib Tap, WallMixer, Shower, Somany Aluminium Udyog (Brand-KUNCHAL)
Diverters, Waste Coupling, Bottle Trap,
Health Faucet, Angle Cock, Cocealed Stop Kohler Gem Sanitary
Cock, stop cock and other related Grohe Leader
accessories Hindware SEICO
Mohan Metal industries
Asain Paints (Bath division)
Jainko
Prayag Polymers
29. PVC float valves and GMP Hansa Kingston
accessories Neta SEIKO
Zolota Ajanta Polymers(Millennium)
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 183

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


Prayag polymers Shakti Enterprises
Symet Precision Products
30. Gun-Metal Globe/ Gate Leader Balaji
Valves/Angle Valves Zolota Shakti
Kirloskar Dashmesh
Bir Chambla
Mohan metal Indsutries
Kartar
Jainko
31. Shower Rose Jagaur Kingston
Kohler Meera
ESS-ESS Marc
Soma Parko
Crabtree Asian Paints (Bath division)
Jainko
32. CI/Brass/SS/Ball Cocks Leader Suraj Metal Corp
Zoloto
Jainko
Prayag Polymers
33. Water Closet-Vitreous china CERA Shakti
(European/Indian)/Squatting pan Orissa Parryware Neyveli Ceramics (Neycer)
Pattern
Jaquar Simpolo Vitrified Pvt Ltd
Hindware GLINT Faucet Inc (GLINT)
Johnson Somany Ceramics Ltd (Somany)
Kohler Asian Paints
Jainko
Prayag Polymers
34. Flushing Cistern- PVC low Level incl Flush Parryware Asian Paints (Bath Division)
valve and fittings for WC and Urinals Commander Speed Flo
CERA Ajanta Polymers
Johnson Shakti Enterprises
Jaquar Precision Products
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 184

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)

Kohler
Jainko
Prayag Polymers
Neycer
35. Plastic seat covers for EWC Parryware Duralite
Commander Champion
CERA Speed flo
Jaquar Asian Paints (Bath Division)
Kohler Ajanta polymers
Neycer
Prayag Polymers
36. Urinals-Vitreous China Jaquar Shakti Enterprises
Johnson Asian Paints (Bath Division)
Neycer Simpolo Vitrified Pvt Ltd
Parryware Somany
Hindware Prayag Polymers
CERA
Kohler
37. Wash Basin –Vitreous China Neycer Shakti Enterprises
Parryware Asian Paints (Bath Division)
Hindware Simpolo Vitrified Pvt Ltd
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 185

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


CERA Somany
Jaquar Prayag Polymers
Johnson Glint Faucets Inc (GLINT)
Kohler
38. Stainless Steel Sinks/plate racks (SS) Parryware Bluestar sanitary Industries Pvt Ltd
Shakti Plasto Craft sanitary (I) Pvt Ltd
Prayag Polymers Diamond
Phoenix Neelkant
Jayna Asian Paint (Bath Division)
Nirali
Jainko
39. Towel Rails/ Brackets and toilet paper holder CERA Asian Paint (Bath Division)
Parryware Prayag Polymers
Jaquar Shakti
Hindware Neyveli Ceramic (Neycer)
Johnson Simpolo Vitrified Pvt Ltd
Kohler Glint Faucets Inc (GLINT)
Somany Ceramic Ltd (SOMANY)
Jainko
40. Centrifugal/Mono block Pump Kirloskar Calama
Beacon Shakti Pumps India Ltd (SHAKTI)
Crompton Greaves Karvel Pump Sets
KSB Ekki Pumps
Mather & Platt Havells
Jyoti
Grundfos Pumps India Pvt Ltd
CRI Pumps
Kirloskar Mody Pumps
KSB Kishor Pumps
41. Submersible Pump/Open Wall Pumps Mather & Platt Calama
Jyoti Shakti Pumps India Ltd (Shakti)
Grundfos Pumps India Pvt Ltd Deccan Industries
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 186

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


CRI Pumps Karvel Pump set
Suguna Pumps Ekki Pumps
Havells
42. Vertical Turbine Pumps/Horizontal Split case Kirloskar Mody Pumps
Pump set KSB Johnson
Mather & Platt Worthington
Jyoti Karvel Pump Sets
CRI Pumps EKKI pumps
Deccan Industries
43. Non clog sewage submersible and VT Kirloskar Kishor
Pumps/Dewatering Submersible Pump Set KSB Suguna Pumps
Mather & Platt
Grundfos Pumps India Pvt Ltd
CRI Pumps
44. Pumps for Fire Fighting Crompton Greaves
Kirloskar
Mather & Platt
Bharat Bijlee
ELECTRICAL WORK
45. Pre-stressed Concrete Poles M/s Cement Fabric India,Jodhpur Precto, Chandigarh M/s Concrete Fabrics, Haryana
M/s Hindustan Pre-stressed Beton Concrete Product, Aurangabad Shree Balaji Enterprises
Concrete, Faridabad
M/s India PCC Poles
M/s Concrete Udyog Jhansi
M/s Sankla Udyog, Jhansi
46. Pole- Steel tublar India Tube and Co. Metal Coats, Chennai Sohan Lal
India Electric Poles Mfg Co., Bharat Conduit and steel works,
Maharastra Kanpur
Bombay Tubes Quality Steel Products Ltd, Kanpur
The National Tubing Co. Kanpur
Kalinga Tubes
Singh Profile, Pune
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 187

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


BHEL Bengal potteries
Jayshree Pactil
Insulators-HT/LT Disk/ WS Insulators Jaipuria
47.
Pin/Shackel/Loop/string type Southern Insulators Yamuna Power
MEI
Modern Insulators
48. Air Circuit Breaker (ACB)-LT 1100 Volts L&T L&T L&T
Siemens Seimens Seimens
ABB ABB ABB
Schneider Schneider Schneider
Crompton Greaves Crompton Greaves Crompton Greaves
GEC GEC GEC
Control & switchgear Control & switchgear
BCH BCH
49. Vacuum Circuit breaker (VCB) Suitable for SIEMENS SEIMENS
33 KV, 22KV and 11KV system incl Crompton Greaves, Mumbai Crompton Greaves, Mumbai Crompton Greaves, Mumbai
accessories
ABB Ltd , Banglore ABB Ltd , Banglore ABB Ltd , Banglore
Alsthom Alsthom Alsthom
BHEL BHEL BHEL
Schneider Schneider Schneider
M/s Indian Transformers and M/s Indian Transformers and Electrical M/s Indian Transformers and Electrical
Electrical Pvt Ltd Gurgaon. Pvt Ltd Gurgaon. Pvt Ltd Gurgaon.
Jyoti Ltd, Vadodra Jyoti Ltd, Vadodra
Andrew Yule Andrew Yule
Yamuna Power Yamuna Power
50. Automatic Power Factor Correction (APFC) L&T L&T L&T
Panel GEC GEC GEC
Siemens Siemens Siemens
ABB ABB ABB
Epcos Epcos Epcos
M/s Indian Transformers and M/s Indian Transformers and Electrical M/s Indian Transformers and Electrical
Electrical Pvt Ltd Gurgaon. Pvt Ltd Gurgaon. Pvt Ltd Gurgaon.
Shakti Shakti
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 188

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


BCH BCH
Shalabh India Industries Shalabh India Industries
51. Power Factor Improvement Capacitor Banks L&T Shreem
Siemens Universal
Epcos Crompton & Greaves
GEC Shalabh India Industries
ABB
52. HT Switch Gear 66/33/22/11KV 3 Phase, Cromton Greaves, Mumbai Southern Switch Gear, Chennai
Gas Circuit, Breaker Circuit breaker SF-6 Schneider , New Delhi Andrew Yule
type
ABB Ltd Banglore BHEL
Siemens Ltd Mumbai Yamuna Power
ITEL
53. HT 11 KV, 3 Ph Automatic Switch Fuse Unit ABB Ltd Banglore MEI
Alsthom Jyoti
Crompton Greaves, Mumbai Southern Switch Gear, Chennai
Schneider, New Delhi Andrew Yule
M/s Indian Transformers and Yamuna Power
Electrical Pvt Ltd Gurgaon.
54. Air Break Switch Gang Operated Pactil, Mumbai Southern Switch Gear, Chennai
(33KV/11KV) Jaipuria Brothers ELPRO
Mysore Electric India Yamuna Power
BHEL Atlas
55. Air –Break Switch (Isolators) Mysore Electric India Yamuna Power
Southern Switch Gear
Andrew Yule
Crompton Greaves
56. Arrestors Lightening LT/HT Oblum Atlas
BHEL Rashtriya
ELPRO Jaipuria
Crompton & Greaves Yamuna Power
Alsthom
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 189

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


57. Change Over Switch/Starter/Contactor Havells HPL
DOL/Star-Delta/Synchronous/Single Phase Siemens Control & Switchgear
Preventer
L&T Shalabh India Industries
ABB
Crompton Greaves
BCH
GE
58. Main Switch Iron Clad Havells HPL
Siemens Standard
L&T Indo Asian
Crompton C&S
Anchor
Shalabh India Industries
59. Transformers 66/11KV, 33/11KV,33/0.43KV, ABB Esennar Transformer (P) Ltd Brilltech
22KV/11KV, 22/0.433KV, 11/0.433KV, Siemens M/s Indian Transformers and Electrical
Copper Would Oil/ Dry Type Cast Resin of Pvt Ltd Gurgaon.
all capacity incl and Above 500KVA Bharat Bijlee Andrew Yule
Crompton Greaves
Alstom (GEC)
BHEL
60. Transformers 66/11KV, 33/11KV,33/0.43KV, Voltamp
22KV/11KV, 22/0.433KV, 11/0.433KV, M/s Indian Transformers and
Copper Would Oil/ Dry Type Cast Resin of Electrical Pvt Ltd Gurgaon.
all capacity incl and below 500KVA Esenar Transformer (P) Ltd
Pactil
Andrew Yule
61. Current & Potential Transformers (CT & PT) BHEL
11 KV and above range Siemens
Schneider
Crompton Greaves
L&T
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 190

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


62. Current & Potential Transformers (CT & PT) Automatic Electric Ltd (AE)
below 11 KV range Pragati Electricals Pvt Ltd
HPL
C&S
Brilltech Engineers Pvt Ltd
63. Isolation transformer Vinitek Electronic (Volina)
M/s Indian Transformers and
Electrical Pvt Ltd Gurgaon.
64. Cable Jointing Kit Raychems
M-Seal
Biral -3M
Densens
65. HT Armoured XPLE, PVC insulated cable Havells CCI Brilltech Engineers Pvt Ltd
Aluminium conductor for system upto and RPG Paragon
incl 11 KV grade
Gloster Polycab
Finolex
66. HT Armoured XPLE, PVC insulated cable Havells CCI Brilltech Engineers Pvt Ltd
Aluminium conductor for system above 11 RPG Paragon
KV and upto 66 KV grade
Gloster Polycab
Finolex
67. HT Armoured XLPE cable 132 KV grade Havells Polycab Brilltech Engineers Pvt Ltd
Finolex Paragon
Gloster KEI
Plaza
Universal
68. Aluminum Conductor steel Reinforced All-ind VK Conductors
(ACSR) ICC Ujala Konark
Bharat Conductor
NICCO
Indian Aluminium Co.
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 191

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


69. LED Lamps/ tube lights/ High bay Light/Floor Bajaj Control & Switchgear
Lights/Street Lights/façade light/bollards Phillips Surya Roshni
lights/post top/step/light/aviation lights/down
lights/search lights/commercial Wipro Fortune Arrt
lights/landscape/industrial/area lighting/panel Crompton Orbit
lighting Havells Clair Electronic Pvt Ltd
Orient Electric
Luker
Polycab
70. Flame Proof Light Fittings M/s Sudhir
(LED/CFL)/Fan/Wellglass/ Bulk head incl M/s Balliga
accessories
Flexpro Electricals, Nasik
Bajaj
Crompton
M/s Shyam Swichgears
71. Electronics/photoelectric Switch for Auto Op L&T Indo-Asian
of street Lights GE
Siemens
Bajaj
Legrand
72. DBs/MCB/MCCB/RCCB L&T HPL SNCAB
Legrand C&S
ABB Indo-Asian
Siemens Luker
Schneider Orient Electric
Havells Shalabh India Industries
Polycab
73. Microprocessor Based MCCB/RCCB LT 415 L&T HPL
Volts Schneider C&S
ABB Indo Asian
Legrand Shalabh India Industries
Havells
Siemens
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 192

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


74. Electric Panel (LT) The make shall be as per The make shall be as per approval
approval from CPRI (Central from CPRI (Central Power Research
Power Research Institute) and Institute) and meet all quality standards
meet all quality standards
75. Electric Accessories, Piano Switches, Ceiling Anchor Kay
rose, Call Bells, Buzzers, Lamp Crabtree Cona
Holders/socket outlet, etc
Leader SSK
Legrand Kinjal
76. Ammeter/voltmeter/power Factor/Frequency IMP Conzerv
Meters Automatic Electric Universal
L&T Digitron
Havells HPL
MECO Elmeasure
77. Digital meters with built in selectors switches L&T HPL Bentec (Benlo)
for voltmeter, Ammeter, frequency, Energy, Automatic Electric Control & Switchgear
KW, Power Analyser
Secure Meter Trinity
Havells Legrand
Elmeasure
78. SCADA Including PLC (Programmable Logic L&T
Controller) Schneider
Siemens
Rockwell Automation
Honeywell
ABB
79. Modular Switches/Sockets Anchor Roma HPL
Legrand Goldmesh
Crabtree C&S
Finolex
Indo-Asian
Polycab
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 193

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


80. Digital/Analog AC Static Wattour Meters L&T Bentac (Benlo)
(Postpaid & Prepaid) Jaipuria Meters HPL
Havells Elmeasure
Secure Meters
81. Ceiling Fan/Wall Fan Bajaj Almonard
Crompton Polycab
Havells Polar
Khaitan
Orient Electric
Luker
82. Exhaust fan/Air Circulators Crompton Khaitan
Havells Orient Electric
Usha Anchor
Bajaj Luker
Almonard Polycab
Bajaj Almonard
Crompton Havells
Smart/BLDC Energy Efficient Ceiling, Wall, Polar Polycab
83.
Pedestal and Exhaust Fans
Khaitan Atomberg
Orient Electric
Luker
84. Fan Regulator Anchor Orient Electric
Havells Polycab
Bajaj GEC
Usha Legrand
Khaitan
Crompton
85. Geyser / Water Heater Bajaj V-Guard
AO Smith Luker
Usha Polycab
Venus Racold
Orient Electric
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 194

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


Crompton
Havells
86. Lt Cable, XLPE,PVC Insulated Copper / Plaza HPL
Aluminium Wires & Cable 650/1100V of all Finolex paragon
fittings
Anchor Brilltech
Havells KEI
Nicco Grandlay
RPG RR Kabel
Polycab
87. PVC conduits (Rigid or flexible)/rigid and Anchor AKG
fittings Modi Plaza
Presfit Kalinga
Precision Asian
Astral
Avon
Polycab
88. PVC Insulating Tape 3M GM Modular Pvt Ltd
Anchor
AKG
Steelgrip NIC
89. MS conduit & Accessories BEC Industries CTI
Kalinga Asain
Jindal Viraj Industries
Bharat
AKG
Polycab RMCON
90. Casing capping & Accessories Precision Prince
Modi Asain
Presto Plast National
Supreme
Polycab
Plaza
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 195

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


91. LT Relay Numerical, Static Siemens
ABB
Schnieder
L&T
EPCOS
92. UPS Tata-Liebert Protect Services
APLAB Labotech
Luminous Sinetrac
Sukam
Microtech
APC
93. Automatic Voltage Stabilizer/servo controlled Automatic Electric Sinetrac
Voltage Stabilizer Vinitec Microtech
Aplab Brent ford
V Guard
Volina
M/s Indian Transformers and
Electrical Pvt Ltd Gurgaon.
EMERSON
Andrew Yule
94. DG Sets (Engine) Cummins Eicher
Greaves- Cotton Mahindra
Ashok Layland
Kirloskar
Caterpillar
95. DG Sets (alternator) Kirloskar
Stamford
Jyoti
Crompton Greaves
ALSTOM
Bharat Bijlee
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 196

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


96. DG Set Assembled with Sound Proof Kirloskar Meera & co
Canopy Jackson Control & Switch Gear
Sudhir Mahendra
Greaves- Cotton
Cummins India
97. Induction Motors Crompton Greaves Jyoti
Kirloskar Electric Havells
Bharat Bijlee
Siemens
NGEF
ABB
98. Precast Concrete Cable Cover Mehtab
Supreme Tiles
Sukhi Enterprises

99. Compact Sub-Station Sudhir


Kirloskar
ABB
C&S
M/s Indian Transformers and
Electrical Pvt Ltd Gurgaon.
HVAC (HEATING, VENTILATION AND AIR CONDITIONING) SYSTEM
100. Central Air Conditioning system any type Bluestar
Voltas
Daikin
LEEL Electricals Ltd (Llyod)
101. Air Handling Unit Bluestar Universal
National Cooltech and Aerotherm
Zeco Bhupati
Voltas
Daikin
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 197

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


102. Air Curtains Almonard Technocrat
Aircon National
Crompton Greaves Sneha vardhan
103. Cooling Towers Mihir Polo
Paharpur Advance
Delta
104. Window type Air conditioner Carrier Godrej
Bluestar Samsung
Voltas Llyod
Daikin LG
O-General
Hitachi
105. Split type Air Conditioner Carrier LG
Voltas Samsung
Bluestar Llyod (Havells)
Daikin Godrej
Hitachi
SOLAR SYSTEM
106. Solar Water Heating System Tata Power Solar System
V-Guard solar water heater
Racold solar Water heater
Waaree Energies Ltd
107. Solar Power Panels (PV) Tata Solar Havells
BHEL
HHV Solar
Waaree Energies Ltd
Vikram
108. Solar street Lights Tata Power
Havells
Sol Mitra Power
Jai Sunlight System
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 198

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)


109. Fire Alarm and fire fighting systems Nitin Indian Fire Equipment Systems
Agni Classic Fire Protection
HD Fire Product
GENERAL PURPOSE
110. Fiberglass (FRP/GRP) Lighting pole, cable SUMIP
tray, enclosure, safety ladder Ercon
LIFTS AND ELEVATORS
111. Electrically operated Passengers/Goods lift Otis Elevators KONE
with ARD Mitsubishi Thyssen Krupp
Schindler Johnson
Hitachi
Toshiba
CRANES
112. Heavy Duty EOT/HOT Cranes anytype Mukund Tojyym
JESSOP Dinesh Cranes
Cranex Anupam
Electromech
CEMENT
113. THE ASSOCIATED CEMENT
COMPANIES LTD
ULTRA TECH CEMENT LTD
THE INDIA CEMENT
DALMIA CEMENT(BHARAT)
LTD
CENTURY CEMENT
JK LAKSHMI CEMENT LTD
MANGALAM CEMENT LTD
BIRLA CORPN LTD
AMBUJA CEMENT LTD
J K CEMENT
SHREE CEMENT
SAURASHTRA CEMENT
JAYPEE REWA CEMENT
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 199

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)

THE RAMCO CEMENTS LTD


ORIENT CEMENT
SANGHI INDUSTRIES LTD
CHETTINAD CEMENT
CORPORATION LTD
MY HOME INDUSTRIES LTD
M/S SHREEGURU KRIPA
CEMENT (PVT) LTD
PARASAKTI CEMENTS LTD
NUVOLO VISTAS
CORPORATION LTD
M/S WONDER CEMENT LTD
M/S KESORAM INDUSTRIES
MIS JSW CEMENT LTD

PRODUCERS OF REINFORCEMENT TMT STEEL BAR


114. RASHTRIYA ISPAT NIGAM LIMITED, VISAKHAPATNAM
STEEL PLANT, VISAKHAPATNAM -530 031, RINL
TATA IRON & STEEL COMPANY, BOMBAY HOUSE -2,
4 HOMI MODI STREET , MUMBAI -400001 (INDIA),
TATA.
STEEL AUTHORITY OF INDIA LIMITED, CENTRAL
MARKETING ORGANISATION, NORTHERN REGION,
17TH FLOOR, SCOPE MINAR, LAXMI NAGAR, DISTRICT
CENTRE DELHI -110092, SAIL.

M/S ADHUNIK INDUSTRIS LTD


LANSDOWNE TOWERS
2/1A SARAT BASE ROAD
6TH FLOOR
KOLKATA-700020

ELECTROSTEEL STEELS LTD, BOKARO, JHARKHAND,


GK TOWER 2ND & 3RD FLOOR, 19 CAMAC STREET,
KOLKATA (WB) -700017, ELECTRO STEEL
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 200

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)

JAI BALAJI INDUSTRIES LTD, REGISTERED OFFICE, 5


BENTEK STREET, KOLKATA – 700001 & DELHI
OFFICE, 510 BLOCK B, NAVRAUNG HOUSE, 21
KASTURBA GANDHI MARG, NEW DELHI -110001,
BALAJI SHAKTI
JSW STEEL LTD, KARNATAKA, JINDAL MANSION, 5A
DR G DESHMUKH MARG, MUMBAI -400026.
NEOSTEEL
SHRI BAJRANG POWER & ISPAT LTD, VILLAGE –
BORJHARA, URLA INDUSTRIAL AREA RAIPUR-
4933221(CHHATTISGARH), GOELTMT

SHYAM STEEL INDUSTRIES LTD, SHYAM TOWERS


EN-32, SECTOR V, SALT LAKE, KOLKATA -700091,
SHYAM

SRMB SRIJAN PVT LTD, SRMB HOUSE 7, KHETRA


DAS LANE KOLKATA – 700012, SRMB

GALLANTT METAL LTD , WARD 10BC , PLOT NO. 123


,GROUND FLOOR , GANDHI DHAM , KUTCH , GUJARAT
– 370201, GALLANTT TMX
STEEL EXCHANGE INDIA LTD, MY HOME LAXMINIVAS,
APARTMENT, AMEERPET HYDERABAD-500016 (AP).
SIMHADRI TMT
M/S JINDAL STEEL & POWER LTD, OP JINDAL ROAD,
HISSAR, HARYANA – 125005 JINDAL PANTHER
M/S SHYAM METALLICS & ENERGY LTD,
VISWAKARMA 1ST FLOOR 86C, TOPSIA ROAD,
KOLKATA -700046. SEL
M/S KAMACHI, SPONGE & POWER CORPORATION
LTD, ABC TRADE CENTRE, 3RD FLOOR (INSIDE DEVI
THEATRE COMPLEX), OLD NO. 50, NEW NO.39, ANNA
SALAI CHENNAI -600002
M/S RASHMI METALIKS LTD
PREMLATA, 39 SHAKESPEARE SARANI, 6th
FLOORKOLKATA-700017
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 201

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (Contd…)

M/S REAL ISPAT & POWER LTD (GK TMT)


M/S SUPER SMELTERS LTD KOLKATA
PREMLATA, 39 SHAKESPEARE SARANI, KOLKATA-
700017
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 202

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS (CONTD…)

NOTES :-
1. Make of product as mentioned groupwise in aforesaid list shall be incorporated in the work. If make of any product is not available in concern group but the same is available
in other superior groups, the same shall be incorporated in the work without any extra cost to the Govt. Order of the superiority shall be from Group-III to Group-I. Further if
no make is available in most superior group and the same is required to incorporate in the work from the makes of other groups, in such cases make of product to be
approved by the Accepting Officer before incorporation in the work.

2. The makes have been given trade wise only for the purpose of easily locating the items and
otherwise makes given are applicable to the entire contract.

3. Wherever word ―equivalent make has been specified the option of equivalent make will only
be considered after taking approval from Accepting Officer and only where products of brand/
manufacturer specified are not available in market.

4. In case make of any item/ material is not specified, then ISI marked product shall be
incorporated in the work. Incase ISI marked product is also not available, then product
conforming to IS shall be incorporated in the work.

5. Before placing the bulk supply order on any of the above listed firms/manufactures copy of same
shall be endorsed to GE for reference.

(Signature of the Contractor) AAD (Contracts)


Dated : For Accepting Officer
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 203

APPENDIX ‘C’ TO PARTICULAR SPECIFICATIONS


TESTING OF MATERIALS
Ser. MATERIALS TEST METHOD OF FREQUENCY OF TEST LEVEL OF RATE PER REMARKS
No. TESTING TESTS TEST (Rs.)
1 2 3 4 5 6 7 8
1 Bricks (i) Compressive IS:3495 AS PER IS:5454-1978 ‘A’ 180.00 Checks for4 visual
Strength (Part-II) Lot Size Sampl Permissible No. and dimensional
e Size of defective characteristics shall
bricks also be carried out
as per IS-5454
1001 to 5 0
10000
10001 to 10 0
35000
35001 to 15 1
50000
(ii) Water Absorption IS:3495 -Do- -Do- -Do- ‘A’ 150.00
(Part-II)
(iii) Efflorescence IS:3495 -Do- -Do- -Do- ‘A’ 180.00
(Part-I)
2 Coarse (i) Particle size and IS:2386-1963 One test for every 15 Cum of aggregate ‘A’ 120.00
aggregate shape (Sieve (Part-I) or part thereof ,brought at site
analysis)
(ii) Flakiness Index -Do- -Do- ‘A’ 90.00
(iii) Estimation of IS:2386-1963 One test for every 100 cum of aggregate or ‘A’ 120.00
deleterious aterials (Part-I) part thereof brought to site.
(iv) Organic impurities -Do- One test per source of supply ‘C’ 120.00

(v) Moisture Contents -Do- Regularly as required ‘A’ 120.00


(Part-II)
(vi) Specific gravity -Do- One test per each source of supply ‘B’ 120.00
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 204

APPENDIX ‘C’ TO PARTICULAR SPECIFICATIONS (CONTD/…)


TESTING OF MATERIALS
1 2 3 4 5 6 7 8
3 Fine (i) Particle size and IS: 2386- One test for every 15 Cum of fine ‘A’ 180.00
Aggregat shape (Sieve 1963 aggregate or part when brought at site
e analysis) (Part - I)
(ii) Estimation of -Do- -Do- ‘A’ 90.00
deleterious materials (Part-II)
(Test for clay, silt &
impurities)
(iii) Specific Gravity -Do- One for each source of supply. ‘B’ 180.00
(Part-II)
(iv) Moisture Contents -Do- Regularly as required subject to 2 tests for ‘A’ 180.00
each source of supply
(v) Organic impurities -Do- One test for each source of supply ‘C’ 180.00
(Part-II)
4 Cement (i) Setting time IS: 4031-63 One for each consignment as and when ‘B’ 180.00
Affirmed required
1980

(ii) Soundness -Do- -Do- ‘B’ 120.00

(iii) Compressive -Do- -Do- ‘B’ 360.00


strength
(iv) Fineness (By -Do- -Do- ‘B’ 120.00
Blaine Air Permeability
Method)
5 Structural (i) Slump test or IS:1199-1959 The minimum frequency of sampling of
Concrete compacting factor test concrete of each grade shall be as under:-
(M-15 or vee-bee time Qty of concrete No. of Samples ‘A’ 180.00 (i) Random sampling
Grade & in the work shall be carried out to
above) 1 to 5 cum 1 cover all mix units.
(ii) Refer IS 456-2000
6 to 15 cum 2 para 14 for frequency of
sampling
16 to 30 cum 3
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 205

APPENDIX ‘C’ TO PARTICULAR SPECIFICATIONS (CONTD/…)


TESTING OF MATERIALS
1 2 3 4 5 6 7 8

31 to 50 cum 4
51 cum & above 4 plus 1 additional
sample for each
50 cum or part
thereof.
* Para 15.2 of IS-456-2000
(ii) Compressive Strength IS: 516-1959 -Do- ‘A’ 120.00 -Do-
6 (a) PCC (i) Compressive strength IS:2156-1984 8 block out of 14 ‘A’ 60.00 Samples:14 blocks for
block for ( Appendix ’B’ ) consignment of every 5,000
walling blocks or part thereof.
(Hollow
blocks) 3 blocks shall be reserved for
(ii) Water absorption IS:2156- 3 blocks out of 14 ‘B’ 120.00 retest as per IS: 2185 – 1979
1984
( Appendix
’E’ )
(iii) Density IS:2156- 3 blocks out of 14 ‘B’ 90.00
1984
(Appendix ‘A’
)
(b) PCC solid (i) Compressive strength IS: 2185-1979 12 blocks out of 18 ‘A’ 60.00 Sample :18 blocks from each
block for (Part II) Consignment of every 1,000
walling blocks or part thereof.
(ii) Water absorption -Do- 3 blocks out of 18 ‘B’ 120.00 These blocks to be checked
for dimension and weight
(iii) Density -Do- 3 blocks out of 18 ‘B’ 120.00
7 Cement (i) Water absorption IS:1237- 6 tiles out of 18 ‘A’ - Samples of 18 tiles from each
Flooring tiles/ 1980 source of supply selected at
Terrazzo (Appendix ‘D’ random.
tiles )
(ii) Wet transverse strength -Do- -Do- ‘B’ 180.00
(Appendix ‘E’
)
(iii) Resistance to wear -Do- -Do- ‘B’ 144.00
(Appendix ‘F’
)
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 206

APPENDIX ‘C’ TO PARTICULAR SPECIFICATIONS (CONTD/…)


TESTING OF MATERIALS
1 2 3 4 5 6 7 8
8 Burnt clay (i) Water absorption IS:3495-1992 6 tiles out of 12 ‘B’ 216.00 Sample : 12 tiles from each
roofing (Part-II) source of supply selected at
tiles (Hand random
made)
As per IS:2620 (Part II)
Length 150 mm to 250 mm
Width 100 mm to 200 mm
Thickness 35 mm to 50 mm
(ii) Compressive strength -Do- -Do- ‘A’ 180.00
9 Mangalore (i) Water absorption IS: 654- 6 tiles out of 32 ‘A’ - Sample: 32 tiles from each
Pattern -(Appendix consignment of 3,000 tiles or
roofing ‘A’) part thereof. These tiles shall be
tiles checked for dimension
(ii) Breaking Load IS: 654- -Do- ‘B’ 180.00
-(Appendix
‘C’)
10 Timber (i) Specific gravity and IS:1708-1986 Minimum 3 samples from lot of 4 ‘B’ 120.00
weight (Part II) Cum or 250 pieces of seasoned
timber.
(ii) Moisture content -Do- (Part -Do- ‘A’ 120.00
I)
11 Water for (i) Test for Acidity IS:456, 3015 Once at the stage of approval of ‘B’ 240.00 Also refer para 4.3 of IS:456 and
constructio source of water. its subsequent sub paras
n purposes regarding suitability of water
(ii) Test for Alkalinity -Do- -Do- ‘B’ 240.00

(iii) Test for solid contents -Do- -Do- ‘C’ 300.00

12 Welding of Visual inspection test IS-822-1970 100% by visual inspection Work site 360.00 Specialised tests their method &
steel work Para 7.1 frequency to be decided on
consideration of their
importance by the Accepting
Officer.
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 207

APPENDIX ‘C’ TO PARTICULAR SPECIFICATIONS (CONTD/…)


TESTING OF MATERIALS
1 2 3 4 5 6 7 8

13 Timber (a) Dimensions ,sizes, IS:1003 Lot Size Sample Size ‘A’ 180.00
panelled workmanship and finish (Part-I) 26 to 50 5
and
glazed
51 to 100 8
door/
window
101 to 150 13
and
shutters
151 to 300 20

301 to 500 32

501 and 1000 50

1001 and above 80


As per Table 1 of IS:4020-1998

(b) STRENGTH TEST IS:1303 From each lot, 5% of the factory made ‘C’ As per
(i)Slamming shutters shall be manufacturer tested for actual rate
(ii) Impact indentation strength tests
(iii) Shock resistance
(iv) Edge loading

14 Plywood (i) Moisture Content IS:1734-1983 Six test pieces cut from each of the ‘C’ -
(IS:303) (Part-I) boards selected as per table shall be
subject to tests.
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 208

APPENDIX ‘C’ TO PARTICULAR SPECIFICATIONS (CONTD/…)


TESTING OF MATERIALS
1 2 3 4 5 6 7 8
15 Wood (i) Density IS:2360 Three test specimen from each sample (size ‘A’ 60.00 Sampling shall be as
Particle (Part-III) 150mm x 75 mm) per IS: 3487 with
Board (ii) Moisture content -Do- -Do- ‘A’& ‘B’ 60.00 moisture meter
(Medium
density IS:
(iii) Water absorption -Do- -Do- ‘A’ 60.00
303)
(Part-16) (Size 300 mm x 300 mm)

(iv) Swelling due to -Do- -Do- ‘A’ 60.00


surface absorption (Part-17) (Size 125 mm x 100 mm)

(v) Swelling in water -Do- -Do- ‘A’ 60.00


(Size 200 mm x 100 mm)
(vi) Modulus of rupture -Do- Three tests specimen as per IS-2380 ‘B’ 90.00
(Part-4)

(vii) Screw and nail -Do- As per IS-2385 ‘C’ 120.00


withdrawal strength (Part-4)
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 209

APPENDIX ‘C’ TO PARTICULAR SPECIFICATIONS (CONTD/…)

TESTING OF MATERIALS
SRL MATERIALS TESTS METHOD OF FREQUENCY OF TESTS LEVEL RATE (Rs.) REMAR
NO TESTING OF KS
TESTS
1 2 3 4 5 6 7 8
16. Paving Bitumen (VG-10) (a) Penetration test IS-73 One test per batch of bitumen C Rs. 150/-
/VG 30 conforming to supplied in bulk or drums
IS-73:2006 (b) Softening point IS-73 -do- C Rs. 150/-
test
(c) Elongation IS-73 -do- C Rs. 150/-
(d) Wax content IS-1209 -do- C Rs. 150/-
(e) Flash point/ fire IS-1208 -do- C Rs. 150/-
point
(f) Ductility IS-1208 -do- C Rs. 150/-
17. Premixed and sand Benten test As per relevant IS A min of 2 tests per day C Rs. 150/-
binder
18. Aggregate of all sizes (a) Impact IS-2386 (Part-IV) One test per 100 B,C Rs. 170/-
(coarse and fine) for
WBM, BM, AC, PMC
etc. for road and
pavement
(b) Crushing value -do- One test per source B,C Rs. 170/-
(c) Loss angles -do- -do- B,C Rs. 170/-
abrasion value
(d) Flakiness IS-2386 (Part-II) One test per 100 cum A Rs. 170/-
(e) Water IS-2386 (Part-III) -do- A Rs. 170/-
absorption
(f) Specific gravity IS-2386 (Part-III) One test per source B,C Rs. 170/-
(g) Density IS-2386 (Part-III) -do- B,C Rs. 170/-
CA No: CE R&D/DLI-12/DDN /2022-2023 Serial Page No. 210

APPENDIX ‘D’ TO PARTICULAR SPECIFICATIONS (CONTD/…)


CEMENT SUPPLY & ACCEPTANCE REGISTER
1. CA NO & Name of work :
2. Control No* :
3. Name of Manufacturer/Brand/Gde of Cement (A) Manufacturer _______ (B) Brand ______ (C) Grade :
4. Qty of cement & Lot No/Week No (in bags) : (A) (Qty ________) (B) Lot No/Week No ________
5. Manufacturer’s test certificates no ______________
6. Random Test details (a) Physical test report from __________ vide their letter No _________ (Name of approved Lab/Engg College)
(b) Chemical test report from _________ vide their letter No _________ (Name of approved Lab/Engg College)
7. Details of Physical & Chemical properties :
Compressive
Specific Surface Area

Standard consistency
strengths

Sulphuric Anhydride
Temp during testing

Loss on ignition (%)


Aclumina Iron Ratio
Soundness by Auto

Initial Setting Time

Final Setting Time

Insoluble ratio (%)


Soundness by Le

Magnesium (%)
Lime Saturation

Chlorides (%)
Alkalies (%)
(m2 per Kg

(Minutes)

(Minutes)
Chatellar

03 days

07 days

28 days

(Ratio)
Clave

(%)

(%)
0
C
As per relevant
IS
As per
manufacturer’s
test certificate
As per random
test certificate
Remarks with Signature : Accepted/Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer

Remarks of BOO/Inspecting Officer/CWE


* To be allotted serially by GE consignment wise

You might also like